Sie sind auf Seite 1von 69

Open Competitive Bidding

TENDER DOCUMENT FOR

SETTING-UP OF TIER III DATA CENTER WITH


HPC CLUSTER
(Revised on 25-2-2010)

NATIONAL INSTITUTE OF TECHNOLOGY

WARANGAL - 506004

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.

2. The bidder should have been in the business of


HPC and Datacenter manufacturing/installation
for more than 5 (five) years and an ISO 9001
certified organization. Proof to be attached.

3. Bidder should Produce minimum 3 Purchase


order copies of 32 Nodes and above cluster in
last 2 years out of which one should be of 10TF
and above. Purchase order to be provided.

4. Products like Master node, Compute nodes and


storage should be from the single OEM.
5. The bidder should have at least 5, on-rolls,
qualified, experienced and certified professionals
like MCSE, MCP and RHCE or Equivalent with
adequate experience in handling the devices of
similar or higher capacities.
6. The bidder should submit Manufacture
Authorization letter for the respective products.
7. Documents in support of technical specifications
of all the items as per the list as mentioned in
annexure– 05 mentioning the make.
8. Products like Master node, Compute nodes and
storage should be from the single OEM.
9. Registration /Incorporation certificate in support
of bidder company is in existence from last 5
(five) years.
10. List mentioning the addresses and contact
persons with phone numbers of the 05 (five)
service centers present throughout AP.
11. Balance sheet Performa/profit loss statements in
support of turnover of Rs 15 crores or more in
each of the last three financial years.
12. Latest valid income tax clearance certificate.

Bids shall be submitted in person/By Post/By


Courier before the deadline.

The bidders should submit all the relevant


documents inclusive of EMD in form of DD/
Procedure For Bid Pay order/ Banker’s cheque / Bank Guarantee
Submission payable to The Director, NIT Warangal on any
20. Nationalized Bank branches situated in
Warangal for the amount indicated in S.No. 7.
before Bid Submission closing date and time
i.e., 10.30 AM on 10th March 2010. If the
documents are not received before the due
date and time, the tender will be considered
invalid.

3
All the supporting documents as mentioned in
the eligibility criteria and also the following
are to be submitted

Registration /Incorporation certificate in


support of company is in existence from last 5
(five) years.
List mentioning the addresses and contact
persons with phone numbers of the 05 (five)
service centers present throughout AP.
Balance sheet proforma/profit loss statements
in support of turnover of Rs 15 crores or more
in each of the last three financial years.
Annexure–02 of bidding document duly signed
with office seal as a token of acceptance of
our standard terms and conditions.
Latest valid income tax clearance certificate.
Annexure-08 of bidding document duly filled-
in and signed.
Annexure-09 of Bid document.
Total Price and the unit wise prices of the BOM
as per Annexure – 01 are to be submitted in a
separate sealed cover and is to be submitted
along with prequalification and Technical bids
on 10th March 2010 at 10.30 AM NITW will not
hold any risk and responsibility for non
visibility of the scanned document or non
receipt of hardcopies for the loss in transit.

General Terms and


21. Conditions
As per tender documents.
3rd March 2010, 3.00 PM – 4.00 PM.
Pre-bid conference
22. (Requests to change the technical specifications
and eligibility criteria will not be entertained.)

4
Contents of Tender Specification

1. Scope of the work, Standards, and Schedule of Quantity Annexure - 01

2. Special conditions Annexure – 02

3. List of Documents to be enclosed Annexure – 03

4. Format of price bid Annexure – 04

5. Technical Specification Annexure - 05

6. Instructions to Bidders Annexure - 06

7. General Purchase Conditions Annexure - 07

8. Proforma for terms and conditions to be filled up and confirmed Annexure - 08

9. Statement of Deviations Annexure – 09

10. Guidelines for Submission of Bank Guarantee Annexure – 10

11. Proforma for Performance Bank Guarantee Annexure – 11

5
Annexure – 01

Scope of the work, Standards, and Schedule of Quantity

Setting up of Tier III Data Center with HPC Cluster

PART - 1
High Performance Computing Facility
1. Scope of Work and General Requirements

1. Installation of Cluster tool, compiler, scheduler, libraries etc.


2. Installation of IB Interconnect with node to node latency less than 3us
3. Compute nodes access storage over IB using NFS RDMA protocol.
4. Installation/configuration of MPICH2/MVAPICH2 parallel environment across
the compute nodes
5. Cluster stress run for 24 hours.
6. Training to Administrators & end users
7. Documentation

2. Conformity to Standard
1. The Structured Cabling System is developed for:-

• To suit the requirements of NITW.


• To provide for easy installation, minimizing the installation timeframe.
• A robust system for various environments and applications.
• To meet ISO 11801 cabling standards and local construction and LAN regulations.
• To provide a user friendly environment with less technical support and lower
maintenance cost.
• To allow space for service providers and active equipment and future expansion
• Easy performance upgrade.
2. The following standards are to be complied with unless otherwise specified

• ISO/IEC 11801:2002 : International Standard for generic cabling for customer premises.
• EIA/TIA 568B : Commercial Building LAN Cabling Standard ( 2002 ).
• EIA/TIA 568B.2-1: Commercial Building LAN Cabling Standard ( 2002 ).

3. Warranty and Maintenance Backup:

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

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

S.No Description Qty UNITS

1 Master Node As per Technical Specification 1 Nos

2 Compute Nodes As per Technical Specification 32 Nos

3 HPC Storage As per Technical Specification 1 Nos

4 Infiniband Switch and the Accessories 1 Nos

5 HPC Software packages 1 Set

6 L3 Switch as per the Technical Specification 1 No's

7 L2 Switch as per the Technical Specification 1 No's

8 Installation & Professional charges 1 No's

HPC Schematic Diagram

MASTER NODE (1)

Clust er Int erconnec t Pub lic Netwo rk

Clus ter Data Net work


Com pute Nodes Block

GE Switch

Infiniband 4X Switch
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:

All the materials to be used in data centre should be of non-combustible, self-


extinguishing or fire retardant and have the properties of smooth surface finishing
and non-dust shedding. All the material used in carrying civil work like tiles etc should be
certified for satisfactory performance for a period of 10 years from the date of
acceptance or 11 years from date of commissioning whichever is earlier.

Space requirements and planning:

The Agency is required to design the Data Centre partitions and provide the exact
division of area.

The overall Scope of Work (SoW) for the Agency includes the following:

 Design and Site Preparation of the proposed Data Centre in terms of the civil,
electrical and mechanical work required to build the Data Centre including false
ceiling, moisture sealing and fortification of the windows and all other necessary
components.

 Supply, installation and setting up of the necessary basic Infrastructure (State of


Art UPS and Air-Conditioning System, Fire Detection and Control System, , Lighting
system, Fire Detection and Control system, Power Cabling in the Data Center
including cooling components etc.).

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.

Specifications of the Building housing the proposed Data Centre:

The following section provides the details of the building housing the proposed Data Centre. The
Agency is expected to consider this information while designing the Data Centre.

Location of the building:

The proposed Data Centre site is located in New Computer Center, NIT Warangal

Emergency services for the building:

The building housing the proposed Data Centre has adequate access for entry of personnel to
carry out duties towards emergency services such as Fire Brigade, etc to provide access to the
building structure in the event of an unforeseen eventuality. The premise also has access for
delivery trucks.

Building Management Services:

The building is provided with Building Management Services such as Fire-Fighting, Emergency
Alarms, Public Address system, etc for alerting/ evacuation of the occupants in case of an
unforeseen eventuality.

Cable paths and entrances:

The cable paths and entrances to the building are adequately sealed to ensure that the pests
such as Rodents, Birds, etc. do not enter the building or the Data Centre. However additional
protection required, if any, shall be provided by the bidder.

Data Centre Floor Layout:

Total available space 800 sq ft , Data Center Room Approx 300 sq ft.

10
2. Bill of Material

Sno Item UOM Qty


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

PROPOSED DATA CENTER LAYOUT


The bidder has to propose a suitable layout.

11
Annexure - 02

ELIGIBILITY CRITERIA AND SPECIAL TERMS AND CONDITIONS

A. Eligibility Criteria (Pre-qualification)

Registration /Incorporation certificate in support of company is in existence


from last 5 (five) years.
List mentioning the addresses and contact persons with phone numbers of the
05 (five) service centers present throughout AP.
Balance sheet proforma/profit loss statements in support of turnover of 15
crores in each of the last three financial years.
Annexure–02 of bidding document duly signed with office seal as a token of
acceptance of our standard terms and conditions.
Latest valid income tax clearance certificate.
Annexure-08 of bidding document duly filled-in and signed.
Annexure-09 of Bid document.

B. Eligibility Criteria (Technical)

1. The bidder should be a reputed System Integrators of High Performance Computing


and Datacenter consulting Manufacturing Companies or their dealers who are
authorized to supply the equipment and provide service, warranty on behalf of the
respective OEM’s and who have their proper sales and supplies office(s) in
HYDERABAD. A certificate to that effect must be submitted along with the tenders.

