You are on page 1of 38

PROCUREMENT REQUEST (PR) FOR SAP INPUT

Scope of Works

1. Introduction

NEOM Public Safety Division requiring to establish a new data center as an expansion to the current DC. The new
DC will be the main Data Center for public safety systems and infrastructure. The objective of this project is to
meet the business needs and expansion in security technologies storage and security operations.

Overview of the DC layout

Confidential
Document. No.: Procurement Request Form
Template. No.: IN 01.1 Rev. 07Feb2022 Page 1 of 38
PROCUREMENT REQUEST (PR) FOR SAP INPUT

The main deliverable of this project are:

A Part ⅠⅡ FDC Pre-fab Module


1 Data Center Modular Container
2 Office Modular Container
2 Container logistics and customs
3 Maintenance
4 Supervision
5 Professional Design and Design Management
B Part Ⅱ Project
I Civil works
1 FDC Building Foundation, lifting, curtain wall, etc.
Auxiliary civil work Transformer room, water pump house,
2
pavement reinforcement, etc. In the campus
II Mechanical and electrical installation works
1 HVAC engineering
2 Electrical engineering
3 Diesel generator engineering
4 ELV
5 Fire engineering
6 Water supply and drainage engineering
C Project management
1 Project Governance
Always on-site Project manager and the team, and Neom have
2
the full authority to change the team if any.
3 All the Design must be approved by Neom public safety
4 Must have a full list of the activity with bill of quantity.
Must met the document named ( NEOM-NEN-SCH-002_04.00 -
5
Schedule Q Quality Requirements for Contractors )

Confidential
Document. No.: Procurement Request Form
Template. No.: IN 01.1 Rev. 07Feb2022 Page 2 of 38
PROCUREMENT REQUEST (PR) FOR SAP INPUT

2. Design

The contractor is required to Complete the design with High Availability/Redundancy and BOQ of the
following’s system/components for the project:

o Architectural design.
o Structural design (All building components to be prefab containerized solution).
o Electromechanical design (HAVC, exhaust, plumping, etc.).
o Power system design (transformer, generator, distribution board, cabling, racks, etc.).
o Lighting and power system.
o Grounding and lightning (earthing for power and devices).
o Low current system (fire alarm/suppression, CCTV, access… etc.).

The design should include some necessary functional area as below:

o Open plan white space (Data Hall)


o Cabinets space and location
o Independent LV and UPS and Battery Room
o Independent Lithium Battery Room
o Transformer Room

All IT Infrastructure systems and services shall meet the requirements as below:

o Cabinets with hot aisle containment arranged into ICT Modules.


o Fully integrated data center infrastructure Management (DCIM) and environmental monitoring system for
the data center.

2.1. Supply, Installations and Commissioning


Below are the main project requirements that must be considered:

o Construction of Prefabricated Data center building.


o Manhole and duct.
o Data center must be Tier III.
o Electrical Systems (Main and Sub DBs, Lighting, Emergency Lighting, internal Sockets, etc.).
o Supply and installation of Mains power (transformer and generator system).
o UPS Power and lithium battery system.
o Fire Alarm & Suppression Systems.
o UPS Power and lithium battery system.
o In-room type air-cooled air-conditioning system.
o Supply and installation of Data center security access system.
o Supply and installation of Data Center CCTV system.
o Grounding system.
o Site monitor and control system integrated with all system and environmental sensors.
o Modules enclosures for hot aisles containment.

Confidential
Document. No.: Procurement Request Form
Template. No.: IN 01.1 Rev. 07Feb2022 Page 3 of 38
PROCUREMENT REQUEST (PR) FOR SAP INPUT

3. Standards and General Requirements


3.1. Standards:

Contractor shall perform the WORK in accordance with NEOM specifications & applicable standards. Including
but not limited to:

o Uptime Tier III Standard for Data Centers.


o Best practices and international standards related to Datacentres.
o Saudi Building Code (SBC).
o International Building Code (IBC).
o International Fire Code (IFC).
o International Mechanical Code (IMC).
o International Plumbing Code (IPC).
o International Electrical Code (IEC).
o International Energy Conservation Code (IECC).
o American with Disability Act Accessibility Guidelines (ADAAG).
o American Society for Testing Materials (ASTM).
o American National Standard Institute (ANSI).
o Council of American Building Officials (CABO).
o National Fire Protection Association (NFPA).
o Saudi Arabian Standards Organization Documents (SASO).
o NEOM Sustainability Requirements.
o NEOM list of Codes & Standards.
o NEOM OSH Manual.
o NEOM Schedule E (Environmental Requirements of Tenderers).
o American Society of Heating, Refrigeration & Air Conditioning Engineers (ASHRAE).
o American Society of Plumbing Engineers (ASPE).
o Uniform Plumbing Code (UPC).
o American Water Works Association (AWWA).
o Saudi National Water Company Specs (NWC).
o Saudi Civil Defence Authority regulations (SCD).
o Telecommunications Industry Association (TIA-942-B).

3.2. Testing & Inspection:


o Tagging & labelling should be performed for all new installation using heat shrinkable method.
o The Contractor shall conduct inspection, testing, pre-commissioning, and final Commissioning of the
installed. equipment.
o The Contractor shall be responsible for providing all the appropriate tools and test equipment required
to perform site tests and pre-commissioning. All test equipment shall carry valid calibration certificate.
o The Contractor must meet the NEOM-NEN-SCH-002_04.00 - Schedule Q Quality Requirements for
Contractors.

Confidential
Document. No.: Procurement Request Form
Template. No.: IN 01.1 Rev. 07Feb2022 Page 4 of 38
PROCUREMENT REQUEST (PR) FOR SAP INPUT

3.3. Work Permits and Safety Requirements:


o The Contractor shall prepare the necessary applications to request for work permits from the
appropriate authorities within NEOM or external authorities. Contractor shall restore all affected areas
to its original or better condition.
o All labours in this project must be registered with the NEOM worker registration scheme, and all
vehicles must be registered with NEOM Vei-fi Team.
o Work inside the NEOM community should be coordinated with NEOM representatives.
o The Contractor is responsible for providing all its personnel the required personal protection
equipment (PPE), such as safety shoes, hard hats, hearing protection, safety glasses, gloves, etc.,
required during the Construction.
o Isolation of electrical equipment shall conform to G. I. 6.012 with the proper LOTO procedures.

3.4. As-Built Drawings:

o The Contractor shall maintain a complete record and update all as-built drawings for all new
installation.
o The as built of revised drawings will be limited to the areas affected by the Construction Contractor.
Notes and other sections on the drawings that are not affected by the Construction will remain in the
system and will not be included in the as-built.
o Full documentation of all hardware and software.
o Detailed diagrams for all mechanical, electrical cable containment Racks, cabling, switches, Manhole
type A and duct etc.
o Working with Asset Management team to upload all assets into the asset management tool and
provide detailed BoQ for asset capitalization.

3.5. Proposal General Requirements:

The technical proposal shall be submitted according to the below guidelines. Any deviation or incomplete
information might affect the proposal evaluation and final scoring:

o The proposal shall describe in detail the scope of work.


o The vendor shall propose any additional equipment/software to provide a complete end-to-end
solution that achieve the objectives of this RFP.
o The proposal must include all detailed diagrams, drawings, and 3D shots for interior and exterior
designs (minimum of 1 shot foreach)
o The proposals shall contain all required software and hardware licenses where applicable.
o The proposals shall clearly specify customer furnished items (i.e any items to be provided by NEOM).
o The proposals shall include all technical specifications and details for the proposed equipment,
systems, and hardware.
o The proposals shall have clear project schedule and timeline.
o The proposals shall contain organization chart and CVs of the key persons in the project.
o The vendor shall appoint a dedicated project manager, civil engineer base on-site during the project
lifetime.
o The proposal shall contain recent similar projects and experience.
Confidential
Document. No.: Procurement Request Form
Template. No.: IN 01.1 Rev. 07Feb2022 Page 5 of 38
PROCUREMENT REQUEST (PR) FOR SAP INPUT

o Brochures and catalogues shall not be part of the proposal but can be submitted separately.

3.6. Warranty and Maintenance:

o The vendor shall provide 3-year warranty should be provided for all components of the system since
handover to NEOM.
o The contractor shall provide 3 years operation and maintenance.
o The vendor shall provide detailed maintenance plan.
o The warranty and maintenance plan shall contain periodic inspections; routine, scheduled repairs and
replacements of parts as needed.
o The warranty and maintenance plan shall contain emergency repairs plan whenever any of the
Equipment breaks down unexpectedly.
o The warranty and maintenance of the Equipment listed shall be done as prescribed in the
manufacture’s maintenance manuals.
o The vendor shall propose the appropriate maintenance and service level agreement according to the
criticality of the system.
o Availability management (effectively managing data center maintenance activities such as inspection
and maintenance, ensuring reliable operation of the data hall),

For data center maintenance, the DCIM system needs to provide maintenance support modules, which
include the following functions:

o Maintenance process (providing maintenance processes and work orders related to data centers).
o Shift management (managing maintenance personnel and on-duty information and supporting
maintenance activities).
o Maintenance knowledge library (knowledge management, ensuring the normalization and inheritance
of maintenance experience) and mobile access (improving data center maintenance efficiency through
mobility).

