Beruflich Dokumente
Kultur Dokumente
WARANGAL - 506004
1
Notice Inviting Tender (NIT) Details
SNo Description
Department
1.
Name National Institute of Technology, Warangal
Tender
2.
Number NITW/CC/ Data Center - HPC /2010
Tender Setting up of Tier III Data Center with HPC
3.
Subject Cluster
Form Of
4.
Contract Item Wise
5. Tender Type Open
Tender
6.
Category Products
EMD / Bid
7. Security
(INR) Rs. 3,00,000 /-
In the form of Demand Draft or Bank
EMD/Bid guarantee from Nationalized Banks only in
8. Security favour of Director, National Institute of
Payable To Technology, Warangal, payable at
Warangal.
Schedule
9.
opening date 10th February 2010
Schedule
10.
Closing Date 10th March 2010
Bid
11. Submission
Closing Date 10th March 2010 at 10.30 AM
Bid
12.
Submission In person / by post / by courier
Bid Opening
Date (Pre-
13. qualification 10th March 2010 at 11.00 AM
and technical
bids)
Place Of
14. Tender
Opening NIT Warangal
Officer
15.
Inviting Bids Director, NIT Warangal
Contact L.Anjaneyulu, In-charge, Internet&LAN
16.
Person Computer Center, NIT Warangal – 506004
Address/E-
17.
mail id bba@nitw.ac.in, anjan@nitw.ac.in
Contact Details/ Ph:+91-870-2462435,
18. Telephone, Fax Fax: +91-870-2459547
Mob: 9490165355
1. The bidder should be a reputed System
Integrators of High Performance Computing and
Technical Eligibility
Datacenter consulting Manufacturing
19. Criterion
Companies or their dealers who are authorized
to supply the equipment and provide service,
warranty on behalf of the respective OEM’s and
2
who have their proper sales and supplies
office(s) in HYDERABAD. A certificate to that
effect must be submitted along with the tenders.
3
All the supporting documents as mentioned in
the eligibility criteria and also the following
are to be submitted
4
Contents of Tender Specification
5
Annexure – 01
PART - 1
High Performance Computing Facility
1. Scope of Work and General Requirements
2. Conformity to Standard
1. The Structured Cabling System is developed for:-
• 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 ).
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
6
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.
7
4. Bill of Material
GE Switch
Infiniband 4X Switch
Remote
Ma nagemen t
*
**
*
NAS
*
40 Gig In fini ba nd
1 Gig Eth ern et LAN
8
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:
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.
9
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.
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.
The proposed Data Centre site is located in New Computer Center, NIT Warangal
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.
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.
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.
Total available space 800 sq ft , Data Center Room Approx 300 sq ft.
10
2. Bill of Material
11
Annexure - 02
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.
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) 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. 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.
2. 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
Grand Total
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.
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
16
Annexure – 05
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 Technical Specification Compliance
Memory 16 GB Memory (4x4GB DDR3) with 18 slots; 9 DIMM slots per CPU
socket
Hard Disk 2x300GB SAS HDDs. Server should be scalable to minimum 8 HDDs.
Power supply Maximum power consumption not more than 760Watts when fully
populated. Redundant power supply with Hot-Swap Fan.
Service Processor 1 X Service Processor, Slide Rail Kit With Cable Management Arm
Operating System Preinstalled 64 bit UNIX Operating System with unlimited users.
17
2. HPC Nodes -32 Nos
Description Technical Specification Compliance
Memory 8 GB Memory (2x4GB DDR3) with 12 slots; 6 DIMM slots per CPU socket
Hard Disk 1x500GB 7200RPM SATA HDD. Server should be scalable to minimum
4 HDD.
Power supply Maximum power consumption not more than 650Watts when fully
populated
Service Processor 1 X Service Processor, Slide Rail Kit With Cable Management Arm
Operating System Preinstalled 64 bit UNIX Operating System with unlimited users.
Compilers C, C++, Fortran compilers & Complete Java IDE (Integrated Development
Environment) with unlimited user licence
Middleware Complete Middleware suite (Web, proxy/cache, Java appln, Portal,
Messaging, Calendar, Directory servers& Grid Engine)
Server Management Integrated Lights-Out Manager (ILOM).