2. The bidder should have been in the business of HPC and Datacenter
manufacturing/installation for more than 5 (five) years and an ISO 9001 certified
organization. Proof to be attached.

3. Bidder should Produce minimum 3 Purchase order copies of 32 Nodes and above
cluster in last 2 years out of which one should be of 10TF and above. Purchase order
to be provided.

4. Products like Master node, Compute nodes and storage should be from the single
OEM.
5. The bidder should have at least 5, on-rolls, qualified, experienced and certified
professionals like MCSE, MCP and RHCE or Equivalent with adequate experience in
handling the devices of similar or higher capacities.
6. The bidder should submit Manufacture Authorization letter for the respective products.
7. Documents in support of technical specifications of all the items as per the list as
mentioned in annexure– 05 mentioning the make.
8. Products like Master node, Compute nodes and storage should be from the single
OEM.

9. OEM should support the products quoted for minimum 5 Years for Active and 25 years for the
passive & a letter to this extent from the OEM to be submitted. None of the products quoted should
have been declared End of Life at the time of delivery.
10. Quoted OEM should have 24x7x365 Days TAC Support.

C. SPECIAL TERMS AND CONDITIONS:

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

TENDERER
SEAL

13
Annexure – 03

DOCUMENTS TO BE FURNISHED

The following documents should be submitted; otherwise the bidders are liable to be
disqualified (as per S. No. 19,20 in pages 2,3,4).
1. All the Supporting documents in respect of Eligibility Criteria.

a) Registration/Incorporation Certificate in support of the Company is in Existence


from the last 5 Years. The name of the bidding organization should be
mentioned in the registration certificate.
b) Balance Sheet proforma/ Profit loss Statements in support of having Rs. 15
Crores turn over in each of the last three Financial Years.
c) The latest valid Income Tax Clearance Certificate of the bidding organization
d) Annexure – 02 duly signed in with Office Seal as a token of Acceptance of our
Special Terms and Conditions.
e) List mentioning the addresses and contact persons with phone numbers of the
05 Service Centers present through out A.P.
f) Annexure – 08 duly filled in and signed.
g) Annexure - 09 (Even when there are no deviations, a signed copy of Annexure-
09 has to be submitted)
2. Technical Criteria

a) Proof of the organization reputed System Integrators of Network Equipment (Item No.
19.1 of NIT)
b) Proof of ISO 9001 certified organization (19.2)
c) Proof of previous experience of the orgnisation (19.3)
d) OEM Certification and authorization of active components quoted in the tender (19.6)
e) Proof of availability of spare components (19.6)
f) Proof of TAC support of OEM (19.8)
g) List of qualified service personnel (19.5)

3. Technical Compliance

Make and model of all the items quoted for PART-1 and PART-2 along with the compliance of
the specifications (All data sheets) as per Annexure -05 are to be submitted.
Note:

1. 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

Format of Price bid for HPC

S.No Description Qty UNIT Price Total Price

1 Master Node As per Technical Specification 1

2 Compute Nodes As per Technical Specification 32

3 HPC Storage As per Technical Specification 1

4 Infiniband Switch and the Accessories 1

5 HPC Software packages 1

6 L3 Switch as per the Technical Specification 1

7 L2 Switch as per the Technical Specification 1

8 Installation & Professional charges 1

Grand Total

Format of Price bid for Data Center

Unit Total price


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

1. All prices should be FOR Destination prices including taxes and duties, if any.
2. Cost comparison will be made on the total cost of approximate requirement mentioned above.

15
3. In case of variations of the passive components / Labor charges, the actual payable will be decided
on pro-rata basis as per the unit price quoted.

Note : The price bid ( HPC bid + Data center bid, both by the same vendor ) is to be submitted in a
single sealed envelope super scribed as “PRICE BID” which will be opened only after the bidder
satisfies the eligibility criterion.

List of Addresses where the following items to be supplied, installed and commissioned

S.No. Address for the Delivery Active & Passive Components


of the Items

1 Head, Computer Centre, As per the P.O


NIT Warangal

16
Annexure – 05

PART-1 : TECHNICAL SPECIFICATIONS for HPC

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

1. Master Node -1 No
Description Technical Specification Compliance

Processor 2 X Quad-Core Intel Xeon X5560 2.8Ghz or higher

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.

NIC 4 X10/100/1000 Ethernet Ports,RJ-45 Connector

USB 4X USB 2.0 Ports

PCI-E Slots 3X PCI-E slots

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

RAID support RAID 0, 1, 5, 10

Others 1 X TIA/EIA-232-F asynchronous, RJ-45 connector, DVD, 17” Colour


Monitor, Keyboard, Mouse

Form Factor 1U Rack model with Rail kit

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

Warranty 3 years comprehensive Onsite

17
2. HPC Nodes -32 Nos
Description Technical Specification Compliance

Processor 2 X Quad-Core Intel Xeon X5550 2.6Ghz or higher

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.

NIC 2X10/100/1000 Ethernet Ports on-board,RJ-45 Connector

USB 4X USB 2.0 Ports

PCI-E Slots 1 PCI-E slot

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

RAID Support RAID 0, 1.

Others 1 X TIA/EIA-232-F asynchronous, RJ-45 connector,17” Colour Monitor,


Keyboard, Mouse

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

Warranty 3 years comprehensive Onsite

18
3. HPC Storage : 1No (Additional specs are given at the end of item 7)
Description Technical Specification Compliance

General Features

The Offered Storage system should be purpose built and Enterprise -


class dedicated for file sharing services. The unified storage should
support both block and file level access

The offered Storage system must be configured with appropriate


licenses for the following access protocol support : NFS, CIFS, HTTP,
WebDAV, FTP, iSCSI

Configuration

The offered Storage System should be configured with single head and
should be upgradeable to dual controller for high availability.

The offered Storage System should be configured with at least 2 Quad


Core Processors and 32 GB of memory. Each controller should have
the capability to scale to upto 4 Quad Core Processors and up to at
least 128GB of main memory

It should be possible to configured the storage system in active-active


cluster or active-passive mode when two controllers are used in future

The offered Storage System should be configured with at least 8


Gigabit Ethernet Ports and should be scalable to at least 12 Gigabit
Ethernet Ports. The controller should have the option to add at least 2
X 10GigE Fiber port per controller

The offered Storage System should support Infiniband, FC, iSCSI,


10GbE as connectivity options

The offered Storage system should be configured with 8TB of usable


space after RAID and other overheads. The RAID should be RAID 6.
The disk capacity to be used is 1TB 7200 RPM SATA. The Storage
system should scale to over 80TB capacity

The offered Storage system must support Flash devices as part of the
storage hierarchy. The SSDs need to be configured for READ and Write
performance optimization. SSDs configured for READ must be at least
100GB and at least 36GB for Write per Controller

Warranty: 3 years comprehensive Onsite

19
4. 36 Port DDR Infiniband Switch with Accessories(Cords and Cables)
for HPC setup
Description Technical Specification Compliance

IB Switch with 1U Rack Mount Form Factor

Thirty six 20Gb/s InfiniBand 4X ports

Auto-negotiation of port link speed

Infiniband Ultra low latency cut-through switching (4-6 us)


Switch (for MPI
Supports Multi-Protocol Applications for
communication
Clustering, Communication, and Storage
)
Integrated Subnet Management Agent (SMA)

Hot Swappable Fan Tray with Redundant Fans

Dual Redundant auto-sensing 110/220VAC power


supply

4X DDR Infiniband HCA , PCI-Express (should sit


Cluster on PCI slot only, on board not preferred) with
Interconnect necessary cables of required length

Warranty 3 years comprehensive Onsite

5. HPC Software and Accessories for HPC implementation

Description Technical Specification Compliance

64 bit Unix/ Linux OS (should also be available preferably as Open Source)


Operating System
optimized for Multicore architecture

• Software for Dynamic Resource Management


• Dynamic resource balancing
OEM supported • Policy based resource allocation and hierarchical dependencies
commercial • Scheduler should have heterogeneous hardware & OS platform support
scheduler with 3 • Should support any 3rd party software that is compliant and 100% compatible
years support with the Grid Engine Open Source.
• Should manage concurrent computing of existing parallel applications
• Should provide an Open-SSL-based security framework

20
• User level check-pointing to be supported.
• Jobs can be moved to different resources and restarted
• Accounting and Reporting tool for utilization of resources for individual project
team, user, application etc…
• Web based Job status monitoring.
• Scheduler provided should be a commercially supported version and with Media.

Web based job submission portal to be provided for selected four applications
which is fully integrated with the scheduler and cluster management and
monitoring tool provided.