4. Architecture and Building

4.1. General Requirement

o Long service life: structures of the pre-fabricated module can be used for no less than 15 years in the
C3 environment.
o The contractor shall provide the service life certification report of the international authority.
o All structures that make up the Modular Data center Complex should be pre-assembled and pre-tested
in factory.

Confidential
Document. No.: Procurement Request Form
Template. No.: IN 01.1 Rev. 07Feb2022 Page 6 of 38
PROCUREMENT REQUEST (PR) FOR SAP INPUT

o The prefabricated modules are to be suitable insulated and design to be deployed in the harshest of
environments as found in as per ASHRAE guidelines.
o Anti-seismic test and fire resistance test should be implemented. The prefabricated module should
meet the local standard.
o Anti-seismic test and fire resistance test should be implemented.
o Tolerance to the external protection structure (structure wall) and Fireproof door: 90min. The
contractor shall provide UL lab certified testing report of insulation material.

The following are the basic parameters required for a prefabricated modular data center:

Category Item Specifications

General Application site Outdoor, awning, and warehouse


specifications
Installation mode Floor-mounted

Operating humidity 5%–95% RH

Operating temperature –5°C to +55°C

Storage humidity 5%–95% RH

Live load Power supply area: 12 kN/m²; equipment area: 12


kN/m²; corridor and public area: 5 kN/m²; ceiling
mount: 2.4 kN/m²

Seismic load Ss ≤ 0.67 S1 ≤ 0.2; soil type ≤ D; design category ≤


D

Other load Wind load ≤ 100 mph

Structural Module dimensions (H x W x IT / Power/Battery / MMR pre-fab. module: 4150


specifications D) mm x 3495 / 2438 mm x 12192 mm

Corridor and Public module: The height of each


floor should not less than 4150mm

Raised floor Without a raised floor, floor-mounted

Electrical Power system 380/400/415 V, 50/60 Hz (three-phase, four-wire,


specifications and PE)

IT Battery backup time Lithium battery, Single-route backup time: 30 min

Confidential
Document. No.: Procurement Request Form
Template. No.: IN 01.1 Rev. 07Feb2022 Page 7 of 38
PROCUREMENT REQUEST (PR) FOR SAP INPUT

Category Item Specifications

Cooling Aisle containment Hot aisle containment


specifications
Cooling Redundancy N+X

Continuous power supply to Continuous cooling, Lithium battery ,Single-route


cooling devices backup time: 30 min

Cold aisle temperature control 18–27°C


range

Cold aisle humidity control 20%–80% RH


range

Heat transfer of enclosure Overall coefficient (U) of heat transfer ≤ 0.3 W/(m²
structures (container) x K)

Fire Fire resistance time of beam 90 min for beam and 120 min for column
extinguishing and column
specifications
Fire resistance time of external 90min for the IT module and auxiliary module;
enclosure 120min for the power module and battery module

Fire resistance time of internal 60min for the IT module and auxiliary module;
partition wall 120min for the power module and battery module

Fire resistance time of fire 90min


door

Extinguishant HFC227-ea / NOVEC1230

VESDA Need

Monitoring DCIM configuration Need


specifications
Room-level access control Need
system - operation

Module-level access control Need


system - operation

Module-level CCTV system - Storage duration: 90 days


operation

Confidential
Document. No.: Procurement Request Form
Template. No.: IN 01.1 Rev. 07Feb2022 Page 8 of 38
PROCUREMENT REQUEST (PR) FOR SAP INPUT

Category Item Specifications

Power and environment Need


monitoring system

4.2. Pre-fabricated Module

4.2.1. Ground Floor:

The main building of this project is the data center building, of which ground floor is the data center.

The data center consists of two modules with a total of 44 cabinets, which are refrigerated by room air-
conditioning and equipped with separate battery room, power room, corridors, MMR rooms, etc. The
reference layout is shown below:

Confidential
Document. No.: Procurement Request Form
Template. No.: IN 01.1 Rev. 07Feb2022 Page 9 of 38
PROCUREMENT REQUEST (PR) FOR SAP INPUT

layout of ground floor

4.2.2. First Floor

First floor includes a training classroom and office space, where the training classroom and and office
area can accommodate about 20 people respectively, while considering the restrooms and pantry area,
the training classroom needs to be set up as a ladder classroom, each row as a height difference of
about 12-15cm, the reference design is as follows:

Rendering of fiirst floor


Confidential
Document. No.: Procurement Request Form
Template. No.: IN 01.1 Rev. 07Feb2022 Page 10 of 38
PROCUREMENT REQUEST (PR) FOR SAP INPUT

The main parameters involved in this project data center are listed below:

The Contractor shall design, manufacture, supply, deploy, configure, test, commission and handover planned
number of fully operational (design & construction) pre-fabricated modular data centers for CLIENT. The Contractor
should demonstrate the capability to provide a mature and reasonable, high quality product to CLIENT and meet the
mandatory requirements below:

4.3. Data Hall White Space Layout


The data hall shall be constructed to provide one continuous open plan space with no walls.

The data hall design should ensure that dust, sand, and humidity is kept from entering the equipment areas when
doors are open for maintenance or emergency.

There shall be no direct outside access from or to the data hall. Outside access will only be permitted via a
controlled airlock structure that would provide a refuge area in the event of a fire evacuation.

44 IT cabinets will be deployed in the data hall, and the dimension of racks:600 mm(W) x 1200 mm(L) x 2000
mm(H).

4.4. Meet Me Room


The MMR room shall be of container structure. In addition, optical fiber feeder windows are considered on the end
wall.

4 network cabinets will be deployed in the MMR, and the dimension of racks: 600 mm(W) x 1200 mm(L) x 2000
mm(H).

4.5. LV Room & Battery Room


o The LV & Battery room will be constructed all the LV systems required.

Confidential
Document. No.: Procurement Request Form
Template. No.: IN 01.1 Rev. 07Feb2022 Page 11 of 38
PROCUREMENT REQUEST (PR) FOR SAP INPUT

o The battery room is separated physically from the LV room by using a fire rated [120min] wall /
compartment as per local code.
o Battery rooms to be provided with hydrogen sensors and gas extraction per local code.
o Suitable room environmental conditioning to be provide to ensure the longevity of the batteries and
equipment.

4.6. Office and training classroom


Frist Floor is the office and training classroom area with videowall, office needs to accommodate 20 people, with
open pantry area; training classroom is designed in four rows of seats, at least five seats in each row, the height
difference of each row of seats is 120-150mm, the overall design needs to meet the following requirements:

4.6.1. Decoration flexibility


Office decoration needs to be very flexible, easy to change the office structure, easy to office relocation and re-
decoration design.

4.6.2. Safety and environmental protection


The materials used in the office should be environmentally friendly materials. The use of environmentally friendly
materials to meet environmental standards, to prevent the production of toxic and hazardous substances, to ensure
the safety and health of the office environment.

4.6.3. comfortableness
The office area should have good lighting, increase the indoor aesthetic effect at the same time, to ensure that staff
can have a good office environment. Designed to make full use of modern advanced knowledge of ergonomics, so
that the design concepts in the office area and the choice of specific furniture more in line with the staff's physical
and psychological needs.

4.7. Outdoor Power Building


Build an outdoor power building to place the requirements of some ATS cabinets, main DBs, sub-DBs, and
transformer except the power module. The transformer room and LV room are physically isolated by firewall.
Walls/compartments conform to local codes. The transformer room is isolated from the LV room.

5. Electrical and Mechanical Scoop of Work.

The following sections outlines the scope of work for the design, installation, testing and commissioning of
the Mechanical and Electrical systems for the new data center project.

Where this section is at variance with any other sections of the tender documents, The Contractor shall obtain
clarification before tendering. Failure to do so will be deemed to imply that the most onerous requirements
have been included for.

Confidential
Document. No.: Procurement Request Form
Template. No.: IN 01.1 Rev. 07Feb2022 Page 12 of 38
PROCUREMENT REQUEST (PR) FOR SAP INPUT

5.1. MEP Design Overview


The data center shall be designed target power load density requirement of average 9 kW/R for IT rack. And
power load density requirement of average 9 kW/R for MMR rack.

5.2. Proposed MEP Works


5.2.1. General
The scope of works consists of several distinct elements of installation. Each element of these works shall be
carried out in accordance with the criteria outlined within this section.

5.2.2. Electrical
The contractor shall prepare design and build nature of this project, this scope will not detail the quantity and sizes
of main Electrical Equipment and will be based on the approved design, however the following main deliverables
should be followed strictly.

o The Contractor shall prepare and submit Electrical Design and Plan for the Electrical
works.
o All xDBs should be monitored by BMS system including load. We need it for C2 as well to
measure Sustainability KPIs.
o Alarms must be sent to BMS system. Critical alarms must be sent to ITSM. No one will sit
in the space waiting for visual or audible alarms.
o Scalable approach for the whole electrical infrastructure.
o 2N redundancy level for all main equipment (N for Transformers).
o N+N power paths feeding each critical equipment with all their panels and cabling.
o Racks are fed through UPS (with batteries) irrespective of the active path.
o No redundancy is required for the utility power.