Software Service processor with CLI (in-band and out-of-band).
IPMI 2.0 (in-band and out-of-band),
SNMP Manager.
Certification Server should certify Windows, Linux, Unix
18
3. HPC Storage : 1No (Additional specs are given at the end of item 7)
Description Technical Specification Compliance
General Features
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 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
19
4. 36 Port DDR Infiniband Switch with Accessories(Cords and Cables)
for HPC setup
Description Technical Specification Compliance
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.
1. All Standard Libraries like BLAS, LAPACK, SCALAPCK, ATLAS etc…should be part
of cluster toolkit.
2. MPI and OSU MVAPICH2 for Infiniband network to be done over VAPI and Gen
(If applicable)
Libraries and
3. All Standard Open Source compilers like G-Fortran, GCC etc should be part of
Compilers
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.
21
6. L3 Manageable Switch – 1No
Performance
3 128 MB DRAM
4 64 MB Flash memory
22
6 Switch port auto recovery (errdisable) automatically
attempts to reenable a link that is disabled because of a network
error.
High-Performance IP Routing
23
9 Support for Fallback bridging forwards non-IP traffic
between two or more VLANs.
Advanced QoS
24
2 Control- and Data-plane QoS ACLs on all ports to help
ensure proper marking on a per-packet basis.
25
6 IEEE 802.1x with an ACL assignment to allow for specific
identity-based security policies regardless of where the user is
connected.
26
feature should remove the MAC address from the switch to allow
another device to connect to the same port.
Management
27
6 Upto Four thousand VLAN IDs
28
2 DHCP autoconfiguration of multiple switches through a boot
server eases switch deployment.
Standards
29
1 IEEE 802.1s
2 IEEE 802.1w
3 IEEE 802.1x
4 IEEE 802.3ad
14 1000BASE-X (SFP)
15 1000BASE-SX
16 1000BASE-LX/LH
17 1000BASE-ZX
30
7. L2 Manageable Switch : 1 No
3 Switching-
Capacity 16 Gbps
Forwarding
4 Rate 6.5 Mpps
MAC
5 addresses 8000 MAC addresses
31
Authentication, ACLS and security policy
administration.
32
Compliance
Dual uplinks
should
support 802.3u 100Base-TX
802.3z 1000base-SX/LX/T
12 Management
& Control Embedded Web Management
SNMPV3
Software Features
and Services
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.
Data Protection
Features
34
Management
Features
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
36
isolate both the UPS input and output connections.
D SYSTEM CHARACTERISTICS
1 System Capacity: The system shall be rated for full kW output.
2 AC Input Nominal Voltage: 400 V, 3 Phase, 4 wire + G, 50 Hz.
3 AC Input Voltage Window: 340Volts to 475Volts. (While providing nominal
charging to the battery system).
4 Frequency Range: 40-60Hz
5 Input Power Factor: > .99 at greater than 25% load to 100% load
6 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.
7 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.
8 AC Output Nominal Output: 400V, 3 Phase, 4 wire + G, 50 Hz.
9 AC Output Voltage Distortion: Max. 3% @ 100% Linear Load.
10 AC Output Voltage Regulation: +/- 1% For 100 % Linear & 3% for Nonlinear
Load
11 Voltage Transient Response: +/- 5% maximum for 100% load step
12 Voltage Transient Recovery within <50 milliseconds
13 Output Voltage Harmonic Distortion: a. <2% THD maximum for liner load
and 6% for 100% non-linear load.
15 Overload Rating: Normal Operation: 1) 150% for 60 seconds, 125% for
10mins.
17 Overload Rating : Bypass operation: 1) 110% continuous
19 Output Power Factor Rating:
20 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.
21 Battery Protection: The inverter shall be provided with monitoring and
control circuits to limit the level of discharge on the battery system.
22 CHARGING: The battery charging shall keep the DC bus float voltage at +/-1%
of tolerance
23 The battery charging circuit shall contain a temperature compensation
circuit, which will regulate the battery charging to optimize battery life.