The Cluster management tool Quoted should facilitate following features:


* Web based Monitoring overall health of cluster
* Add/Delete/Disable users, group
* Assignment of roles to users and groups
* Add/delete/install/re-install cluster nodes
* Monitor cluster nodes status including drill-down of monitored
Cluster
events, setting of thresholds and alarms
Management Tool
* Scheduler configuration including new/delete/disable queues, parallel
Environment configuration.
* Job Management including jobs submission, monitoring, deletion and tracking of
status (email job complete failed status).
* Cluster health reporting
* Posting of notice/Message of the day by administrator

1. All Standard Libraries like BLAS, LAPACK, SCALAPCK, ATLAS 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.

1. Easy to install and Web based submission engine


2. Submission nodes are enabled instantaneously, by using standard
Specification of web browsers
Grid Portals For 3. Provide for secure data transfer over Intranet /Internet by utilizing
Job Submission HTTP over SSL when requested
via Web Browser 4. Increased job success rate by ensuring jobs are submitted correctly
and by providing better monitoring options, automatic estimates for
required resources and automatic run profiles

21
6. L3 Manageable Switch – 1No

General Features Compliance Remarks

1 The switch should have minimum 48 x 10/100/1000 Ports


and 4 SFP based Gigabit ethernet ports

2 Form Factor of 1 RU and 19" Rack Mountable

3 Support for Redundant Power supply

Performance

1 Minimum of 32 Gbps Switching Fabric

2 Forwarding rate - 38 Mpps

3 128 MB DRAM

4 64 MB Flash memory

5 Configurable up to 12,000 MAC addresses

6 Configurable up to 11,000 unicast routes

7 Configurable up to 1000 IGMP groups and multicast routes

8 Configurable maximum transmission unit (MTU) of up to


9000 bytes, with a maximum Ethernet frame size of 9016 bytes
(Jumbo frames)

High Availability & Scalability Features

Redundancy features for fault backup

1 Uplink Fast and Backbone Fast technologies to help ensure


quick failover recovery, enhancing overall network stability and
reliability.

2 IEEE 802.1w Rapid Spanning Tree Protocol (RSTP) to


provide rapid spanning-tree convergence independent of spanning-
tree timers and the benefit of distributed processing.

3 Per-VLAN Rapid Spanning Tree Plus (PVRST+) to allow rapid


spanning-tree reconvergence on a per-VLAN spanning-tree basis,
without requiring the implementation of spanning-tree instances.

4 Hot Standby Router Protocol (HSRP) & VRRP support to


create redundant, fail-safe routing topologies or equivalent.

5 Unidirectional Link Detection Protocol (UDLD) and


Aggressive UDLD to allow unidirectional links to be detected and
disabled to avoid problems such as spanning-tree loops.

22
6 Switch port auto recovery (errdisable) automatically
attempts to reenable a link that is disabled because of a network
error.

7 RPS support to provide superior internal power-source


redundancy to devices, resulting in improved fault tolerance and
network uptime.

8 Equal cost routing (ECR) to provide load balancing and


redundancy.

9 Bandwidth aggregation up to 8 Gbps through Gigabit


EtherChannel technology and up to 800 Mbps through Fast
EtherChannel technology enhances fault tolerance and offers
higher-speed aggregated bandwidth between switches and to
routers and individual servers.

10 The Switch should be able to discover the neighboring


switch of the same vendor giving the details about the platform, IP
Address, Link connected through etc, thus helping in
troubleshooting connectivity problems.

High-Performance IP Routing

1 Express Forwarding hardware routing architecture to deliver


extremely high-performance IP routing.

2 Basic IP unicast routing protocols (static, RIPv1, and RIPv2)

3 Support for IPv6 unicast routing capability (static, RIP,


EIGRP and OSPF protocols) to forward IPv6 traffic through
configured interfaces

4 Support for Advanced IP unicast routing protocols (OSPF,


Interior Gateway Routing Protocol [IGRP], EIGRP, and Border
Gateway Protocol Version 4 [BGPv4]) for load balancing and
constructing scalable LANs.

5 Support for Policy-Based Routing (PBR) to allow superior


control by enabling flow redirection regardless of the routing
protocol configured.

6 Inter-VLAN IP routing to provide for full Layer 3 routing


between two or more VLANs.

7 Support for Protocol Independent Multicast (PIM) for IP


Multicast routing, including PIM sparse mode (PIM-SM), PIM dense
mode (PIM-DM), and PIM sparse-dense mode.

8 Support for Distance Vector Multicast Routing Protocol


(DVMRP) tunneling to interconnect two multicast-enabled networks
across non multicast networks.

23
9 Support for Fallback bridging forwards non-IP traffic
between two or more VLANs.

Integrated Software features for bandwidth optimization

1 Per-port broadcast, multicast, and unicast storm control to


prevent faulty end stations from degrading overall systems
performance.

2 IEEE 802.1d Spanning Tree Protocol support for redundant


backbone connections and loop-free networks simplifies network
configuration and improves fault tolerance.

3 PVST+ for Layer 2 load sharing on redundant links to


efficiently use the extra capacity inherent in a redundant design.

4 IEEE 802.1s Multiple Spanning Tree Protocol (MSTP) to


allows spanning-tree instance per VLAN, enabling Layer 2 load
sharing on redundant links.

5 Local Proxy Address Resolution Protocol (ARP) to work in


conjunction with Private VLAN Edge to minimize broadcasts and
maximize available bandwidth.

6 VLAN1 minimization to allow VLAN1 to be disabled on any


individual VLAN trunk link.

7 VLAN Trunking Protocol (VTP) pruning to limit bandwidth


consumption on VTP trunks by flooding broadcast traffic only on
trunk links required to reach the destination devices.

8 IGMPv3 snooping to provide fast client joins and leaves of


multicast streams and limits bandwidth-intensive video traffic to
only the requestors.

9 IGMP filtering to provide multicast authentication by


filtering out nonsubscribers and limits the number of concurrent
multicast streams available per port.

10 Multicast VLAN registration (MVR) to continuously send


multicast streams in a multicast VLAN while isolating the streams
from subscriber VLANs for bandwidth and security reasons.

QoS AND CONTROL

Advanced QoS

1 Standard 802.1p CoS and DSCP field classification should


be supported, using marking and reclassification on a per-packet
basis by source and destination IP address, source and destination
MAC address, or Layer 4 TCP or UDP port number.

24
2 Control- and Data-plane QoS ACLs on all ports to help
ensure proper marking on a per-packet basis.

3 Four egress queues per port to enable differentiated


management of up to four traffic types across the stack.

4 SRR scheduling to ensure differential prioritization of packet


flows by intelligently servicing the ingress and egress queues.

5 Weighted tail drop (WTD) to provide congestion avoidance


at the ingress and egress queues before a disruption occurs.

6 Strict priority queuing to guarantee that the highest-priority


packets are serviced ahead of all other traffic.

Granular Rate Limiting

1 Committed Information Rate (CIR) function to guarantees


bandwidth in increments as low as 8 kbps.

2 Rate limiting support based on source and destination IP


address, source and destination MAC address, Layer 4 TCP and
UDP information, or any combination of these fields, using QoS
ACLs (IP ACLs or MAC ACLs), class maps, and policy maps.

3 Support for Asynchronous data flows upstream and


downstream from the end station or on the uplink using ingress
policing and egress shaping.

4 Up to 64 aggregate or individual policers for per Fast


Ethernet or Gigabit Ethernet port.

Network security features

1 Support for Network Admission Control for end-point


security (PCs & Desktop Posture Assessment) and thereby
controling the spread of viruses & worms

2 IEEE 802.1x to allow dynamic, port-based security,


providing user authentication.

3 IEEE 802.1x with VLAN assignment to allow a dynamic


VLAN assignment for a specific user regardless of where the user is
connected.

4 IEEE 802.1x with voice VLAN to permit an IP phone to


access the voice VLAN irrespective of the authorized or
unauthorized state of the port.

5 IEEE 802.1x and port security to authenticate the port and


manage network access for all MAC addresses, including those of
the client.

25
6 IEEE 802.1x with an ACL assignment to allow for specific
identity-based security policies regardless of where the user is
connected.

7 IEEE 802.1x with Guest VLAN to allow guests without


802.1x clients to have limited network access on the guest VLAN.

8 VLAN ACLs (VACLs) on all VLANs to prevent unauthorized


data flows from being bridged within VLANs.

9 Standard and Extended IP security router ACLs (RACLs) to


define security policies on routed interfaces for control- and data-
plane traffic.

10 Port-based ACLs (PACLs) for Layer 2 interfaces to allow


application of security policies on individual switch ports.

11 Unicast MAC filtering to prevent the forwarding of any type


of packet with a matching MAC address.

12 Unknown unicast and multicast port blocking to allow tight


control by filtering packets that the switch has not already learned
how to forward.

13 Support for SSHv2, Kerberos, and SNMPv3 to provide


network security by encrypting administrator traffic during Telnet
and SNMP sessions.

14 Private VLAN to provide security and isolation between


switch ports, helping ensure that users cannot snoop on other
users' traffic.

15 Bidirectional data support on the Switched Port Analyzer


(SPAN) port to allow the Intrusion Detection System (IDS) to take
action when an intruder is detected.

16 TACACS+ and RADIUS authentication to enable centralized


control of the switch and restrict unauthorized users from altering
the configuration.

17 MAC address notification to allow administrators to be


notified of users added to or removed from the network.

18 DHCP snooping to allow administrators to ensure consistent


mapping of IP to MAC addresses. This can be used to prevent
attacks that attempt to poison the DHCP binding database, and to
rate limit the amount of DHCP traffic that enters a switch port.