The extent of the Electrical works to be carried out under this scope shall include:

o New dedicated Modular Data center Electrical power Centre/s including all necessary
connection to the MV Transformers, MV switchgear & associated equipment.
o New Sub-Main Distribution Boards (SMDB’s).
o New dedicated UPS system with 60 minutes battery backup time for each path, including
all necessary new UPS output boards and new sub-UPS output boards as required.
o New Mechanical Switchboards (SMDB-CCU).
o New Power Distribution Units (PDU’s).
o Lightening Protection system.
o LED Lighting & Emergency Lighting Installation.

Confidential
Document. No.: Procurement Request Form
Template. No.: IN 01.1 Rev. 07Feb2022 Page 13 of 38
PROCUREMENT REQUEST (PR) FOR SAP INPUT

o Fire Detection & Alarm installation including all required interfaces to new and existing
systems.
o Power supplies, cabling and containment to mechanical equipment, variable speed drives,
accessories and isolators.
o All Contractors work as required to complete the building services installations.

The Contractor and vendor will be responsible for:


o Site Layout drawings.
o Electrical system diagrams.
o Cooling system diagrams
o ELV & Fire System diagrams

5.2.3. Mechanical

o Minimum of N+1 redundancy level for CRAC(s)


o The HVAC systems shall include the following principal elements :
o HVAC equipment shall supply cooling capacity with N+X arrangement.
o A treated air ventilation system must be in place to change the air in computer rooms,
plant room.
o IT and technical area cooling methodologies, conditioned air distribution techniques to
meet the industry standards with high energy efficient systems.
o Gas based fire suppression system, to protect technical areas and other approved systems
for other non-technical areas.
o Water fire extinguishing system in the battery module.
o Water Leak detection system inside the data center area and adjacent wet service support
areas.

6. Detailed Design

6.2. Electrical Systems Design Responsibilities


The Contractor shall prepare and submit Design Work Plans for the Electrical works, including the items
listed below:

The Contractor shall:

o Prepare calculations in a clear and logical, organised way that is easy to review.

o Clearly describe the basis and methods used in the calculations.

6.3. Mechanical Systems Design Responsibilities


The Mechanical Design scope shall include as a minimum:

• All final cooling load calculations,

Confidential
Document. No.: Procurement Request Form
Template. No.: IN 01.1 Rev. 07Feb2022 Page 14 of 38
PROCUREMENT REQUEST (PR) FOR SAP INPUT

• All design information in support of equipment selections

• Concept design of the DX air-cooled system

• Concept design of all water leakage detection systems.

• Concept design of fire systems – Fire Gas Suppression system.

6.4. Plant Layout


The Contractor shall ensure plant arrangements are laid out and installed in such a manner that
components may be accessed, operated, maintained, removed, and replaced without difficulty, without
comprising the safety of personnel and without comprising normal assesses, escape routes and as far as
possible, the normal operation of the data center.

All installations shall comply in this regard, with relevant sections of ASHRAE guidance, regulations and
Manufacturer’s recommendations.

6.5. Fire Suppression


All fire compartments penetrated by building services shall be fire-stopped using a proprietary method that
maintains the:

o Fire and smoke rating of the compartment,

o Thermal insulation and vapour barrier performance of the service,

o Acoustic performance of the compartment.

Certified test data shall be provided for all methods and materials used.

The Clean Agent fire extinguishing system is used in fire protecting system. System can start automatically,
manually or by conducting mechanical emergency operation.

Firefighting system should be comprised of gas cylinder with HFC-227ea / NOVEC1230, fire extinguishing control
box, smoke detector, heat detector, audible and visual alarm reporter, alarm bell, nozzle, emergency start/abort
button and hand operated fire extinguisher.

The firefighting system can locate the alarm area automatically to minimize the response time of the O&M staff.

The main components of the firefighting system should be CE certified.

The fire rating of materials shall comply with the requirements of the Building Regulations and the Civil Defence
requirements.

Fire stopping for all pipework shall comply with the appropriate test methods as required by Civil Defence.

6.6. Utility Infrastructure


The new data center will be served by a medium voltage room at the Public Safety Campus, which will be
constructed by the Owner. The connection between the new data center and the utility's MV room will be provided
by the Owner.

Confidential
Document. No.: Procurement Request Form
Template. No.: IN 01.1 Rev. 07Feb2022 Page 15 of 38
PROCUREMENT REQUEST (PR) FOR SAP INPUT

6.7. Transformers
Provide new MV-LV Transformers as required by the designed infrastructure. It is the bidder’s prerogative to select
the transformers for the required capacities, dry-type transformer for bidding is recommended for easy O & M.

The transformer needs to take into account not only the capacity requirements of this new data center, but also the
existing 160kw IT-loaded data center, which consumes a total of about 330kw of power.

The basic parameters of the transformer are required as follows:

Item Specifications

Rated Voltage (HV) 13.8kV

Rated Voltage (LV) 400V

Frequency 60Hz

Vector group Dyn 11

insulation Epoxy Resin

Insulation class: F(155℃)

Sound level As per NEMA standard

Cooling Type AN

K factor K-9

Enclosure Min.IP20

Temperature monitoring device T154

6.8. Low Voltage Switchgear

6.8.1. Supply Characteristics


The LV Distribution system will operate at operating voltage, and frequency as utility power regulations.

The maximum prospective short circuit current shall be checked by The Contractor before any final calculations or
purchasing of equipment/cables.

The ATS and MDB should follow the requirements below:

Automatic transfer switches (ATS)

ATS ratings shall be compatible with maximum generator rating.

Motorized ATS with manual changeover shall be provided.

ATS shall have an indicator for operation modes (Mains, Generator, and Neutral).

ATS actuator and control shall be operated by isolated DC power source with backup battery and charger.

ATS shall be of type (break before make).

Confidential
Document. No.: Procurement Request Form
Template. No.: IN 01.1 Rev. 07Feb2022 Page 16 of 38
PROCUREMENT REQUEST (PR) FOR SAP INPUT

The control system shall monitor, manage and precisely control the voltage, phases and frequency to obtain clean
output that satisfies the specified margins.

The control system shall be able to automatically switch into generator when sensing any abnormal signals from
mains. These conditions values shall be configurable.

The ATS should meet Form 3B and IP30.

The ATS should be monitored and managed by the DCIM.

The MDB specs:

Item Specifications

Operating condition Indoor class B environment

Altitude 0–1000 m

When the altitude is greater than 1000 m, the power is derated according to the
industry standard. The maximum altitude is 4000 m.

Operating temperature 0–40°C

Humidity ≤ 95% RH (non-condensing)

Rated input operating 380/400/415 VAC


voltage

Rated input operating 50/60 Hz


frequency

Enclosure IP rating IP30 and Form 3b

Certification report CE and CCC

Monitoring The following total input parameters of the PDF are displayed and measured: three-
phase voltage, current, reactive power, active power, and power factor.

The meter provides the standard RS485 communication function to communicate


with the upstream monitoring host in serial mode.

6.8.2. Scope of Works


The Contractor shall be responsible for the complete design, supply, installation, testing.

• New Data center Mechanical Cooling Distribution Boards.

• New Data center single source intelligent Power Distribution Units.

• Low voltage MCC Panels to supply cooling system.

Confidential
Document. No.: Procurement Request Form
Template. No.: IN 01.1 Rev. 07Feb2022 Page 17 of 38
PROCUREMENT REQUEST (PR) FOR SAP INPUT

• Non-critical LV distribution boards and consumer units as required on the project.

• Low smoke zero halogen indoor power cable (LSZH).

• Auxiliary power supply systems in plant areas.

6.9. Classification of Supply


6.9.1. IT Load
The Data center IT load is deemed critical and hence always requires a no-break supply. The IT load shall be
supplied by dedicated main intake LV Switchboard, static UPS systems, output switchgear, and power distribution
units (PDU).

The IT load should always be fed through UPS systems.

6.9.2. Mechanical Supplies


The mechanical load shall be supplied by dedicated SMDB’s, with redundant power to be provided by generator.
Each Integrated Cooling Unit for Server Racks will be dual supplied with integral automatic supply change-over.

6.9.3. Low Voltage Protection Strategy


The protection coordination of the low voltage network shall be designed to minimise the level of disturbance to the
operation of the facility in the event of a fault occurring on the network and, where possible, breaker settings and
frame sizes will be selected to provide total discrimination. Consequently, the MCB frame sizes may be substantially
larger than the trip settings.

6.9.4. Transient Overvoltage Protection


On the incoming section to each main low voltage switchboard and sub switchboard, a surge suppression device to
be provided with fuse protection sized in accordance with the requirements of the installation.

6.9.5. Mechanical Cooling LV Distribution Boards


New single source mechanical cooling sub main distribution boards (SMDB’s) shall be provided and installed within
the new data center providing power to data center specific mechanical loads including Integrated Cooling Units for
Server Racks units.