24 The battery charging circuit shall remain active when in Static Bypass and in
Normal Operation
E BATTERIES
1 The UPS battery shall be of modular construction made up of user
replaceable, hot swappable, fused, battery modules. Each battery module
37
shall be monitored for voltage and temperature for use by the UPS battery
diagnostic, and temperature compensated charger circuitry.
2 The battery jars housed within each removable battery module shall be of
the Valve Regulated Lead Acid (VRLA) type.
3 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.
F UNATTENDED SHUT DOWN
1 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
2 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.
G DISPLAY UNITS
1 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.
2 Metered Data: Data of all the input ,out put & battery parameters shall be
available on the alphanumeric display:
3 Event log: The display unit shall allow the user to display a time and date
stamped logs.
4 Controls: All the ups controls or programming functions shall be
accomplished by use of the display unit. Pushbutton membrane switches
shall facilitate these operations
H REMOTE MONITORING
1 Web Monitoring: Remote monitoring shall be available via a web browser
such as Internet Explorer.
2 RS232 Monitoring: Remote UPS monitoring shall be possible via either RS232
or contact closure signals from the UPS.
3 Simple Network Management Protocol (SNMP): Remote UPS Monitoring
shall be possible through a standard MIB II compliant platform.
4 The UPS manufacturer shall have available software to support graceful
shutdown and remote monitoring
I ENVIRONMENTAL
1 Operating Ambient Temperature: 0°C to 40°C
2 Relative Humidity: 0 to 95% Non-condensing
3 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:
J 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.
39
3. Rack Mount PDU and Accessories:
Rack power distribution offerings meet the needs a way to monitor the
2
current draw at each rack
3 The rack power distribution shall be a zero U mounting unit
It shall Monitor the aggregate current draw; avoid overloaded circuits;
4
balance loads
B User Interface & load indicator
Individual Outlet Control:
Shall have a remote option for Turn outlets off that are not in use to
1
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 user-
2 defined 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
3
for each outlet; avoid overloads due to in-rush current at start-up.
4 Approvals CCC,CE,VDE
40
5 Support cable entry from top or bottom with rear split door design.
6 Caster fitted for mobility. Leveling feet shall be supplied as standard.
The rack shall incorporate a rear split door design for easier access to
7
equipment
8 Weight capacity ( Static Load) 1350 Kg
9 Rack height 42 U, as per EIA 310-D
10 Should have levelling feet and preinstalled casters.
11 Should be toolless and vertically mounted in the 42 U Rack
12 Depth of Rack 1060 MM to enable PDU to Occupy Zero U space in the rack
The delivery of the FM-200 system shall provide for the highest degree of
4 protection and minimum extinguishing time.
41
The minimum operating pressure of 10Bar shall be achieved at the nozzle,
7 while the storage pressure of FM-200 in the cylinder shall be 42 Bar
The FM-200 Fire Suppression System shall include a detection and control
11 system provision for both pre-alarm and automatic agent release
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
13 approved by third party inspectors and certifiers such as UL / FM / VdS /
LPC
The FM-200 valve shall be of Differential Pressure Design and shall not
17 require an Explosive / Detonation type Consumable Device to operate it
42
The individual FM-200 Bank shall also be fitted with a manual actuation
20 mechanism that provides actuation of the system in case of power failure
43
All basic equipments proposed and planned for use should be formally
approved by at least one internationally recognized testing labs and/or
14
approval from all the concerned authority for the system offered, like UL,
FM , LPCB & VdS
15 Minimum Components to be included
16 Analogue addressable smoke & heat detectors.
17 Addressable Manual Call Point
18 Addressable Loop Sounder
19 Loop Fault Isolators
20 Remote Response Indicator
21 Caution Signs
Single loop Addressable panel with LCD Display, complete with battery
22
charger & battery.
Gas Release Panel, suitable for at least 2 nos.
23 FM-200 flooding areas, complete with Timer delays, PSU, Battery charger
& battery
Addressable I/O units & modules.