19 DHCP Interface Tracker (Option 82) to augment a host IP


address request with the switch port ID.

20 Port security to secure the access to an access or trunk port


based on MAC address. After a specific timeframe, the aging

26
feature should remove the MAC address from the switch to allow
another device to connect to the same port.

21 Trusted Boundary to provide the ability to trust the QoS


priority settings if an IP phone is present and to disable the trust
setting if the IP phone is removed, thereby preventing a malicious
user from overriding prioritization policies in the network.

22 Multilevel security on console access to prevent


unauthorized users from altering the switch configuration.

23 The user-selectable address-learning mode to simplify


configuration and enhances security.

24 BPDU Guard feature, which shuts down Spanning Tree


Protocol PortFast-enabled interfaces when BPDUs are received to
avoid accidental topology loops.

25 Spanning-Tree Root Guard (STRG) to prevent edge devices


not in the network administrator's control from becoming Spanning
Tree Protocol root nodes.

26 IGMP filtering provides multicast authentication by filtering


out nonsubscribers and limits the number of concurrent multicast
streams available per port.

27 Dynamic VLAN assignment support

28 Support for upto Two thousand access control entries


(ACEs).

Management

Superior manageability Features

1 CLI support to provide a common user interface and


command set with all routers and switches of the same vendor

2 Service Assurance Agent (SAA) support to facilitate service-


level management throughout the LAN.

3 Switching Database Manager templates for access, routing,


and VLAN deployment scenarios to allow the administrator to easily
maximize memory allocation to the desired features based on
deployment-specific requirements.

4 VLAN trunks support from any port, using either standards-


based 802.1Q tagging or the Inter-Switch Link (ISL) VLAN
architecture.

5 Up to 1024 VLANs per switch or stack and up to 128


spanning-tree instances per switch

27
6 Upto Four thousand VLAN IDs

7 Voice VLAN feature to simplify telephony installations by


keeping voice traffic on a separate VLAN for easier administration
and troubleshooting.

8 VTP (VLAN Trunking Protocol) to support dynamic VLANs


and dynamic trunk configuration across all switches.

9 IGMPv3 snooping to provide fast client joins and leaves of


multicast streams and limits bandwidth-intensive video traffic to
only the requestors.

10 Remote SPAN (RSPAN) to allow administrators to remotely


monitor ports in a Layer 2 switch network from any other switch in
the same network.

11 For enhanced traffic management, monitoring, and analysis,


the Embedded Remote Monitoring (RMON) software agent should
support four RMON groups (history, statistics, alarms, and events).

12 Layer 2 traceroute ot ease troubleshooting by identifying


the physical path that a packet takes from source to destination.

13 All nine RMON groups should be supported through a SPAN


port, which permits traffic monitoring of a single port, a group of
ports, or the entire stack from a single network analyzer or RMON
probe.

14 Domain Name System (DNS) to provide IP address


resolution with user-defined device names.

15 Trivial File Transfer Protocol (TFTP) to reduce the cost of


administering software upgrades by downloading from a
centralized location.

16 Network Timing Protocol (NTP) to provide an accurate and


consistent timestamp to all intranet switches.

17 Multifunction LEDs per port for port status; half-duplex and


full-duplex mode; and 10BASE-T, 100BASETX, and 1000BASE-T
indication as well as switch-level status LEDs for system,
redundant power supply, and bandwidth use to provide a
comprehensive and convenient visual management system.

Ease of use and ease of deployment

1 Express Setup feature to simplify initial configuration of a


switch via a Web browser, eliminating the need for more complex
terminal emulation programs and CLI knowledge Reduces the cost
of deployment by enabling less-skilled personnel to quickly and
simply set up switches.

28
2 DHCP autoconfiguration of multiple switches through a boot
server eases switch deployment.

3 Automatic QoS (Auto QoS) Feature to simplify QoS


configuration in voice-over-IP (VoIP) networks by issuing interface
and global switch commands to detect IP phones, classify traffic,
and enable egress queue configuration.

4 Autosensing on each 10/100 port to detect the speed of the


attached device and to automatically configure the port for 10- or
100-Mbps operation, easing switch deployment in mixed 10- and
100-Mbps environments.

5 Autonegotiating on all ports to automatically select half- or


full-duplex transmission mode to optimize bandwidth.

6 Dynamic Trunking Protocol (DTP) to help enable dynamic


trunk configuration across all switch ports.

7 Port Aggregation Protocol (PAgP) to automate the creation


of Fast EtherChannel® groups or Gigabit

8 EtherChannel groups to link to another switch, router, or


server.

9 Link Aggregation Control Protocol (LACP) to allow the


creation of Ethernet channeling with devices that conform to IEEE
802.3ad.

10 DHCP Server to enable a convenient deployment option for


the assignment of IP addresses in networks that do not have a
dedicated DHCP server.

11 DHCP Relay to allow a DHCP relay agent to broadcast DHCP


requests to the network DHCP server.

12 IEEE 802.3z-compliant 1000BASE-SX, 1000BASE-LX/LH,


1000BASE-ZX, 1000BASE-T, and coarse wavelength-division
multiplexing (CWDM) physical interface support through a field-
replaceable SFP module to provide unprecedented flexibility in
switch deployment.

13 Default configuration should be stored in Flash and should


help to ensure that the switch can be quickly connected to the
network and can pass traffic with minimal user intervention.

14 Automatic medium-dependent interface crossover (Auto-


MDIX) to automatically adjust transmit and receive pairs if an
incorrect cable type (crossover or straight-through) is installed on
a 10/100 port.

Standards

29
1 IEEE 802.1s

2 IEEE 802.1w

3 IEEE 802.1x

4 IEEE 802.3ad

5 IEEE 802.3x full duplex on 10BASE-T,

6 100BASE-TX, and 1000BASE-T ports

7 IEEE 802.1D Spanning Tree Protocol

8 IEEE 802.1p CoS Prioritization

9 IEEE 802.1Q VLAN

10 IEEE 802.3 10BASE-T specification

11 IEEE 802.3u 100BASE-TX specification

12 IEEE 802.3ab 1000BASE-T specification

13 IEEE 802.3z 1000BASE-X specification

14 1000BASE-X (SFP)

15 1000BASE-SX

16 1000BASE-LX/LH

17 1000BASE-ZX

18 1000BASE-CWDM SFP 1470 nm

19 1000BASE-CWDM SFP 1490 nm

20 1000BASE-CWDM SFP 1510 nm

21 1000BASE-CWDM SFP 1530 nm

22 1000BASE-CWDM SFP 1550 nm

23 1000BASE-CWDM SFP 1570 nm

24 1000BASE-CWDM SFP 1590 nm

25 1000BASE-CWDM SFP 1610 nm

26 RMON I and II standards

27 SNMPv1, SNMPv2c, and SNMPv3

Warranty : 3 years comprehensive Onsite

30
7. L2 Manageable Switch : 1 No

S.No Feature Details Compliance Remarks

1 Minimum 48 10/100 Copper Ports with RJ-45


10/100 Ports Media Interfaces

2 Uplink Ports Minimum 2 Nos Gigabit Dual Purpose uplinks


(each dual-purpose uplink should have 1
10/100/1000 ethernet port and 1 SFP-based
Gigabit Ethernet port, 1 port active).

3 Switching-
Capacity 16 Gbps

Forwarding
4 Rate 6.5 Mpps

MAC
5 addresses 8000 MAC addresses

VLAN & VLAN


6 IDs Minimum 255 VLAN's & 4K VLAN IDs

7 Easy Switch should support Dynamic trunking


deployment protocol that helps enable dynamic trunk
configuration across all switch ports.

Switch should support LACP and


EtherChannel technology.

8 Security Should provide a mechanism to prevent


Features edge devices not in the network
administrator's control from becoming
Spanning Tree Protocol root nodes.

Should provide Unicast MAC filtering to


prevent the forwarding of any type of packet
with a matching MAC address

Should provide DHCP snooping to allow


administrators to ensure consistent mapping
of IP to MAC addresses.

Switch should provide IBNS( Identity based


networking services) solution which provide

31
Authentication, ACLS and security policy
administration.

Multilevel security on console access to


prevent unauthorized users from altering the
switch configuration.

Per-port broadcast, multicast, and storm


control to prevent faulty end stations from
degrading overall systems performance

BPDU Guard or equalant mechanism to shut


down Spanning Tree Protocol PortFast-
enabled interfaces when BPDU’s are received
to avoid accidental topology loops.

Should support MAC address notification to


allow administrators to be notified of users
added to or removed from the network.

Port-based ACLs for Layer 2 interfaces

SSHv2 and SNMPv3 to provide network


security by encrypting administrator traffic
during Telnet and SNMP sessions.

TACACS+ and RADIUS authentication

9 QoS Features Standard 802.1p CoS and DSCP

Control- and Data-plane QoS ACLs

Four egress queues per port.

Weighted tail drop (WTD) to provide


congestion avoidance

Rate Limiting function should guarantee


bandwidth in increments as small as 1 Mbps.