All DCIM equipment shall be enclosed within a dedicated section of the mechanical distribution panel. The devices
shall be for monitoring of the mechanical distribution panel circuit breakers and critical alarms only and the
monitoring section shall be constructed to allow all equipment to be worked on whilst live without undue risk to load.

There shall be no components in the controls section capable of affecting the connected load. The monitoring
section shall generally contain the Power Meters, Ethernet Switch and other ancillary components.

6.9.6. Power Distribution Unit


New single source Smart Busway shall be provided and installed within the New Data center.

All DCIM equipment shall be enclosed within a dedicated section of the Smart Busway. The devices shall be for
monitoring of the critical alarms only and the monitoring section shall be constructed to all equipment to be worked
on whilst live without undue risk to load.

There shall be no components in the controls section capable of affecting the connected load. The monitoring
section shall generally contain Power Meters, Ethernet Switch and other ancillary components.

Confidential
Document. No.: Procurement Request Form
Template. No.: IN 01.1 Rev. 07Feb2022 Page 18 of 38
PROCUREMENT REQUEST (PR) FOR SAP INPUT

6.10. Generator Sets

6.10.1.Fundamental Requirements
The Contractor shall provide fault tolerant N+1 sets of generators, these generators shall be DCC/COP Rated and
provide a “no-break” like capability.

The Contractor shall provision 2 set of DCC container type generator for new prefabricated data center and existing
data center. The existing fuel tank in the campus can be used for two new diesel generators.

The Contractor shall provide 1 new diesel generator and the second one will be as an optional in the commercial.

The new diesel generators need to take into account the capacity of both the new data center and the existing
160kw (total power consumption of approximately 330kw) data center.

Fuel tank capacity needs to be considered for 72 hours of continuous operation. The campus has existing one
25000L underground fuel oil tank, and the contractor needs to supply another 12000L underground fuel oil tank.
The basic requirement for generator is as follow:

Item Specifications

Rated Voltage (LV) 400V

Frequency 60Hz ± 1%

Noise Level 85db@1m

Altitude 1000m above sea level

Temperature 50 Degree Celsius

Relative Humidity up to 100%

Neutral Point Solidly Grounded

Certifications ISO, IEC, etc.

6.11. UPS Systems


All critical data center loads shall be supplied by static modular UPS systems backed up by generators.

Each Static modular UPS system will normally operate in full double conversion mode.

The UPS shall meet with the following specific requirements as a minimum:

• The UPS system shall provide continuous, transient free power to critical loads regardless of voltage
and frequency deviations and outages of the normal and/or generator backed supply.

• The UPS system shall be integrated with BMS and Zabbix monitoring solutions.

• The UPS system shall support no less than 4 unit parallel.


Confidential
Document. No.: Procurement Request Form
Template. No.: IN 01.1 Rev. 07Feb2022 Page 19 of 38
PROCUREMENT REQUEST (PR) FOR SAP INPUT

• UPS system must cover 60 minutes battery backup time for each path, including all necessary new
UPS output boards and new sub-UPS output boards as required.

• The rated capacity of UPS power module is no less than 100kVA and supports hot swap.

• It shall have a minimum efficiency of 96% at 40%~100% load for power module.

• It shall be an Online Double Conversion unit.

• The power module, static bypass module and controller module should be hot swappable.

• The input power factor shall be 0.99.

• The output power factor (PF) shall be 1.

• It shall be located in a LV room and shall support the data center PDU’s.

• It should both support Lithium battery and minimum 30 minutes(one path) backup time shall be allowed
for on the UPS lithium batteries which are 15 years lifespan design(25℃ work temperature, EOL
80%).

• Each battery cell shall be monitored by DCIM.

• The UPS strategy shall allow for intelligent load sharing between redundant units to maximize efficiency
of the system at unit load

Modular UPS

UPS quantities and requirements are listed below:

Item Description Quantity Unit


IT UPS, 800*1000*2000mm(W*D*H), with
2 PCS
5*100kVA power modules, 600KVA frame
UPS
Mechanical UPS,
800*1000*2000mm(W*D*H), with 2 PCS
5*100kVA power modules, 600KVA frame

The UPS units shall convert AC mains power to DC and then back to AC via power transformers of the
IGBT type, controlled via a digital signal processor to provide a pure sinewave output.

It shall consist of the following major components as a minimum:

▪ Rectifier

▪ Battery-charger

Confidential
Document. No.: Procurement Request Form
Template. No.: IN 01.1 Rev. 07Feb2022 Page 20 of 38
PROCUREMENT REQUEST (PR) FOR SAP INPUT

▪ Inverter

▪ Digital Signal Processor

▪ Matching Battery Cubicles and Batteries

▪ Main Control Panel and LCD display

▪ Internal Automatic No-break Static Transfer Switch

• External Bypass Switch

Lithium battery

The UPS shall have dual electrical input connections, one supplying the normal inverted output and standby
batteries and the second connection supplying the internal static bypass switch.

They shall be able to supply full power for loads with power factor up to 0.9 lagging (inductive loads) and 0.9 leading
(capacitive loads).

Failure of any component shall not interrupt the AC output. Instead it shall disconnect itself from the configuration
while transferring the load to the static transfer switch and then activating an alarm.

The supplied UPS units shall be compatible with all other electrical equipment used in the installation.

The UPS battery shall be LFP (Lithium iron phosphate). And the battery system should be:

• Battery Cell Material, LiFePO4

• Long cycle lifespan, up to 5000 cycles @ 50% DOD

• Smart active voltage balance control, Battery strings of different numbers of lithium batteries can be
connected in parallel in one battery cabinet.

Battery quantities and requirements are listed below:

Item Description Quantity Unit


for IT load backup time
600*850*2000mm(W*D*H), with PCS
(8+8)*76AH battery modules
Lithium Battery
for Mechanical load backup time
600*850*2000mm(W*D*H), with PCS
(8+8)*76AH battery modules

Confidential
Document. No.: Procurement Request Form
Template. No.: IN 01.1 Rev. 07Feb2022 Page 21 of 38
PROCUREMENT REQUEST (PR) FOR SAP INPUT

6.12. Lightning Protection


A complete Lightning Protection System (LPS) installation shall be installed in accordance with EN 62305.

The installation shall comprise of a high level catenary wire air termination system for protection of al metalwork,
test points, and earth terminations. All assessment, design, installation and testing works shall be carried out by a
lightning protection specialist.

6.13. Fire Detection & Alarm System

6.13.1.General
The Contractor shall design, supply, install, test and commission all necessary fire alarm system to be installed
within all areas of the facility.

Should follow the following American standard:

NFPA 1: Fire Code

NFPA 13: Standard for the Installation of Sprinkler Systems

NFPA 20: Standard for the Installation of Stationary Pumps for Fire Protection

NFPA 220: Standard on Types of Building Construction

6.14. Specific Requirements


The DC should have smoke and heat detectors to protect the data center hall area. Manual call points shall be
provided at each building exit, and where required to comply with the fire regulations.

Interfaces shall be provided from the fire alarm system to the following:

• Fire Gas Suppression

• Security & Access Control

The Contractor shall determine the number of loops required based on the number of devices required and the
manufactures’ data sheets and recommendations.

Fire Alarm cabling support system and fixings should be fire resistant throughout and installed such that the
supports will continue to operate effectively in the event of fire. The fire alarm system shall be connected to security
system to locally override door controls in the event of emergency.

Also should have sprinkler system for the battery area and fire extinguishers.

Confidential
Document. No.: Procurement Request Form
Template. No.: IN 01.1 Rev. 07Feb2022 Page 22 of 38
PROCUREMENT REQUEST (PR) FOR SAP INPUT

6.14.1.The Fire Extinguishing System

The fire extinguishing system consists of the automatic fire alarm system, automatic gas extinguishing
system, emergency lighting and evacuation system, automatic water sprinkler system, emergency
broadcast system, fire control telephone system, hand-held fire extinguisher, fire hydrant, fire pump, and
water tank.
Both the data equipment room and power & battery room, two smoke detectors and two temperature sensors are
configured for each aisle (only smoke detectors are configured in corridors and office areas).

Subsystem Function

Automatic fire alarm system Provides fire alarm and linkage control
functions

Automatic Gas Fire Extinguishing System Fire extinguishing equipment in the power
supply and distribution and equipment
area

Emergency lighting system After the mains supply is disconnected,


emergency lighting is provided for
evacuation.

Automatic water sprinkler system The functional area is moved to


extinguish the fire

Emergency broadcast system Report fire and emergency situations and


instruct personnel to evacuate

Fire control telephone system It is used to provide emergency contact


information when the basement cannot
communicate properly

Hand-held fire extinguisher Proactively extinguish fire when fire


hazards are found in each area

Fire hydrant, fire pump, fire water tank Provide fire extinguishing water

6.14.2.The Gas Extinguishing System

The gas extinguishing system should consists of the gas extinguishing controller, smoke sensor, temperature
sensor, audible and visual alarm, alarm bell, gas release indicator, emergency start/abort button, hand/automatic
switch box, fire cylinder, solenoid valve, pressure switch, and nozzle. The fire extinguishing system in the power
Confidential
Document. No.: Procurement Request Form
Template. No.: IN 01.1 Rev. 07Feb2022 Page 23 of 38
PROCUREMENT REQUEST (PR) FOR SAP INPUT

supply and distribution and equipment area uses a general submerged Heptafluoropropane or fluorinated ketone
gas fire extinguishing system. Other office areas use the hand-held fire extinguisher.