24
The system shall use microprocessor based analogue addressable fire
detectors (ionization, photoelectric, heat, etc.) to detect fire or the zone of
25 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
26 manual operation of Manual Call Points (MCP)
The alarm condition is intimated to the occupants by sounding the hooters,
27 and flashers, which are interfaced with system through Control modules
The total area to be considered for Fire alarm and detections shall be
28 Server Room, NOC Area and Utility Room.
Fire detection and Alarm shall be integrated with Fire Suppression system
29 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
30
affected area and to minimize the effect of fire. Such integration shall be
designed to ensure that the
31 Monitoring and Control Equipment
The main panel should have a 2 X 40 character Back-lit Super Twist Alpha
32 Numeric LCD Display screen, which may be visible under any lighting
condition.
Vacuum fluorescent displays, which may consume high levels of current
33 and are not readily visible in high ambient light conditions, should not be
used.
44
At least 40 character of the LCD display should be available for customer
34 text to describe the location of a zone or device
The depth of the Operators interaction with the control panel should be
35 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
36 the individual responsible for activating the functions
The memory of the panel should be non-volatile. Systems requiring a
37 power source to maintain site-programmed data are not recommended
46 Sensors
The Addressing mechanism for all the devices shall be through a DIP
47 SWITCH and not through soft programming.
The Address should be logged on to the stationary base, rather than on the
48 Detector head, to ensure ease of maintenance
The Dip-switch should be below the sensor Head (in Base) to prevent the
49 ingress of dust and other foreign matter
Each detector should incorporate a LED for identifying the device in alarm.
50
In the alarm condition, the LED should illuminate continuously until the
51
system is reset.
45
In the normal working condition, the device LED’s will remain in off mode
52
Analogue Addressable Heat Sensor shall be compatible with a common
53
base.
Unit shall be a combination of Fixed Temperature Element and Rate of rise
54
Element.
It must be approved by UL, FM, LPC, VdS, CNPP or a similar laboratory.
55
The rate of rise operation should be selectable between 15°F (8.3°C) per
56
minute or a 20°F (11.1°C) per minute.
Fixed Temperature setting should be entirely independent of the Rate of
57 rise operation and should operate at three different levels
All sensors should be low profile and have an earth bonding point on each
58
sensor base
Electronic components of the unit should be completely shielded to
59 protect against False Alarms due to EMI and RFI.
The bidder must provide 5 years onsite warranty with 98% uptime
62
5 Configurable system for user defined access policy for each access point
46
6 Record, report and archive each and every activity (permission granted and
/ or rejected) for each access point.
7 User defined reporting and log formats.
System should have anti-pass back feature with time scheduling and zonal
16
access defined
21 Application Software:
The application software shall mean the access & time management
22 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
47
24 Door Controller
27 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
28 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
29
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
30 its internal memory & transfer the same to the server as and when it
comes back on line
31 Proximity Card Reader
32 The unit shall be capable of reading the card without physical contact.
33 The card reader shall only read the card data & pass it on to the door
controller system for validation.
34 The card reader, on its own may not take any decisions for granting /
denying the access.
35 Card reader shall have keypad for PIN facility.
37 Card reader shall have the indications for entry granted, entry denied and
reader fault.
38 Proximity Card Reader with Keypad
39 The unit shall be capable of reading the card without physical contact.
40 The card reader shall only read the card data & pass it on to the door
controller system for validation.
41 The card reader, on its own may not take any decisions for granting /
denying the access.
42 The Card Reader shall have a RED/GREEN Led Indication to highlight the
User Access.
43 The card Reader must be slim and capable of directly mounting on the
provided surface.
44 The card reader must be able to communicate with the controller
employing a RS232 Format.
48
45 The Card Reader will have a Keypad on the front facia for the PIN.
46 The PIN will be used for verification of the user along with the Card INPUT
47 Proximity Card
48 The proximity card shall mean the access card that is capable of being read
without a direct contact by the proximity card reader.
49 The Proximity card should be of ISO Thickness and employ 125 Khz for
Transmission.