Rate limiting should be provided based on


source and destination IP address, source
and destination MAC address, Layer 4 TCP
and UDP information, or any combination of
these fields, using QoS ACLs (IP ACLs or
MAC ACLs), class maps, and policy maps

10 Redundancy Support for Redundant Power Supply

Switch should support ULDP (Unidirectional


link detection protocol).

11 802.1q/p VLAN Tagging and Priority


Standards

32
Compliance

802.1w rapid spanning tree

802.1x port based authentication, dynamic


VLAN, ACL and MAC Filter Group Assignment

802.3ad Link Aggregation

Dual uplinks
should
support 802.3u 100Base-TX

802.3z 1000base-SX/LX/T

802.3ab 1000 Base-T

12 Management
& Control Embedded Web Management

Industry Standard Command Line Interface

Web based Graphical User Interface

Integration Compatibility with HP Openview,


CA Unicenter, IBM Tivoli and other Industry
Standard NMS on Linux and Windows

SNMPV3

13. Warranty : 3 years comprehensive Onsite

Additional specs for Item 3 : HPC storage

Software Features
and Services

The offered Storage system must be configured with


appropriate licenses for the following access protocol support :
NFS, CIFS, HTTP, WebDAV, FTP, iSCSI

The offered Storage System shall not be based on Windows


based operating system and must have an operating system
optimized for storage and NAS environment

33
The offered Storage system must support data compression
and at least 4 levels data compression must be available
The Storage system must support directory services for NIS, AD
& LDAP
The offered Storage System should provide seamless multi
protocol integration and secure data sharing between Microsoft
Windows, Linux and UNIX clients.

The offered Storage system must be configured with the ability


to create snapshots and clone volumes

The Storage system must support and should be configured for


thin provisioning for both file system, and iSCSI LUNs

There should be no limitation on the number of volumes and


size of volumes that can be created.

Data Protection
Features

The offered Storage System should provide data security


through checksum data and metadata.

The offered Storage system should support triple-parity, triple-


mirroring and de-duplication.

The offered Storage system must be configured with the ability


to create snapshots and clone volumes

The offered Storage system must support NDMP backup and


restore features. Both NDMP v3 and v4 must be supported

The offered Storage system must be configured with replication


license capable of 1:N, N:1, manual , scheduled and continuous
replication

The Storage system must support and should be configured


with the ability to integrate with ICAP-based virus scanning
utility

34
Management
Features

The offered Storage System should provide real-time analysis


and monitoring functionality, at almost no performance impact to
the running production applications.

The offered Storage System should provide monitoring storage


analytics for fine tuning system performance and debugging
and dashboard monitoring for key system performance metrics.

The browser based User interface must be available for


administration tasks. Configuration, maintenance (including
hardware), checking shares and status (current usage of CPU,
memory, storage, network, services, hardware, CIFS, NDMP,
NFSv3 and v4, and iSCSI. It must provide a single page view of
all characteristics

It should be possible for the storage administrator to analyze


problems in real time through the GUI and do drill down
analysis. It should be possible to generate views on how many
IOPS the whole Storage system is doing, on a per protocol
basis, on a per client basis, on a per file basis. It should be
possible to know which files are being read more or written
more by which client.

The offered System should support following Networking


features:

IPV4, IPV6, Static or DHCP;

IP Multi-Pathing groups of addresses;

IEEE 802.3AD LACP;

IEEE 802.1Q VLA.

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

35
PART- 2 : TECHNICAL SPECIFICATIONS for Data Center

1. Modular UPS Systems:

S.No Technical Specifications Compliance


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

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.

2. Precision Air-conditioning System:

System should be capable of remotely controlled /managed over TCP/IP. It


1 should help the customer to change set points as well as view and clear
S.No alarms remotely. Technical Specifications Compliance
C COOLING SYSTEM: Minimum unit capacity – Min 10Kw-29kw
A The cooling
General coil shall use corrugated aluminum fin and copper tube coils.
Specifications:
The coil header is equipped with a drip plate in the bottom to capture and
1 The unit shall be configured for draw-through air pattern to provide
direct the condensation accumulating on the suction header tube to the
1 uniform air flow over the entire face of the coil. External ambient
drain.
temperature to be considered 46 deg centigrade.
Appropriate arrangement to collect the condensate water to collect to the
2 Variable
drain pipespeed
shouldfans: Fansthe
be with shall be variable speed capable of modulating
system
2
from 30-100%. Fans shall soft start to minimize in-rush current.
The coil shall be rated for a maximum pressure of 3440 kPa (500 psig) or
3
3 Insulation
higher, complies
and the coilswith
areUL94-5VA
certified inASTM E84 or Indian
accordance equivalent.
with UL207 or its Indian
Control Panel: Micro processor based control panel for temperature
equivalent.
4
1 Compressor:
settings & to watchThe unit shallstatus
operational be with
configured with a variable speed
visual indications.
reciprocating hermetic compressor using a matched
Units shall be 42 U, 300/600mm width & include casters VFD
and, leveling
so that feet
the
compressor speed can be varied through a range between 30 and 85 Hz to
5
4 to allow ease of installation in the row and provide a means to level the
accommodate varying load conditions. Compressor shall be designed on
equipment
Scroll with adjacent
technology IT racks.
which can withstand liquid refrigerant ‘slugging’ which is
6 2/3 area
major should
cause be perforated
of compressor at the front panel of the cooling unit.
failure.
7 Microprocessor controlled audio & visual
2 Compressor is electrically protected alarms
through thefor
VFD.
8
D Temp / sensors setting
CONDENSATE PUMP:fault indications
9 Pump
Inlet airshall have/ filters
pressure dual internal floats and reservoir made of polymeric
fault indications
1 materials to prevent corrosion.
Temp/air pressure / humidity sensors excessive use or functional unit
10
E FILTERS:
failure.
B Filters
REMOTE shall be 80% efficient as per ASHRAE Standard 52.1, UL Class 2
MANAGEMENT:
1 (MERV 8 per ASHRAE 52.2) or India equivalent & shall be replaceable
from the rear of the unit.

39
3. Rack Mount PDU and Accessories:

S.No Technical Specifications Compliance


A General Specifications (Capacity):
PDU of 32A, 230V, having ISO/ IEC power connector (21)C13 & (3)C19
1

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

4., 5 : Server Racks, Network racks and Accessories:

S.No Technical Specifications Compliance


42 U Rack Should support multi vendor rack server with increased depth of
minimum 1060 mm or more for effective network and power cable
1
management ( 1U = 1.75" or 44.45 mm), 600mm width for Server and
750mm for network
Cabinet should be perforated with 64% open area for ventilation, 830
square inches ( 5350 sq cm) of holes evenly distributed from top to bottom
2
to permitt adequate air flow, at the same time prevent tampering of
servers placed inside the rack, having lock
Vertical Post, Front Door, of 16 Gauge, Rear Door and Roof and Side Pannel
3 of 18 Gauge, EIA Mounting Rails of 14 gauge, thick steel sheet with powder
coated in black color and caster fitted with leveling feet.
4 Should have cable channel in rear side for cable management.

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

6. Environment monitoring Unit & Access:

S.No Technical Specifications Compliance


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

7. Gas Suppression System:

S.No Technical Specifications Compliance


Entire area is to be protected with FM 200 gas based Fire Suppression
1
System
The system shall be integrated with the Fire Detection & Alarm system to
2 achieve end to end Fire Protection within the Facility
The system design shall consider and address possible Fire hazards within
3 the protected volume at the design stage.

The delivery of the FM-200 system shall provide for the highest degree of
4 protection and minimum extinguishing time.

5 The design shall be strictly as per NFPA 2001


The suppression system shall provide for high-speed release of FM-200
6 (99.95% discharge in less than 10 seconds), based on the concept of total
Flooding protection for enclosed areas.

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

Uniform extinguishing concentration shall be 7% (v/v) of FM- 200 for 70


8 deg. F., or higher as recommended by the manufacturer
9 Sub-floor to be included in the protected volume
The system shall be such that the discharge of extinguishing agent does
10 not harm the human being and / or the systems/equipments/devices in
the Facility

The FM-200 Fire Suppression System shall include a detection and control
11 system provision for both pre-alarm and automatic agent release

The discharge nozzles shall be located in the protected volume in


12 compliance to the limitation of spacing, floor and ceiling covering, etc.

The nozzle locations shall be such that the uniform design concentration
will be established in all parts of the protected volumes, which shall also be
13 approved by third party inspectors and certifiers such as UL / FM / VdS /
LPC

The Storage Container offered shall be of Seamless type, meant for


14 exclusive use in FM-200 systems, with VdS / FM / UL / LPC / CNPP
approval. Welded cylinders are not permitted

The system flow calculation shall be carried out on certified software,


15 suitable for the Seamless Steel Cylinder being offered for this project. Such
system flow calculations shall also be approved by VdS / LPCB / UL / FM.

The Seamless storage cylinder shall be approved by the Chief Controller of


16 Explosives, Nagpur and shall have NOC from CCOE, Nagpur for import of
the same

The FM-200 valve shall be of Differential Pressure Design and shall not
17 require an Explosive / Detonation type Consumable Device to operate it

The FM-200 Valve operating actuators shall be of Electric (Solenoid) type,


18 and it should be capable of resetting manually.