The Clean Agent fire extinguishing system should use environment friendly Gas, HFC-227ea or Novec
1230.

6.14.3.Battery Room Fire Safety

The battery room must comply with local laws, regulations, and standards on fire safety, and be equipped with
necessary fire fighting facilities to effectively extinguish fire and prevent reignition.

Deploy an independent battery room with 2-hour fire resistance rating.

The battery room shall be equipped with dry-type water fire extinguishing facilities such as a water spray or water
sprinkler system. Ensure that the water stored can be supplied for more than 2 hours at the designed water flow
rate and that the surrounding water source shall be able to supply water continuously for 12 hours to cope with
the risk of reignition or fire spreading after a battery fire is extinguished.

6.14.4.The Emergency Lighting System

The emergency lighting system consists of a centralized monitoring system and a distributed power supply system.
The system should consists of the emergency lighting controller, emergency light, and exit indicator.

An emergency lighting controller is installed in the SECURITY/ BMS ROOM to monitor and manage the emergency
lights and exit indicators.

A single emergency lighting controller supports four monitoring loops, each of which supports a maximum of 100
devices with IP addresses. The emergency light is set on each main channel.

The exit indicator is set above each door, and the exit indicator marked with an arrow is set in the corridor area.

6.15. Lighting

6.15.1.General
The Contractor shall supply, install, connect, test and commission the lighting installation accordance with EN
12464-1.

The Contractor shall design, install, supply and test the complete internal lighting installation for the new data
center. Economic LED lighting shall be considered where piratical throughout the MDCC.

6.15.2.Internal Spaces
The illumination values indicated are average maintained luminance figures, and shall be varies as appropriate, in
order to highlight particular hazard, access way, equipment or sign etc.

Lamp types shall be selected with due considerations to their suitability for the particular purpose, efficiency, deign
life and other maintenance issues. The lamp colour shall be 4000K.

Energy efficient lamps shall be selected throughout the facility to reduce the use of energy and shall meet the
requirements of the local building regulations.

Confidential
Document. No.: Procurement Request Form
Template. No.: IN 01.1 Rev. 07Feb2022 Page 24 of 38
PROCUREMENT REQUEST (PR) FOR SAP INPUT

6.15.3.External Spaces
Where additional external lighting is required to facilitate new equipment installations as part of the Modular Data
center Complex the installed external lighting scheme shall promote a feeling of safety and security for the users of
the building.

General access and security lighting shall be designed by The Contractor in accordance with the relevant Codes
and Regulations. Particular consideration shall be given to local regulations regarding external lighting.

The Contractor shall design the exterior lighting so that luminaires produce a maximum initial luminance value no
greater than 1 lux horizontal and vertical at the site boundary and no greater than 0.1 lux horizontal 3 metres
beyond the site boundary.

All luminaires selected for external lighting shall be compliant with EN 60598 - Luminaires.

6.15.4.Emergency Lighting
The Contractor shall supply, install, and connect, test and commission fully comprehensive and operational
emergency lighting system with a minimum of 90 minutes battery time.

The Contractor shall allow for an emergency light Central Battery System. Emergency luminaires shall be
strategically located throughout the MDCC.

The Contractor shall supply, install, connect, test and commission emergency exit sings to all areas as necessary.

6.15.5.Escape Signage Enhancements


Illuminated exit signage shall be provided at each door and at each change of direction/change of level.

6.16. Requirements for cold or hot aisle cabinet system


6.16.1.Overview
A contained cold or hot aisle consists of front & end doors and cabinets. The aisle containment adopts the cameras,
temperature and humidity (T/H) sensors and smoke detectors.

The cabinet parameters and reference pictures are as follows:

Cabinet technical specifications

Item Technical Specifications

Dimensions (H x W x D) 2000 mm x 600 mm x 1200 mm

Color Black (PANTONE426C/RAL9005)

Material High-intensity class A carbon cold rolled steel plate and zinc-coated steel plate

Air channel Front and rear air channels

Door opening mode The front door is a single door, and the rear door is a double one.

IP rating IP20

Confidential
Document. No.: Procurement Request Form
Template. No.: IN 01.1 Rev. 07Feb2022 Page 25 of 38
PROCUREMENT REQUEST (PR) FOR SAP INPUT

6.16.2.Cabinet doors and side panel


• Front and rear doors opening angle should not less than 120°

• Side panel is divided into upper and down 2 pieces to support free tools maintenance and installation.

6.16.3.Cabinet top panel


• The top panel has the cable inlet holes. The square inlet holes is no less than 4, and the area is no less
than 190mm * 95mm.

6.16.4.Security and reliability


• Cabinet has a comprehensive ground protection; multi-point grounding and equipotential bonding are
used by ground strip which can fix on the column of cabinet.

• The cabinet can set the ground point for the PDU or power distribution unit individually to improve the
safety and reliability.

• Cabinet four corner material shall be casting to enhance the cabinet structure strength.

6.17. Precision in-room air conditional for cabinet system


The contractor shall design, deliver and install the precision in-room air conditional. They shall be in prefabricated
form factory.

A minimum redundancy of [N+X] should be considered for each room. If N is greater than or equal to 7, X = 2.

The selection process of the units’ capacity, quantity and distribution should be detailed in the bidding documents
and through CFD Simulation.

The following features will be provided as a minimum for the precision in-room air conditioner:

• Precision Air Conditioner indoor unit should be configured with DC inverter compressor, evaporator, EC
fans, controller, electric expansion valve, oil separator, sight glass, dryer filter, humidifier (optional), and
electric heater (optional)

• A high-efficiency PAC unit has cooling capacity with stepless adjustments between 10 percent and 100
percent. To save energy, the cooling capacity should be adjusted according to heat load. The
compressor crankcase should be equipped with an electric heater to improve compressor reliability.

Confidential
Document. No.: Procurement Request Form
Template. No.: IN 01.1 Rev. 07Feb2022 Page 26 of 38
PROCUREMENT REQUEST (PR) FOR SAP INPUT

• The PAC unit should achieve stable and fast dehumidification at a minimum of 10 percent low IT load
and greater than 95 percent relative humidity conditions, to avoid the condensation risk on IT
equipment at extreme conditions.

• The electronic expansion valve can close the valve normally during sudden power-down situations. This
prevents liquid flow back to the compressor and ensures system reliability.

• PAC unit should use environment friendly refrigerant R410A.

• PAC evaporator should be equipped with a copper pipe and hydrophilic aluminum fin to ease
condensation water drainage and prevent water loss while improving heat exchange. The evaporator
should be a ‘V’-type design to provide better air distribution and prevent air pressure drop.

• Standard configuration of the PAC unit’s return air side includes built-in temperature sensors and
temperature and humidity sensor to measure the temperature more accurately and increase system
reliability.

• To reduce the impact to the upper grid caused by start-up of the PAC unit, its start-up current should be
lower than rated current.

• PAC indoor unit should use high efficiency, energy-saving variable speed EC fans to reduce fan power
consumption.

• The compressor and dry filter should use a threaded connection so there is no welding work during
maintenance. The threaded connection can reduce maintenance difficulty and shorten troubleshooting.

The number of air conditioners is shown in the table below:

Location Dimensions Type Quantity


CRAC For Data 900*1000*2000mm(W*D*H),
In-room 15
Hall A055D
CRAC For 900*1000*2000mm(W*D*H),
In-room 3
Power Module A055D
CRAC For 900*1000*2000mm(W*D*H),
In-room 2
Battery Module A055D
CRAC For MMR 300*1200*2000mm(W*D*H),
In-row 2
Module A035

6.18. Ventilation
The ducted distribution systems shall comprise all ductwork, fire rated ductwork where applicable, grilles, dampers,
diffusers and associated equipment necessary for safe and satisfactory operation and maintenance.

The airflow to the Data Hall is to provide ventilation to keep them positively pressurised in relation to the
surrounding areas.

Confidential
Document. No.: Procurement Request Form
Template. No.: IN 01.1 Rev. 07Feb2022 Page 27 of 38
PROCUREMENT REQUEST (PR) FOR SAP INPUT

6.19. Requirements for cold or hot aisle cabinet system


6.19.1.Overview
A contained cold or hot aisle consists of front & end doors and cabinets. The aisle containment adopts the cameras,
temperature and humidity (T/H) sensors and smoke detectors.

The cabinet parameters and reference pictures are as follows:

Cabinet technical specifications

Item Technical Specifications

Dimensions (H x W x D) 2000 mm x 600 mm x 1200 mm

Color Black (PANTONE426C/RAL9005)

Material High-intensity class A carbon cold rolled steel plate and zinc-coated steel plate

Air channel Front and rear air channels

Door opening mode The front door is a single door, and the rear door is a double one.

IP rating IP20

6.19.2.Cabinet doors and side panel


• Front and rear doors opening angle should not less than 120°

• Side panel is divided into upper and down 2 pieces to support free tools maintenance and installation.

