49
ई.ओ.आई. एम.एम.डी.आर.पी.एस./EOI MMDRPS ठ/Page 1 अभच क अभयित(ई.ओ.आई.) Expression of Interest (EOI) ,तथापन,थापन एवं बह उेयीय अंतर आँकड़ा ापण एवं मण णाल(एम.एम.डी.आर.पी.एस) Supply, Installation, Commissioning and Maintenance of Multi Mission Meteorological Data Receiving and Processing System (MMDRPS) एिस कॉपरेशन लमटेड ANTRIX CORPORATION LIMITED

EOI for MMDRPS - Antrix Corporation for MMDRPS.pdfelectronics, computers, networking, power systems, furniture/fixtures, installation and commissioning. The proposed system will acquire

  • Upload
    others

  • View
    6

  • Download
    0

Embed Size (px)

Citation preview

Page 1: EOI for MMDRPS - Antrix Corporation for MMDRPS.pdfelectronics, computers, networking, power systems, furniture/fixtures, installation and commissioning. The proposed system will acquire

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 1

अभच क अभयि13त(ईओआई) Expression of Interest (EOI)

आपततथापनथापन एव बह उयीय अतampर आकड़ा ापण एव

मण णाल(एमएमडीआरपीएस) Supply Installation Commissioning and Maintenance of Multi

Mission Meteorological Data Receiving and Processing System (MMDRPS)

एि234स कॉप6रशन 8ल8मटड

ANTRIX CORPORATION LIMITED

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 2

वषय सची सारणीTable of Contents

म स SlNo

वषय-सची Content

पठ स Page No

1 सगठन वहगमावलोकनOrganisation Overview 3

2 उयObjective 4

3 ईओआई आवयकता =याEOI Requirement Process 5

4 अनलgtनक-कAnnexure-A एमएमडीआरपीएस क

तावत आवयकताProposed requirement of

MMDRPS

7

5 अनलgtनक-खAnnexure-B दयDeliverables 14

6 अनलgtनक-गAnnexure-C ईओआई उCतर-पितकाEOI

Response Sheet

46

7 अनलgtनक-घAnnexure-D ईओआई हत सामा2य

अनदशGeneral instructions for EOI

47

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 3

1 सगठन वहगमावलोकन Organisation Overview

एि-13स कॉप0रशन लमटड

28 8सतGबर 1992 मJ गKठत एि234स कॉप6रशन 8ल8मटड (एि234स) (कपनी अLधनयम 1956 क

अतगत) भारत सरकार क एक पण वा8मCव वाल कपनी ह िजसका शासनक नयSण अतampर

वभाग(अव) क अधीन ह एि234स भारतीय अतampर अनसधान सगठन (इसरो) का वाVणिWयक

अग ह एि234स भारतीय अतampर कायम क उCपादX तथा सवाओ क चार-सार एव

वाVणिWयक उपयोग क 8लए उCतरदायी ह वष 2008 मJ कपनी को lsquo8मनीरCनrsquo क िथत स

सGमानत =कया गया था

ANTRIX Corporation Limited

ANTRIX Corporation Limited (ANTRIX) incorporated on 28 September 1992 (under the

Companies Act 1956) is a wholly owned Government of India Company under the

administrative control of Department of Space (DOS) ANTRIX is the commercial arm of

Indian Space Research Organisation (ISRO) ANTRIX promotes and commercially markets

the products and services emanating from the Indian Space Programme In the year 2008

the Company was awarded lsquoMINIRATNArsquo status

एि-13स क वत5मान वा6णि7यक 8याकलाप 9ननल6खत हlt

कa वभ-न =यो13ताओ क लए सचार उपह =षानकर का =ावधान Provisioning of communication satellite transponders to various users