The Valve should be capable of being functionally tested for periodic


19 servicing requirements and without any need to replace consumable parts

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

FM-200 agent is stored in the container as a liquid. To aid release and


21 more effective distribution, the container shall be super pressurized to 600
psi (g) at 70°F with dry Nitrogen

8. Fire Detection System:

S.No Technical Specifications Compliance


The fire alarm system is required to detect the incidence of smoke and / or
1
fire within the Server/Datacenter Facility
On ascertaining that the fire has actually occurred, Fire Suppression system
shall be actuated to extinguish the fire in the areas of the
2
Server/Datacenter where critical computer systems / network systems are
installed and / or important data are stored
The system shall be designed such that it detects the abnormal conditions
3 in time and extinguishes the fire to safeguard the equipment/ systems
/devices and the personnel working inside the Facility
The response time for detection and suppression shall be kept to minimum
4 and shall protect the human being and systems/ equipments/ devices from
any damage under the abnormal conditions
The sensors, discharge nozzles shall be located such that it covers the area
5
of concern effectively with the minimum of hardware
Actuation of the suppression system shall be initiated only after confirming
6
that the fire has actually occurred.
Bidder to design the cross zoning configuration to effectively achieve the
7 reliability of the discharge and to avoid faulty discharge of the
extinguishing agent
Bidder to study the layout and the space provided for housing the Fire
8 Alarm and Suppression System components and confirm that the same is
adequate
The Proposed site shall have analog addressable Fire detection and alarm
9 system at three levels – room void, below false flooring and above false
ceiling (if provided)
For Site: Server room will have Fire Detection & Alarm at three levels
10 while NOC staff & Electrical Areas shall have two levels- false ceiling and
room void as false flooring is not provided
Detector spacing and location is to be designed considering coverage of
11
approx. 250 sq. ft per detector
For identifying the ‘Confirmed Fire’ situation, cross zoning shall be
12
established
All areas and their levels will have ionization & photoelectric type detector
13
while UPS/electrical room shall also have heat detector.

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

The system should have self-contained (internal) standby battery as a part


38 of the Intelligent power supply with automatic charger.

The charger must be capable of automatically adjusting the Boost or trickle


39 charger according to the requirement of the Battery for at least 24 hours V
back up time
The Control panel should allow for cross zoning or looping of sensors i.e. a
40 detector on any loop may be assigned to any zone. This will prevent the
need for excessive wiring.
The control panel should have the facility of field selectable alarm
41 verification by zone, by group of zones, or by system

The control panel should be fully site programmable by Laptop computer


i.e. field programmable, configurable and expandable in the field without
42 the need for any special material/equipment/instrument to enable such
programming.
A down loading facility with suitable hardware and software via a PC
43
should be provided
The control panel should have total control over the sensor in all the
44
respects.
It should allow for sensitivity/ alarm level programming for sensor so that
45 the system can be tailored to relevant site conditions

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 detector should contain a functional test switch (magnetically


operated) that when operated, will test the electronics of the unit and put
60 it into the alarm state. Such testing should not actuate the auto
suppression system
The Fire alarm Panel should have a facility to integrate with FM-200 system
61 so as to release it in case of fire in a particular area after a preset time
delay, without the use of a separate Gas Release Panel

The bidder must provide 5 years onsite warranty with 98% uptime
62

9. Smoke detection system : Industry standard smoke detector system

10. Access Control system:

S.No Technical Specifications Compliance


The Access Control System shall be used to serve the objective of allowing
1
entry and exit to and from the premises / restricted areas within the
facility to authorized personnel only
2 Controlled Entries to defined access points

3 Controlled exits from defined access points

4 Controlled entries and exits for visitors.

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.

8 Fail safe operation in case of no-power condition and abnormal condition


such as fire, theft, intrusion, loss of access control, etc.
9 Day, Date, Time and duration based access rights shall be user configurable
for each access point and for each user.
10 One user can have different policy / access rights for different access
points.
It should be possible to use the access devices like biometrics, proximity
11
card readers, push buttons, manual switches, etc. in user defined
combination for any and all of the access points.
Access control system shall be designed and integrated with the access
12
gates / doors.

The system employed shall be based on combination of Proxy card


13
Readers (with PIN and without PIN) for the critical areas, and Proximity
Reader for less critical areas
System offered shall have minimum false denial of access. It shall not grant
14
the access to the unauthorized entity under any circumstances

System shall be compatible to the Proximity cards to be provided by the


15
Bidder.

System should have anti-pass back feature with time scheduling and zonal
16
access defined

The bidder shall design, engineer, supply/manufacture, install, configure,


17
integrate, commission and test the Access Control System at the doors,
indicated
The bidder shall provide enough quantity of proximity cards (for
18
authorized users and visitors) with identity information such as photo,
name, position, etc
Power supply system and battery back up as required shall be in the scope
19
of Bidder

Door position sensors shall be provided as required and shall be properly


20
integrated with the Door Controller System and Application Software

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

23 The software shall be capable of providing the required functionality as


mentioned above as a minimum

47
24 Door Controller

25 Suitable Door Controller system shall be provided.

The door controller system must be intelligent and capable of controlling


26 one doors having IN and OUT interface or 2 doors having only IN interface.

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.

36 Two-factor authentication is envisaged for entry to the access points.

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.

55 The EML shall be installed on single swing flush doors.

56 The door controller system shall control the EML.

The type and specification of the locks shall be in accordance with the door
57
design and specification and also door controller system.

The locks should be of sufficient strength to withstand forced attack to


58
open the door

Other devices such as Manual Switches, Push Buttons, and Mechanical


59
over – ride etc. As required and compatible with the overall system offered
by the bidder
60 Cables

As required and in accordance with the general specifications guidelines


61
provided in ‘Electrical Distribution System’ section and Product Parameters
defined hereunder
62 Door Controller System

63 Card Capacity – 9999

64 Number of Readers – 2

49
65 Door Control – 2 Door Unidirectional or 1 Door Bidirectional

66 Communication Port – RS-232, RS-485

67 Communication Speed – 9600 baud

68 System Password – 6 digits

69 Protection Password – 4 digits

70 Alarm Inputs - 3 Alarm Inputs

71 Alarm Outputs – 1 Alarm Outputs

72 LCD Display – 2 Lines, 8 Characters/line

73 Proximity Card Reader

74 Frequency – 125 KHZ

75 Read Range – 5 – 15 cm

76 Output Format – RS-232 Format

77 Proximity Card Reader with Keypad

78 Frequency – 125 KHZ

79 Read Range – 5 – 15 cm

80 PIN – 4 digit

81 Output Format – RS-232 Format

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

RS 232 communications with PC software for comprehensive setup &


85 management utilities including taking back up of templates on a PC

86 Proximity Card

87 Frequency – 125 KHZ

50
88 Read Range – 5 – 15 cm

89 Power Source – only from reader no internal batteries

90 Electro Magnetic Locks

91 Application - Surface mount on single leaf, single swing doors

92 Holding force - minimum 200 Kg

93 Power consumption - 12VDC, 375 ma Max

94 Duty cycle Continuous – 100 changeovers

95 Data cables for controller & FPR networking

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

98 Data cables between controller & door

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

11. Surveillance System:

S.No Technical Specifications Compliance


A. General Specifications:
1 Data Centre surveillance offerings meet the needs of preventative
monitoring solution that provides the advance warning necessary to
prevent small issues from becoming big disasters, while increasing uptime,
product lifespan, and resource efficiency.
2 Data Centre surveillance offerings meet the needs of Active monitoring of
unsupervised, mission critical NIC data Centre and the systems working
there, to provide continuous business availability
3 Data Centre surveillance offerings meet the needs of Protections of NIC
Data Centre and its valuable contents, like IT equipment, from damage due
to water leaks, high or low temperatures, smoke or dust, humidity,
vandalism, theft, and many more dangerous environmental and physical
factors

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.