6.19.3.Cabinet top panel


• The top panel has the cable inlet holes. The square inlet holes is no less than 4, and the area is no less
than 190mm * 95mm.

6.19.4.Security and reliability


• Cabinet has a comprehensive ground protection; multi-point grounding and equipotential bonding are
used by ground strip which can fix on the column of cabinet.

• The cabinet can set the ground point for the PDU or power distribution unit individually to improve the
safety and reliability.
Confidential
Document. No.: Procurement Request Form
Template. No.: IN 01.1 Rev. 07Feb2022 Page 28 of 38
PROCUREMENT REQUEST (PR) FOR SAP INPUT

• Cabinet four corner material shall be casting to enhance the cabinet structure strength.

6.19.5.Precision in-room air conditional for cabinet system


The contractor shall design, deliver and install the precision in-room air conditional. They shall be in prefabricated
form factory.

A minimum redundancy of [N+X] should be considered for each room. If N is greater than or equal to 7, X = 2.

The selection process of the units’ capacity, quantity and distribution should be detailed in the bidding documents
and through CFD Simulation.

The following features will be provided as a minimum for the precision in-room air conditioner:

• Precision Air Conditioner indoor unit should be configured with DC inverter compressor, evaporator, EC
fans, controller, electric expansion valve, oil separator, sight glass, dryer filter, humidifier (optional), and
electric heater (optional)

• A high-efficiency PAC unit has cooling capacity with stepless adjustments between 10 percent and 100
percent. To save energy, the cooling capacity should be adjusted according to heat load. The
compressor crankcase should be equipped with an electric heater to improve compressor reliability.

• The PAC unit should achieve stable and fast dehumidification at a minimum of 10 percent low IT load
and greater than 95 percent relative humidity conditions, to avoid the condensation risk on IT
equipment at extreme conditions.

• The electronic expansion valve can close the valve normally during sudden power-down situations. This
prevents liquid flow back to the compressor and ensures system reliability.

• PAC unit should use environment friendly refrigerant R410A.

• PAC evaporator should be equipped with a copper pipe and hydrophilic aluminium fin to ease
condensation water drainage and prevent water loss while improving heat exchange. The evaporator
should be a ‘V’-type design to provide better air distribution and prevent air pressure drop.

• Standard configuration of the PAC unit’s return air side includes built-in temperature sensors and
temperature and humidity sensor to measure the temperature more accurately and increase system
reliability.

• To reduce the impact to the upper grid caused by start-up of the PAC unit, its start-up current should be
lower than rated current.

• PAC indoor unit should use high efficiency, energy-saving variable speed EC fans to reduce fan power
consumption.

• The compressor and dry filter should use a threaded connection so there is no welding work during
maintenance. The threaded connection can reduce maintenance difficulty and shorten troubleshooting.

The number of air conditioners is shown in the table below:

Location Dimensions Type Quantity


CRAC For Data 900*1000*2000mm(W*D*H),
In-room 15
Hall A055D
CRAC For 900*1000*2000mm(W*D*H),
In-room 3
Power Module A055D
CRAC For 900*1000*2000mm(W*D*H), In-room 2
Confidential
Document. No.: Procurement Request Form
Template. No.: IN 01.1 Rev. 07Feb2022 Page 29 of 38
PROCUREMENT REQUEST (PR) FOR SAP INPUT

Battery Module A055D


CRAC For MMR 300*1200*2000mm(W*D*H),
In-row 2
Module A035

6.20. Ventilation
The ducted distribution systems shall comprise all ductwork, fire rated ductwork where applicable, grilles, dampers,
diffusers and associated equipment necessary for safe and satisfactory operation and maintenance.

The airflow to the Data hall is to provide ventilation to keep them positively pressurised in relation to the surrounding
areas.

7. Data Center Infrastructure Management


7.2. Overview
The Contractor shall be responsible for the implementation and the configuration of a Data Center Infrastructure
Management (DCIM) System for remote monitoring and control of various environmental elements within the data
center.

The Data center security access system must be integrated with the ACS system.

The data center infrastructure, including the DCIM, shall be thoroughly tested as a system and proven in actual use
prior to installation.

The system should use the B/S architecture and supports mainstream browsers, such as Internet Explorer,
Chrome, and Firefox. In any location of the network, the system can be accessed in real time through the browser.

The system should be open and support the following interface protocols: Common open standard protocols, such
as Web Service API, SNMP, Modbus, and BACnet, facilitate quick capacity expansion in the future.

The system should be ecological and should have ecological cooperation experience. Cooperate with the common
BMS and security protection systems in the data center to implement ecosystem pre-interconnection with
mainstream vendors, to ensure quick and secure interconnection of the system.

The system should be modular. The modular design of multiple layers and functions should be implemented. In
addition, the system must be scalable to meet the existing requirements. In addition, the system can be quickly and
flexibly connected to new devices and systems according to the requirements of subsequent capacity expansion.

7.3. Equipment and Environmental Monitoring


The system needs to implement real-time and centralized monitoring of various power facilities and
environment facilities. The DCIM shall be used to monitor and/or control the following:

7.3.1. Power Usage


To gain a comprehensive picture of data center power usage and consumption The Contractor shall ensure the
DCIM solution monitors power at

• The UPS

• Smart Busway

Confidential
Document. No.: Procurement Request Form
Template. No.: IN 01.1 Rev. 07Feb2022 Page 30 of 38
PROCUREMENT REQUEST (PR) FOR SAP INPUT

The data center smart busway shall feature integrated monitoring and control capabilities to enable continuous
power monitoring.

7.3.2. Monitoring Alerts and Alarms


The DCIM software shall provide the functionality to view immediate notification of a failure or an event through
alarms within the data center.

The data center shall have a centralized alarm management system integrated into the DCIM to provide a single
GUI to view and prioritize alarms by criticality, to ensure the most serious incidents receive priority attention.

The management system must cover the new and the current datacenter.

7.3.3. DCIM Software Functional Requirements


The DCIM shall be a centralized server application that is accessed remotely from Client workstations/servers via a
HTTPS connection.

The DCIM software shall provide the methodology to create visual view of the data center floor layout, add cabinet
elevation views and the equipment within. This module shall also map the alarms to the appropriate device on the
floor layout. The DCIM software shall provide the following functionalities as a minimum:

7.4. Data Center Floor Layout


The DCIM software shall have the capability to show the floor layout.

The DCIM shall have the capability to configure a bird’s eye view of the room layout to ensure the model accurately
represents the real-world physical environment of the room.

The DCIM software shall have the capability to add locations and rooms, such as MDA-A and MDA-B, of different
types to the data center model to represent the actual physical enterprise infrastructure.

7.5. Equipment List


The DCIM software shall be able to provide an equipment list that contains up-to-date floor and cabinet mounted
equipment within the data center.

The DCIM software shall be able to allow a user to add floor and cabinet-mountable equipment to the room and
cabinet respectively.

7.6. Operational Monitoring and Reporting


The DCIM software shall provide change management functionality to keep track of equipment additions,
movements, maintenance or deletions in a data center.

In addition, the software shall support a report design tool that has the ability to configure and design custom
reports in addition to the standard built-in reports. Standard report templates shall include, but not limited to:

• Energy Cost Report

• Inventory Report

• Power Capacity Report

• Capacity History Report

• Work Order details

Part of the operational monitoring shall be the support of high-level KPI dashboard via a web interface; a dashboard
that displays key performance indicators (KPIs) of the data center shall be capable within the DCIM software.

Confidential
Document. No.: Procurement Request Form
Template. No.: IN 01.1 Rev. 07Feb2022 Page 31 of 38
PROCUREMENT REQUEST (PR) FOR SAP INPUT

The DCIM GUI app shall be supported on mobile and handheld devices such as Android mobile devices for ease of
access and monitoring.

7.7. DCIM System security and Access


The DCIM software shall allow the user to create user accounts ranging from administrator access to view only
access. The DCIM shall have no specified limit to the number of user accounts that can be created. Each of these
accounts shall have their own unique login user name and password.

An administrator shall have full read/write access to all the DCIM’s functionality.

The access other users can be, limited to specific rooms, specific features, as well as provide view only access. A
“view only” access user shall not be allowed to change the DCIM configuration.

The DCIM system needs to have a variety of safety designs with proof:

• Virus scanning: The management system software is subject to at least three types of Enterprise
Edition virus scanning tool to scan. Scanning reports are required to ensure system security.

• Vulnerability scanning: The management system, associated operating systems, and databases are
scanned by common Enterprise Edition vulnerability scanning tools. High-risk vulnerabilities are not
allowed, and scanning reports are required.

• Password storage: User passwords, phone numbers, emails, and other personal information in the
management system must be encrypted and must not be stored in plain text. Relevant proof is
required.

• Log management: Logs need to cover all operating instructions and user activities in the system.
Activities cannot be deleted.

8. Fiber cable with ODFs and passive work


8.2. Fiber cable between the existing Data Center and the expansion Data Centre
The Contractor shall be responsible for Fiber 2x384 Cores cable between the existing Data Center and the
expansion Data Center and Fiber should be routed through cable trays, ducts, and manholes underground.