खb ाहक उपहB क लए =मोचन सवाए =दान करनाProviding launch services

for customer satellites

गc भारतीय सदर सवदE उपह तक पहच =दान करनाProviding access to

Indian remote sensing satellite

घd भारतीय एव वदशी सदर सवदE उपहB क आकड़B का वपणनMarketing of

data from Indian and foreign remote sensing satellites

डe उपहB क साथ-साथ उपह उप=णालयB का 9नमा5ण एव वपणनBuilding and

marketing of satellites as well as satellite sub-systems

चf अतIरJ अन=योग क लए भ-अवसरचना क KथापनाEstablishing ground

infrastructure for space applications औरand

छg उपहB क लए मशन सहायता सवाएMission support services for

satellites

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 4

The current business activities of ANTRIX include

a Provisioning of communication satellite transponders to various users

b Providing launch services for customer satellites

c Providing access to Indian remote sensing satellite

d Marketing of data from Indian and foreign remote sensing satellites

e Building and marketing of satellites as well as satellite sub-systems

f Establishing ground infrastructure for space applications and

g Mission support services for satellites

2 इस ईओआई का उNOय Objective of this EOI

एि-13स नई PदQलE मR सम-नत बह उNOयीय अतIरJ आकड़ा =ापण एव =मण =णालE

(एमएमडीआरपीएस) सवधा क Kथापना कर रहE ह यह एमएमडीआरपीएस सवधा सभी भारतीय

अतIरJ उपहB स =ाWत आकड़B का =ापण और =मण =बधत करगी

इस ईओआई का उNOय उचत उYयोगB क पहचान करना ह जो एमएमडीआरपीएस क Kथापना क लए

या तो Kवत[ प स या दसर उYयोगB क साथ सम-वय Kथापत करक श स अत तक क 8याकलापB क

लए उ]तरदा9य]व 9नभा सक इसमR भ-Kटशन क Kथापना हाड5वयर तथा सॉ^टवयर का एककरण आकड़ा

=मण एव भ_डारण =णालE एि-13स Yवारा =द]त सापि]तक हाड5वयर तथा सॉ^टवयर का एककरण 3 वष`

क आOविKत अवध क उपरात वाष5क अनरJण सवदा इ]याPद शामल हlt अनलaनक-क मR =णालE ववरण हlt तथा

अनलaनक-ख मR =दय क सची ह

ANTRIX is establishing a state-of-art Multi Mission Meteorological Data Receiving and

Processing System (MMDRPS) facility in New Delhi The MMDRPS facility will cater to the

reception and processing of data from all Indian Meteorological Satellites

The objective of this EOI is to identify appropriate industries who either independently or in

coordination with other industries takes up the responsibility for end to end activities for the

establishment of MMDRPS This will involve establishment of earth station integration of

hardware and software data processing and storage systems integration of proprietary

hardware software supplied by ANTRIX AMC after post warranty period of 3 years etc The

system details are in Annexure-A and list of deliverables is in Annexure B

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 5

3 EOI Requirements Process

To respond to this EOI the vendor(s) are required to do the following

a) Send a Letter of Interest

b) Provide details wrt EOI RESPONSE SHEET in prescribed format (Annexure-C)

c) Make a presentation to ANTRIX to showcase competency in carrying out the work

at no cost no profit basis

d) Submit a detailed proposal to cover the system requirements in Annexure-A and

deliverables as listed in Annexure-B

e) Submit a compliance table to all the points sections of this EOI

31 EOI Contact

For assistance and questions regarding this EOI you are welcome to contact EOI Contact No

080-22178340 22178323

32 Participation to EOI

All vendors confirming their participation shall send a Letter of Interest in a sealed

envelope and super scribed ldquoLetter of Interest MMDRPS projectrdquo and submit at the

earliest probably within 10 days of release of this EOI

The Purchase and Stores Officer ANTRIX Corporation Limited Antariksh Bhavan Campus New BEL Road Bengaluru 560 094 India Email purchaseantrixgovin

33 EOI Response

Responses to this EOI in prescribed format (Appendix A) must include two original hard

copies and one soft copy (in CD format) and should be enclosed in a sealed envelope

super scribed ldquoEOI Response MMDRPS projectrdquo and submitted to

The Purchase and Stores Officer ANTRIX Corporation Limited Antariksh Bhavan Campus New BEL Road Bengaluru 560 094 India Email purchaseantrixgovin

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 6

34 EOI Submission Guidelines amp Schedule

It is necessary for vendors to submit all information as per schedule mentioned below All

responses to EOI must be on official letter heads duly signed and stamped

EOI key dates are the following

Submission of Letter of Intent Probably within 10 days after release of EOI Last date for seeking any clarification 10 October 2017

Last date for submission of EOI 25 October 2017 (1600 Hrs) IST

Date of opening of EOI 26 October 2017 (1100 Hrs) IST

Meeting for clarification queries Within 15 days after release of EOI Presentation to ANTRIX to demonstrate the capability as a proof of concept by vendors

Date will be decided based on mutual convenience

35 Liabilities of Agency

This EOI is only a request for information about potential products services and no

contractual obligation on behalf of ANTRIX whatsoever shall arise from the EOI process