3 External Connectors : Door switch sensor, external microphone jack, and


stereo headphone/powered speaker jack. (Magnetic door sensor
supplied.)
4 Camera Motion Sensing : Built in, region maskable, user-defined
sensitivity.
5 Indicators : Power on, audio recording activity.
6 Operational Environment : Temperature: 2º to 50º C , Relative Humidity:
10% to 90% (noncondensing)
F. Environment monitoring devices
1 This device must have integrated sensors for temperature, humidity, dew
point, airflow, and audio. Four PS2-style external sensor ports allow
attachment of external analog sensors, including Amp Detectors and
external temperature and humidity sensors. A wide variety of dry contact
sensors (such as glass break, vibration, smoke, and condensation sensors)
also can connect to these ports.
2 LEDs on the pod provide a visual indicator of the sensor status
3 Powered via USB: No additional power required for this device at its
installed point
G. Environment monitoring devices - Should measure
1 Temperature : Range: 2º to 50ºC. Accuracy: +/- 1ºC typical.
2 Relative Humidity : Range: 10% to 90% (non-condensing). Accuracy: +/-
5%RH.
3 Air Flow Rate : 0-1,000 Meters Per Minute (0-3,281 Feet Per Minute).
Audio : Built-in acoustic sensor detects audio above set level.
4 Indicators : Temperature out-of-limit, humidity out-of-limit, airflow out-of-
limit, sound detected, external sensor violation detected.
5 Operational Environment : Temperature: 2º to 50º C , Relative Humidity:
10% to 90% (noncondensing)

53
12. Data Center Lighting System:

S.No Technical Specifications Compliance


1 Lighting circuit wiring shall be laid in PVC conduit / Aluminum race ways
concealed in brick wall / cleated on ceiling using 2 nos. 2.5 sq. mm. PVC
copper wire & 1 no. 1.5 sq. mm PVC copper earth wire

2 The bidder shall carry out design, engineering, installation, wiring,


connections, testing and commissioning of the lighting system

3 Lighting fixtures & Point wiring shall be supplied, erected, connected and
tested as required in the entire Server/Datacenter Facility

4 Illumination level shall be maintained between 400 Lux in all


Server/Datacenter Area
5 2X36 W CFL Mirror Optics reflector, anti-glare ceiling/recessed mounted
light fixtures with CFL shall be used
6 The Bidder must provide 5 years onsite warranty with 99% uptime

13 . Anti Static flooring : Anti static paint to the flooring

14. Civil & Electrical Earthling :

S.No Technical Specifications Compliance


Customer scope shall be limited to providing power source (cable) at the
1 Service Provider point of supply. Further to this source, all requirements
shall be in Bidder’s scope.

The bidder shall design, engineer, supply/manufacture, test, erect, install,


2 connect, commission and site test the Electrical Distribution System for any
and all power requirements within the Server/Datacenter Facility.
All wiring shall be laid in powder coated MS conduits / Aluminum raceway
3
All power cables shall be PVC insulated type. All cables shall be armored
4 cable type except where flexibility required does not permit use of
armored cable
Electrical should have adequate provision for utility power points in each
5
and every area of the Server/Datacenter
Bidder shall design and implement anti- static EMI / RFI protection
6
arrangement, wherever necessary
This shall include, but not be limited to UPS, Lighting system, ACDB system
7 and input power to various sub systems of the Server/Datacenter.

Design, engineering, supply, section, wiring, commissioning and testing of


8
server racks are in the Bidder’s scope.

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

Specs for Civil


All civil works pertaining to data center including partition, glass view, fire
14
proof doors to be included
15 False ceiling in bidder’s scope

55
Annexure – 06

National Institute of Technology

Warangal – 506 004

Phone: +91 870 2459191 Fax: +91 870 2459 547

INSTRUCTIONS TO BIDDERS

Due date and time of submission of bids : 10th March 2010 at 10.30 AM
Due date and time of opening of Technical Bids : 10th March 2010 at 11.00 AM
Due date and time of opening of Price Bids : 10th March 2010 at 11.00 AM
------------------------------------------------------------------------------------------------------
The instructions given below must be read very carefully, as failure in compliance with
any of these may render the offer liable for rejection. If a bidder has any doubt about
the meaning of any stipulation herein, General Purchase Condition, specification of
materials or any other enclosed document, he should immediately obtain the
clarification/ information in writing from Director, NIT Warangal- 506 004

1. Earnest Money Deposit (EMD)


1.1. Offers must accompany EMD for an amount of Rs. 3,00,000/-(Rupees Three
Lakhs Only) by way of DD/Pay Order/Banker’s cheque, in the name of Director,
NIT Warangal at any of the Nationalized bank branches situated in Warangal.
1.2. Submission of EMD in any other form shall not be considered and shall be
treated as disqualification.
1.3. The EMD shall be forfeited, if
i) Bidder withdraws the bid before expiry of its validity.
ii) Successful bidder does not accept the order/LOI or fails to enter into a
contract within validity period of offer.
iii) Successful bidder fails to furnish Security Deposit within 30 days from the
date of issue of P.O./ LOI
1.4. The fact of having enclosed the EMD, in requisite forms as indicated in 1.1 shall
clearly be superscribed on the sealed envelope. Failing which they are liable to
be disqualified.
1.5. The EMD of unsuccessful bidders shall be returned to them, as soon as purchase
decision against the tender is taken.

2. Acceptance of NITW Payment Terms


The standard payment terms shall be

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

materials will be paid on receipt and acceptance of the material in good condition,

installation and commissioning of the equipment supplied at site against furnishing of

Bank Guarantee for 10% value of the contract covering the Guarantee period and balance

56
20% after 90 days thereafter subject to effective performance of the contract and

settlement of liquidated damages etc.

3. Price Basis

The prices quoted shall be on FOR DESTINATION basis as per annexure-04, and also
shall include:

(a) Transit Insurance:


(b) All Taxes, Duties and Levies.

4. Cost Compensation for Deviation:

Deviations specifically declared by the bidders in respective Deviation Schedules of Bid


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

5. Offers should strictly be in conformity with specifications/ drawings/ samples as


stipulated in the enquiry. In case no deviations are indicated, it shall be taken for
granted that item (s) has/ have been offered strictly as per the requirements given in
the enquiry.

6. Delivery

6.1 Delivery Schedule

The Supply, Installation, and Commissioning of the material: The bidder shall
offer his best, realistic and firm delivery, which shall be specific and guaranteed.
Delivery period shall be reckoned from the date of LOI/P.O. whichever is the first
intimation of acceptance of 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:

It shall be noted that if an order is placed on higher bidder, in preference to lowest


acceptable offer, in consideration of an earlier delivery, the bidder shall be liable to
the NITW, the difference between the ordered rate (s) and the rate (s) quoted by the
lowest acceptable bidder in case the bidder fails to complete the supply in terms of
such order within the date (s) of delivery specified in the tender and incorporated in
the order. This is without prejudice to other right under terms of order.

7. It is not binding on NITW to accept the lowest or any bid. NITW reserves the right to
place orders for individual items with different bidders and to revise the quantities at
the time of placing the order. The quoted rates, terms and conditions shall apply. The
order for the materials may also be split up between different bidders to facilitate
quick delivery of critically required materials. NITW further reserves the right to
accept or reject any/ all bids without assigning any reasons thereof.

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

National Institute of Technology

Warangal – 506 004

GENERAL PURCHASE CONDITIONS

SECTION- I GENERAL

The following terms and expressions used herein shall have the meaning as
indicated therein:
Supplier/ Vendors – shall mean the individual firm or company whether
incorporated or otherwise in whose name this purchase order is addressed and
shall include its permitted assigns and successors.
Purchaser – shall mean National Institute of Technology, Warangal

Reference: This purchase order number must appear on all the correspondence,
packing slips, invoices, drawings or any other document or paper connected
with this purchase order.

Waiver: Any waiver by the authority of any breach of the terms and conditions
of the purchase order shall not constitute any right for subsequent waiver of
any other terms or conditions.

Sub-letting and Assignment: The supplier shall not, save with prior consent in
writing of the NITW, sublet, transfer or assign this order or any part thereof or
interest therein or benefit or advantage thereof in any manner, whatsoever.
Nevertheless that any such consent shall not relieve the supplier from any
obligation, duty or responsibilities under the contract.

Information provided by NITW: All drawings, data and documentation that are
given to the supplier by the NITW for the execution of the order are the
property of the NITW and shall be returned back when demanded. Except for
the purpose of executing the order of the NITW, supplier shall ensure that the
above documents are not used for any other purpose. The supplier shall further
ensure that the information given by the NITW is not disclosed to any person,
firm, body, corporate and/or authority and make every effort that the above
information is kept confidential. All such information shall remain the absolute
property of the NITW.

1.5 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.

1.9 Inspection/checking/testing: All materials/ equipment to be supplied against this


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

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

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

60
strictly as per the provision of purchase order. In case any changes in the mode of
transportation and/or transporter has to be done, the same shall be done only after
obtaining prior approval in writing failing which documents for advance payment
through bank shall not be honored. Normally the goods shall be dispatched through
our approved transporter only as indicated in the purchase order. All formalities
related to allotment of wagons, loading permission from Railways shall be
completed by the supplier. The supplier shall communicate immediately the dispatch
details to the consignee as specified in the purchase order. The Original dispatch
documents either directly or through bank shall be forwarded immediately, failing
which the supplier shall be responsible for any delay in payment and consequential
payments of demurrage and wharfage to the transporter.

1.12 Demurrage/Wharfage: If the documents are routed through Bank, any


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

1.13 Jurisdiction: All and any disputes or difference arising out of or touching this order
shall be decided only by the Courts or Tribunals situated in Warangal. For the
purpose of any legal obstruction, the material, spares etc., should be deemed to
pass into 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. Security Deposit (SD)

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

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

61
2.2.3. Security deposit may be furnished by Demand Draft drawn on any scheduled bank,
payable to NITW or bank guarantee from any scheduled bank in prescribed proforma
which shall be furnished along with purchase order (Bank guarantee shall be accepted
only if amount of SD is above Rs. 10,000)
2.2.4. Security deposit shall be returned back to the supplier as soon as order is fully
executed and supplier has met all contractual obligations and there is nothing
outstanding either against this purchase order or any other purchase order placed by
the NITW on the supplier.