Cable trays, ducts, manholes, and physical works including excavation should be the contractor's responsibility.

Fiber between both ODF1 and ODF2 of existing DC and new DC should be routed from two different paths for
redundancy in case of any damage or cut.

Proper Ducts and manholes should be used which meet industry standards and should be burred underground and
proper Fiber spacer should be used.

8.3. ODF, Fiber Patch panels and Fiber Box


The Contractor shall be responsible for Racks, Fiber ODFs, Fiber Box and Fiber patch panels to complete the
connectivity.

All Fiber ODFs panel and Box should be LC/APC (Green) and Fiber patch cords should be provided by contractor
to connect the hardware’s.

8.4. Connectivity between new building MMR to new DC ODF and Racks
The Contractor shall be responsible for 2x384 Core Fiber between MMR ODFs to new Data Center and cloud data
Center ODFs for redundancy.

Confidential
Document. No.: Procurement Request Form
Template. No.: IN 01.1 Rev. 07Feb2022 Page 32 of 38
PROCUREMENT REQUEST (PR) FOR SAP INPUT

8.5. Fiber connectivity Design diagram

Rack interconnecting Table


From To Passive equipment required
ODF-1 Each Rack 24 Core Fiber with IDF
ODF-2 Each Rack 24 Core Fiber with IDF
ODF-1 ODF-2 96 Core Fiber With IDF
ODF-1 MMR-1 384 Core Fiber with Both side Fiber BOX
ODF-2 MMR-1 384 Core Fiber with Both side Fiber BOX
ODF-1 MMR-2 384 Core Fiber with Both side Fiber BOX
ODF-2 MMR-2 384 Core Fiber with Both side Fiber BOX
Expansion Data Center
Netowrk
ODF-1 Rack 96 Core Fiber With IDF
Netowrk
ODF-2 Rack 96 Core Fiber With IDF
DC MMR- New DC-
1 MMR-1 384 Core Fiber with Both side Fiber BOX
DC MMR- New DC
2 MMR-2 384 Core Fiber with Both side Fiber BOX
ODF-1 Each Rack 24 Core Fiber with IDF
ODF-2 Each Rack 24 Core Fiber with IDF
ODF-1 ODF-2 96 Core Fiber With IDF
ODF-1 MMR-1 384 Core Fiber with Both side Fiber BOX
ODF-2 MMR-1 384 Core Fiber with Both side Fiber BOX
ODF-1 MMR-2 384 Core Fiber with Both side Fiber BOX
ODF-2 MMR-2 384 Core Fiber with Both side Fiber BOX
Expansion Cloud Data Center
Netowrk
ODF-1 Rack 96 Core Fiber With IDF
Netowrk
ODF-2 Rack 96 Core Fiber With IDF
DC MMR-
1 DCE-MMR-1 384 Core Fiber with Both side Fiber BOX
DC MMR-
2 DCE MMR-2 384 Core Fiber with Both side Fiber BOX

Above calculation is based on assumptions number can increased while implementation.

Confidential
Document. No.: Procurement Request Form
Template. No.: IN 01.1 Rev. 07Feb2022 Page 33 of 38
PROCUREMENT REQUEST (PR) FOR SAP INPUT

9. Installation And Equipment’s


• Supply and install the below:

No. Model Description Qty.


1 CE16804_DC-Core
CE16804-AH CE16804 AC/HVDC assembly chassis 2
CE-MPUD-HALF2 CE16800 Main Processing Unit D-2 (half-width) 4
CE-SFU04G-G CE16804 Switch Fabric Unit G 10
FAN-240SA-B Fan Tray Assembly 6
CEL36LQFD-G 36-port 40GE interface card (FD-G, QSFP+) 2

Confidential
Document. No.: Procurement Request Form
Template. No.: IN 01.1 Rev. 07Feb2022 Page 34 of 38
PROCUREMENT REQUEST (PR) FOR SAP INPUT

CEL48XSFD-G 48-port 10GE interface card (FD-G, SFP+) 2


PAH-3000WA 3000W Dual Inputs AC&HVDC Power Module 8
N1-CE168LIC-CFAD N1-CloudFabric Advanced SW License for CloudEngine 16800 2
N1-CloudFabric Advanced SW License for CloudEngine 16800-SnS-
N1-CE168CFAD-SnS1Y 2
Year(Annual fee validity period : 3 years from" PO signed plus 90 days ")
10GBase-USR Optical Transceiver,SFP+,10G,Multi-mode
SFP-10G-USR 12
Module(850nm,0.1km,LC)
40GBase-LX4-MM Optical Transceiver,QSFP+,40GE,Multi-
QSFP-40G-LX4-MM 24
mode(1310nm,0.15km,LC)
QSFP-100G-AOC-10M Active Optical Cable ,QSFP28,100G,(850nm,10m,AOC) 2
CR9XFIXSPO80 Fixing parts for air filter sponge 2
03058871-003_88134UJL- 36-port 40GE interface card (FD-G, QSFP+)_Hi-Care Standard CE16800 36-
2
3WX_36 port 40GE interface card (FD-G, QSFP+)_36Month(s)
03058873-003_88134UJL- 48-port 10GE interface card (FD-G, SFP+)_Hi-Care Standard CE16800 48-
2
3WW_36 port 10GE interface card (FD-G, SFP+)_36Month(s)
02352RCU_88134UJL- CE16804 AC/HVDC assembly chassis_Hi-Care Standard CE16804
2
3WU_36 Chassis_36Month(s)
2 CE6866-48S8CQ-P(PDUC13_Europe)_Border Leaf
CE6866-48S8CQ-P switch with RTU bundle 1 (48*25GE SFP28,8*100GE
CE6866-48S8CQ-PB1 QSFP28, 2*AC power modules, 4*fan modules, port-side intake, 48*50GE 2
and 8*200GE capacity upgrade license RTU)
N1-CE68LIC-CFAD N1-CloudFabric Advanced SW License for CloudEngine 6800 2
N1-CloudFabric Advanced SW License for CloudEngine 6800-SnS-
N1-CE68CFAD-SnS1Y 2
Year(Annual fee validity period : 3 years from" PO signed plus 90 days ")
N1-CloudEngine 6800 Value-added Package for the TCP Acceleration
N1-CE68LIC-TCPAC 2
Scenarios
N1-CloudEngine 6800 Value-added Package for the TCP Acceleration
N1-CE68TCPAC-SnS1Y Scenarios-Subscription and Support-Year(Annual fee validity period : 3 years 2
from" PO signed plus 90 days ")
N1-CloudEngine Data Center Switch Multi-cloud Multi-DC Value-added
N1-CE-F-LIC-MDCA 2
Package - Fixed
N1-CloudEngine Data Center Switch Multi-cloud Multi-DC Value-added
N1-CEFMDCA -SnS1Y Package, Per Fixed device -SnS-Year(Annual fee validity period : 3 years 2
from" PO signed plus 90 days ")
40GBase-LX4-MM Optical Transceiver,QSFP+,40GE,Multi-
QSFP-40G-LX4-MM 12
mode(1310nm,0.15km,LC)
QSFP28,100G,High Speed Direct-attach
QSFP28-100G-CU5M 2
Cables,5m,(QSFP28),CC8P0.4B(S),QSFP28,Used indoor
CE6866-48S8CQ-P switch with RTU bundle 1 (48*25GE SFP28,8*100GE
02354ACF- QSFP28, 2*AC power modules, 4*fan modules, port-side intake, 48*50GE
2
003_88134UJL-4M7_36 and 8*200GE capacity upgrade license RTU)_Hi-Care Standard CE6866-
48S8CQ_36Month(s)
3 CloudEngine S12700E-8(PDUC19_China/Europe/America/Korea)_Campus-Core
ET1BS12708E0 S12700E-8 Assembly Chassis 2
LST7MPUEC000 S12700E main control unit EC 4
LST7SFUEX100 S12700E switch fabric unit E(X1) 4
LST7X48SX6S0 48-Port 10GE SFP+ interface card (X6S,SFP+) 2
LST7L12QX6E0 12-port 40GE QSFP+ inferface card (X6E,QSFP+) 4
PAC3KS54-NE 3000W AC Power Module(Black) 8
N1-S127E-A-Lic N1-CloudCampus,Advanced,S127E Series,Per Device 2
N1-CloudCampus,Advanced,S127E Series,SnS,Per Device,3 Year(Annual
N1-S127E-A-SnS-3Y 2
fee validity period : 3 years from" 90 days after PO signed ")
QSFP+,40G,High Speed Direct-attach
QSFP-40G-CU5M 2
Cables,5m,QSFP+38M,CC8P0.40B(S),QSFP+38M,Used indoor
02115870_88134UJL- S12700E-8 Assembly Chassis_Hi-Care Standard S12700E-8
2
3YT_36 Chassis_36Month(s)
03034DHG- 12-port 40GE QSFP+ inferface card (X6E,QSFP+)_Hi-Care Standard 12-port
4
002_88134UJL-5BS_36 40GE QSFP+ inferface card (X6,QSFP+)_36Month(s)
03033BAD- 48-Port 10GE SFP+ interface card (X6S,SFP+)_Hi-Care Standard S12700
2
002_88134UJL-40D_36 48-port 10GE SFP+ interface card (X6S,SFP+)_36Month(s)
4 IP Network Planning and Design Service-New build(Cross-site quotes)_Site1
Confidential
Document. No.: Procurement Request Form
Template. No.: IN 01.1 Rev. 07Feb2022 Page 35 of 38
PROCUREMENT REQUEST (PR) FOR SAP INPUT