50 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
51
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
52
facility shall permit access only to select card numbers, based on the
programming
53 Electro Magnetic Locks
The Electro Magnetic Lock (EML) shall mean a locking mechanism that
54
works on the principle of electromagnetic attraction.
The type and specification of the locks shall be in accordance with the door
57
design and specification and also door controller system.
64 Number of Readers – 2
49
65 Door Control – 2 Door Unidirectional or 1 Door Bidirectional
75 Read Range – 5 – 15 cm
79 Read Range – 5 – 15 cm
80 PIN – 4 digit
82 Network
127 Controllers must be able to connect through RS 485 type multi drop
83 network with peer-to-peer communication for transferring templates
enrolled in one unit to the other units on the same network.
84 PC Connectivity
86 Proximity Card
50
88 Read Range – 5 – 15 cm
96 12C x 1.0 Sq. mm. PVC insulated & sheathed, twisted pair, shielded copper
cable and it should be run in suitable conduits.
97 CAT 5 Cable for Data Transmission in Suitable Conduit
12C x 1.0 Sq. mm. PVC insulated & sheathed, twisted pair, shielded copper
99
cable and it should be run in suitable conduits. CAT 5 Cable for Data
Transmission in Suitable Conduit
4 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
1 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, above-
maximum-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
2 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
3 Alerts are sent using e-mail, SNMP traps, or SMS/GSM
4 Web-accessible. View data using a web browser or the client Advanced
View application
5 Integrated 10/100 Mbps Ethernet network interface
6 Need to be a wall mounting equipment with mount bracket enables 360º
positioning
C. Surveillance equipment for passage , NOC & human moving areas - Specifications
1 Indicators : Device status, alert, network speed, and network activity LEDs.
2 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: 2º to 50º 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
3 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 360º
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 : 35ºW by 28ºH C-mount lens with included CS adapter (field of view
up to 64ºW x 53ºH, 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.
53
12. Data Center Lighting System:
3 Lighting fixtures & Point wiring shall be supplied, erected, connected and
tested as required in the entire Server/Datacenter Facility
54
Bidder shall design the electrical system considering the various loads it
9
has to cater to.
The technical specifications and the scope for various items provided
10
herein need to be verified by the Bidder.
Bidder’s scope shall include end to end system that is designed and
implemented according to various applicable standards / regulations and
11
meets total requirement for the Server/Datacenter Facility
Final quantities for cables, wires, casing and capping shall be based on
12 actual consumption measured at the time of commissioning and
acceptance
Earthing system required to be specified by the bidder, shall be in
13
customer scope
55
Annexure – 06
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
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,
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
3. Price Basis
The prices quoted shall be on FOR DESTINATION basis as per annexure-04, and also
shall include:
6. Delivery
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 bidder’s offer. Final date of delivery shall be evidenced by
date of dispatch of materials as per transporter’s 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.
57
6.2. Early Delivery:
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.
8. 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.
9. Bidders are requested to fill in the enclosed proforma for Terms and Conditions
(Annexure-08) and submit the same along with their offer.
10. 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.
11. 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.
12. 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.
13. Test certificate of manufacturer/ Govt. Test House shall be submitted if so stipulated.
14. 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.
58
Annexure – 07
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 Supplier’s 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 supplier’s Premises: The NITW and / or its authorized representative shall
be provided access to suppliers and / or his sub-contractor’s 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.
1.10 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.
1.13 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 company’s 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.
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.
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.
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.
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 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.
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.
2.4.1 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 supplier’s failure to comply with the scheduled
62
delivery period irrespective of the fact whether the material/ equipment are similar or
not.
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 supplier’s
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.
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
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.
65
18. Guarantee Period : As per Annexure-02
(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
(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.
66
Annexure -09
DEVIATIONS
To
The Director,
Dear Sirs,
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
__________________________________________________________________________
*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.
The Bank Guarantee shall fulfill the following conditions failing which it shall not be
considered valid:
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).
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.
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
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 of…………………………200
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.
Note: The Bank Guarantee shall be valid for a period of 270 days from the date of opening of pre-
qualification / 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