2.3. Terms of Payment:

i) Within the Contractual delivery period: 90% of the all inclusive price of the
materials will be paid on receipt and acceptance of the material in good
condition, installation and commissioning of the equipment supplied at site
against furnishing of Bank Guarantee as stated in Annexure - 10 and 11 for 10%
value of the contract covering the guarantee period and the balance 10% will be
paid after 90 days thereafter and after completion of the delivery formalities.
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 Liquidated Damages/ Failure and Termination:

2.4.1 In the event of any delay in the supply of Material beyond the stipulated date or any
delay in supply of material beyond the stipulated date of completion schedule
including any extension permitted in writing, the NITW reserves the right to recover
from the supplier a sum equivalent to 0.5% of the value of delayed
materials/equipment for each week of delay and part thereof subject to a maximum of
5% of the total value of the order.

2.4.2 Alternatively, the NITW may resort to give the contract elsewhere at the sole risk and
cost of the supplier and recover all such extra cost incurred by the NITW in procuring
the materials by above procedure.

2.4.3 Alternatively NITW may cancel the Purchase Order completely or partly without
prejudice to its right under the alternatives mentioned above.

2.4.4 In case of recourse to alternative 2.4.2 and 2.4.3. above, the NITW shall have the
right to repurchase the materials which is readily available in the market to meet the
urgency of requirements caused by supplier’s failure to comply with the scheduled

62
delivery period irrespective of the fact whether the material/ equipment are similar or
not.

2.4.5 Delivery Schedule:


Time is essence of this order and no delay shall be allowed in the delivery time/
delivery schedule mentioned in the purchase order. Delivery of equipment/materials
described shall be deemed to constitute acceptance of this order and terms and
conditions by the supplier at the price specified.

2.4.6 Early Delivery:


It shall be noted that your assurance of earlier delivery, this order is being placed on
you, in preference to the lowest acceptable bid (s). In the event of failure to complete
supplies against this order within the date of delivery specified herein you would be
liable to pay to the NITW, the difference between ordered rates and those of lowest
acceptable bid, not withstanding the fact that delay in supply may have been caused
by force majeure. This is without prejudice to the right of NITW to recover all other
losses and damages resulting from delayed supplies, including right of cancellation of
order.

2.5 Performance Bank Guarantee:


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

Bank Guarantee for 10% of the order value with validity up to 36

months from the date of installation.

The NITW shall at its discretion have recourse to the said bank guarantee for
recovery of any or all amount due from, the supplier in connection with the
purchase order including of guarantee obligations. Checking/approval of 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.

2.7 Removal of Rejected Goods and Replacement:

63
a) If upon delivery, the material/equipment is found not in conformity with the
specifications stipulated in the purchase order, whether inspected and approved
earlier or otherwise, those shall be unacceptable to the NITW or its authorized
representative. A notification to this effect shall be issued to the supplier,
normally within 30 days from the date of receipt of materials at our Stores.
b) Supplier shall arrange suitable replacement supplies and remove the rejected
goods within 30 days from the date of notification failing which, the goods shall
be dispatched to vendor by road transport on ‘freight to pay basis’ at supplier
risk and cost.
c) External damages or shortages that are prima-facie the results of rough
handling in transit or due to defective packing shall be intimated within a
fortnight of the receipt of the materials, spares etc. In case of internal defects,
damage or shortages or any internal parts, which cannot ordinarily be detected
on a superficial visual examination, though due to bad handling in transit or
defective packing should be intimated within 3 months from the date of receipt
of these articles. In either case the damaged or defective materials should be
replaced by the supplier free of cost to the company.
d) If no steps are taken within 15 days of receipt of intimation of defects or such
other reasonable time as company may deem proper to afford, the company
may without prejudice to its other rights and remedies arrange for
repairs/rectification of the defective materials or replace the same and recover
the expenditure incurred from the deposits such as EMD, SD and performance
guarantees or other monies available with the company or by resorting to legal
action.
e) However, if any advance payment had been made by the NITW for the goods so
rejected on technical ground, rejected materials shall be returned to supplier
after receipt of suitable replacement supplies. If the supplier does not settle the
rejection within a period of 60 days from the date of notification from stores,
rejected goods shall be sent back to supplier at his risk and cost. The despatch
documents shall be negotiated through bank to recover the advance payment
already made. Supplier shall make the payment to the bank and take
possession of dispatch documents so as to collect the materials from the Road
Carrier.
2.8 Force Majeure:
2.8.1 The supplier shall not be liable for delay or failing to supply the of equipment for
reasons of Force Majeure such as Act of God, Act of War, Act of Public Enemy,
Natural calamities, Fires, Floods, Frost, Strikes. Lockouts etc. Only those causes
which have duration of more than 7 days shall be considered for force majeure.

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

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

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

64
Annexure –08

National Institute of Technology


Warangal – 506 004

Terms and Conditions

Bidders are requested to fill in the blank space and send the same along with offer in
duplicate otherwise their offer will be either treated as non-responsive or suitable cost
compensated for deficiencies as deemed fit by the NITW.

01. Tender Enquiry No., date and due date : ________________________

02. Offer/Tender No. & Date : ________________________

03. Name of the bidder : ________________________

04. Central/State Sales Tax Registration No. : ________________________

05. DGS&D’s Registration No., if any : ________________________

(Please enclose copy of rate contract, if any)

06. NSIC/SSI Registration No., if any : ________________________

(Copy of certificate to be enclosed)

07. Price Basis (F.O.R.) : ________________________

08. Discount, if any : Not Applicable.

09. Packing and forwarding charges

(If price basis ex-works) : Inclusive

10. Excise Duty

(if exempted, copy of certificate) : Inclusive

11. Sales Tax : Inclusive

12. Freight charges : Inclusive

13. Terms of payment. : As per NITW payment terms

14. Bank charges : To be borne by supplier.

15. Delivery Period : As per Annexure –02

16 Earnest Money Deposit Details : As per clause no. 1.1 of Annexure-06

(If permanent EMD deposited, indicate Certificate No.)

17. Confirmation of submission of Performance bank

Guarantee for 10% of order value

65
18. Guarantee Period : As per Annexure-02

We Confirm acceptance towards the following:

(i). Transit Insurance: We shall arrange suitable insurance cover at our risk and cost.

(ii). Validity of offer: 120 days from the date of opening of Commercial bids

(iii) Recovery of liquidated Damages: In case of delay in


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

(iv) Part order: Against any single item is not acceptable.

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

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

(vii). Guarantee Certificate : As per Annexure –02.

66
Annexure -09

National Institute of Technology


Warangal – 506 004

DEVIATIONS

Bidder’s Name and Address

To
The Director,

National Institute of Technology

Warangal – 506 004.

Dear Sirs,

Sub:- Supply of ____________________________________against enquiry/NIT

No.___________________ dated________________.

***

We confirm that following are the only deviations and variations from
any exception to specifications and tender documents for the above
mentioned subject supplies against enquiry/NIT No.________ which are
irrespective of what-so-ever has been stated to the contrary anywhere else
of our offer. These deviations and variations are exhaustive. Except for these
deviations, the entire supplies shall be executed as per specifications and
tender documents. Further, we agree those additional conditions, if any,
found in our offer other than those stated below, save that pertaining to any
rebates offered shall not be given effect to.
_______________________________________________________________________

SL.No. Description of Deviation Ref. of page, Clause *Monetary Implications of the conditions of

bid documents in case of withdrawal

Rs. (in figures) Rs. (in words)

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

Signature: ___________________________

Designation:

67
Annexure –10.

National Institute of Technology


Warangal – 506 004

Guide-lines for Submission of Bank Guarantee towards EMD/Performance


Security/ Security Deposit

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

1. Bank Guarantee shall be executed on non-judicial stamp paper of applicable value


purchased in the name of bank.

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

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

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

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

6. All conditions, corrections, deletion in the Bank Guarantee should be authenticated


by signature of Bank Officials signing the Bank Guarantee.

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

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

68
Annexure –11

National Institute of Technology


Warangal – 506 004

BANK GUARANTEE PROFORMA FOR PERFORMANCE SECURITY

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

Whereas the …………………… here-in-after called (The Bidder) has submitted their bid
dated………………………….for the supply of…………………………….. (Here-in-after called “the
Bid”)……………………… KNOW ALL MEN by these presents that
we……………………………………………………………………………. (Hereinafter called “the Bank”) are bound unto
Director, NIT, Warangal. Hereinafter called “the purchaser”) in the sum of Rs………
…………………………………… for which payment will and truly to be made to the said purchaser, the bank
binds itself, its successors and assigns by these presents. Sealed with the common Seal of the said Bank
this ……………………………………….day 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.

We _________________________ Bank Limited lastly undertake not to revoke this


guarantee during its currency except with the previous consent of NITW in writing.

Date the ________________Day ___________200 for ___________Bank Ltd.,

Signature: Designation: Address: Seal:

Note: The Bank Guarantee shall be valid for a period of 270 days from the date of opening of 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

Das könnte Ihnen auch gefallen