Requirement and Network Information Collection-“Conduct requirement


survey and streamline customer services and network requirements on the 1
entire network.”
Requirement Analysis-“Explore and analyze the customer's core value
demands. Assess the technical feasibility of the network evolution to provide 1
reference for subsequent design.”
Target Network Design-”Including physical architecture design, logical
architecture design, network management design, service bearing design, 1
traffic model and routing design.“
QoS and Network Security Design-”Provide the target network traffic
classification design, bandwidth allocation design, queue scheduling design, 1
and network security design.“
5 IP Network Solution Implementation Service-New build(Cross-site quotes)_Site1
Formulating the Implementation Solution-“Formulate the implementation
1
solution based on the target network LLD to guide project deployment.”
Commissioning and Integration-“Based on the target network design solution,
perform integrated commissioning of the entire network, complete the target 1
network construction.”
6 CE16804_1_Spine
CE16804-AH CE16804 AC/HVDC assembly chassis 2
CE-MPUD-HALF2 CE16800 Main Processing Unit D-2 (half-width) 4
CE-SFU04G-G CE16804 Switch Fabric Unit G 10
FAN-240SA-B Fan Tray Assembly 6
CEL36CQFD-G 36-port 100GE interface card (FD-G, QSFP28) 4
PAH-3000WA 3000W Dual Inputs AC&HVDC Power Module 8
N1-CE168LIC-CFAD N1-CloudFabric Advanced SW License for CloudEngine 16800 2
N1-CloudFabric Advanced SW License for CloudEngine 16800-SnS-
N1-CE168CFAD-SnS1Y 2
Year(Annual fee validity period : 3 years from" PO signed plus 90 days ")
N1-CloudEngine Data Center Switch Multi-cloud Multi-DC Value-added
N1-CE-M-LIC-MDCA 2
Package - Modular
N1-CloudEngine Data Center Switch Multi-cloud Multi-DC Value-added
N1-CEMMDCA-SnS1Y Package, Per Modular device -SnS-Year(Annual fee validity period : 3 years 2
from" PO signed plus 90 days ")
10GBase-USR Optical Transceiver,SFP+,10G,Multi-mode
SFP-10G-USR 12
Module(850nm,0.1km,LC)
40GBase-LX4-MM Optical Transceiver,QSFP+,40GE,Multi-
QSFP-40G-LX4-MM 56
mode(1310nm,0.15km,LC)
QSFP-100G-AOC-10M Active Optical Cable ,QSFP28,100G,(850nm,10m,AOC) 2
CR9XFIXSPO80 Fixing parts for air filter sponge 2
03058869-003_88134UJL- 36-port 100GE interface card (FD-G, QSFP28)_Hi-Care Standard CE16800
4
3WY_36 36-port 100GE interface card (FD-G, QSFP28)_36Month(s)
02352RCU_88134UJL- CE16804 AC/HVDC assembly chassis_Hi-Care Standard CE16804
2
3WU_36 Chassis_36Month(s)
7 SFP Spare_SFP Spare
SFP-1000BaseT Electrical Transceiver,SFP,GE,Electrical Interface Module(100m,RJ45) 6
10GBase-USR Optical Transceiver,SFP+,10G,Multi-mode
SFP-10G-USR 10
Module(850nm,0.1km,LC)
40GBase-LX4-MM Optical Transceiver,QSFP+,40GE,Multi-
QSFP-40G-LX4-MM 20
mode(1310nm,0.15km,LC)
8 SOC licenses
FortiSIEM UEBA Lic FortiSiem UEBA licenses 500
FortiSiem EPS Lic FortiSiem EPS licenses 5000
Per Device Subscription License that manages minimum 50 devices, 10
FortiSiem Per Devices Lic 200
EPS/Device. Does not include Maintenance & Support
9 Nutanix hardware Server
Nutanix Hardware Platform
NX-3170-G8 96
NX-3170-G8, 1 Node Configuration
C-CPU-6326 Intel Xeon-Gold 6326 processor (2.9 GHz/ 16-core/ 185W, Ice Lake) 6

Confidential
Document. No.: Procurement Request Form
Template. No.: IN 01.1 Rev. 07Feb2022 Page 36 of 38
PROCUREMENT REQUEST (PR) FOR SAP INPUT

C-MEM-32GB-3200 32GB Memory Module (3200MHz DDR4 RDIMM) 48


C-SSD-3.84TB-A 3.84 TB SSD 6
C-NIC-25G2B1 Intel 25/10GbE, 2-port, NIC (Intel XXV710-DA2); 3
SFPs transceiver should be provided 12
C-PSU-2000-A 2000 W Power supply unit 6
C-PWR-4FC13C14A C13/C14, 10A, 4ft Power cord 6
S-HW-PRD 24/7 Production Level HW Support 3 years for Nutanix HCI appliance 3
Support-Term Support Term in Months (hardware warranty and support) 36
SFP+, Short Range, Ethernet, Single Optical Transceiver; up to 10GbE
C-XCVR-SR-SFP+ 12
bandwidth per SFP+ specifications
Subscription, Nutanix Cloud Infrastructure Data (NCI-D) Pro Software
SW-NCI-D-PRO-PR License & Production Software Support Service for 1 CPU Core 96

(6 CPU* 16core)
Term-Months Term in months (This is the support for Software in months) 36
VMWARE
VMware vRealize Cloud Universal Standard Edition - per CPU
VR19-CL-STD-SUB-1Y-C 6
Commitment Plan - 36 month Prepaid.
VMware vSphere 7 Enterprise Plus Edition - Per CPU Commitment
CF4-VS7-EPL-1Y-PRE-C Plan - 36-month term license Prepaid. Available with VMware vCloud 6
Suite Subscription only.
VCS7-STD-C VMware vCenter Server 7 Standard for vSphere 7 (Per Instance) 1
Microsoft server Lic
Microsoft DC Server
Microsoft windows server 2023 Data Center edition licenses 96
2023

Confidential
Document. No.: Procurement Request Form
Template. No.: IN 01.1 Rev. 07Feb2022 Page 37 of 38
PROCUREMENT REQUEST (PR) FOR SAP INPUT

10. Services
• All Professional Services
o The required service is including as activities of planning, design, implementation, and handover
documentation by a certified team.
• Project Management Services
o The awarded vendor is expected to facilitate a project management contact to interface with the NEOM
team, this interface is to facilitate timely and regular exchange of information relevant to the scope of
deliverables. And must be onsite in NEOM site.

11. Project delivery execution location


• Project manager and team must be on-site in (NEOM NC-1) while executing the project.
• The vendor shall assign a dedicated project manager for this project.
• The project manager shall be qualified with experience in similar implementations with a minimum of 10
years of experience and NEOM have full authority on the team to change them.
• The project manager and key technical team of the project shall be available on-site during the lifetime of the
project.
• The vendor shall be fully responsible for providing accommodation, transportation, food, Laptops, and
logistics for the project team.

12. Project Delivery duration


• Start immediately after Awarding, Project Delivery (8 months).

13. Resource Support


• 1 on-site resident engineer that support the Datacenter for (12 month).
• The vendor shall be fully responsible for providing accommodation, transportation, food, Laptop, and
logistics for the resident engineer.

14. Training
• Training for 5 employees on the full details of datacenter.
• Prepare customized training material for Administrator & End User (branded for NEOM)

15. SLA:
Response Time Resolution Time
Severity Minimal Preferable Minimal Preferable
Description
Level requirement requirement requirement requirement
Critical – A complete Service is unavailable and/or produces incorrect outputs
which is having an impact on business, or otherwise results in serious failure to a
1 5 Minutes 5 Minutes 4 Hours 1 Hour
Production Environment for which cannot continue to work. A Severity 1 incident
has no reasonable workaround.
High – A situation with a major functions feature, or subsystem not operating or
seriously impaired for significant number of Users, but either a temporary
2 15 Minutes 5 Minutes 6 hours 2 Hours
workaround exists, or operation can continue in a restricted manner. A Severity 2
incident may have a considerable impact on business operations.
Medium – Service is operational but does not provide a function in the most
3 convenient or expeditious manner, or results in cosmetic issues or isolated errors. A 1 Hour 30 Minutes 2 Days 4 Hours
Severity 3 incident has minimal operational impact on business.

Low – No apparent constraint or loss of service. A situation in which the operation


4 2.5 Hours 1 Hour 3 Days 6 Hours
is affected in some way, which is reasonably correctable by manual process.

Confidential
Document. No.: Procurement Request Form
Template. No.: IN 01.1 Rev. 07Feb2022 Page 38 of 38

You might also like