This EOI does not commit ANTRIX to pay any cost incurred in the preparation or submission

of response to the EOI Information received will be considered solely for the purpose of

identifying suitable interested vendors and for conducting a competitive procurement A

determination by ANTRIX not to compete this requirement based upon responses or lack

thereof to this notice is solely within the discretion of ANTRIX

36 Confidentiality amp EOI Ownership

Non- Discloser Agreement Vendor shall execute Non-Discloser Agreement with ANTRIX

so that necessary information can be shared between both the parties so as to clearly

understand the business requirement of ANTRIX and the possible solutions that may be

delivered by the vendor

EOI Ownership All responses to the EOI will become the property of the ANTRIX and will

not be returned

37 Disclaimer

ANTRIX may at its sole discretion alter the EOI before the due date for receiving EOI

response

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 7

Annexure-A

Proposed System Requirement of

Multi-Mission Meteorological Data Receiving amp Processing System (MMDRPS)

10 Introduction

This EOI is for identification of interested and suitable vendors for a complete near real-time

Ground System Data Reception System Data Processing and Dissemination system to

acquire process image visualization and data analysis of all meteorological data

transmitted by the sensors of INSAT-3D series sensor of INSAT-3A KALPANA-1 satellites

and centralised AWS stations reception and processing system along with associated

electronics computers networking power systems furniturefixtures installation and

commissioning

The proposed system will acquire raw data from serial data streams process the data and

generate various quantitative products from processed data for operational utilization by

various users

The MMDRPS system and Work Package will consist of the following major

SegmentsActivities

1 RF Segment with outdoor Antenna(s) and associated RFIF Receivers

2 Baseband Reception Systems for (a) Satellite Met Sensors Data Streams (b) AWS channels Data Stream(s)

3 Data Processing systems

4 Data Dissemination systems

5 Data Archival systems (Raw and Processed)

6 All associated elements like NetworksLANWAN Powering Systems UPS Gensets CablingConduiting and officecomputer furniture

7 Installation commissioning operationalization and operations (for pre-determined required period)

8 Project management documentation project activities like technical reviews schedule management and staff deployment etc

9 Embedded warranty for 3 years and option for both comprehensive and non comprehensive AMC after warranty period for 2 years

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 8

The complete End to End systems shall be supplied installed and commissioned and

operated as a turnkey project with a pre-decided Schedule for the activities

20 A brief description of the segments and requirements follows

21 RF Segment (Earth Station)

Three RF chains are required for the satellite data reception

bull 1st for INSAT-3D (IMAGER SOUNDER DRT Kalpana)

bull 2nd for INSAT-3DR (IMAGER SOUNDER DRT Kalpana)

bull 3rd for Hot-Standby (IMAGER SOUNDER DRT Kalpana)

This segment will include

bull Suitable dishparabolic antenna for Geo Satellite Reception (gt7 meter

elevationazimuth mounted steerable motorized auto tracking (Beacon) extended C

band (up to 49 GHz) with polarization and polariser drive motor as required

compliance to relevant ITU specs gain as required)

bull LNA Down converter subsystem with mainredundant configuration for extended C

band

bull IF subsystem consisting of BPSKQPSK demodulators DRTAWS burst

demodulatorsreceivers and decodersbit synchronizers (in redundant configuration)

bull Control Systems Network Management Software Remote monitoringmanagement

systems and Software RF cabling Instrument racks Power Systems

bull Antenna installation and commissioning operations and comprehensive support

22 Base band Data Reception Segment

Raw data from ground station for each of the data streams will be input to this system

Single data stream will be processed in each DR system It will include methods and

technologies (hardware andor firmwaresoftware) specifically developed by ISRO or

Bidders for receiving re-formatting the sensor(s) data streams as well as the DRTAWS

data streams

Major modules of this segment are

bull Bit synchronization

bull Frame synchronization

bull De-randomization De-commutation of data-stream

bull DRT receivers

bull Processing of various fields of data

bull Display of the Satellite Instrument HK data Quick look display

bull Raw data Archival

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 9

The methodology of the data acquisition and raw data storage will be such that failure of

acquisition-link elements does not result in the loss of raw data This segment does not

contain any detailed image processing functions The de-commutated band-separated

time-tagged video data will be transferred to the Data Processing computer through a well-

defined protocol along with auxiliary data for data products generation All interfaces of data

transfer protocols and the data formats shall be providedoutlined out in advance

Fig Indicative Configuration of One chain of Data Reception System for Met Sensor

VHRRCCDIMAGER

SOUNDER Serial Data Stream

To other

servers

through NW

Bit

Synchronizer

Data Acquisition

System

Data

Reception

Server

with

Software

Data

Processing

System RF

Section

Display System

for PQLD

Raw Data

Archival System

Hardware

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 10

Fig OVERALL LINE DIAGRAMFIGURE FOR MMDRPS

23 Data Processing

The ldquoData Processing Systemrdquo will cater to the requirements of processing of INSAT-3DR

INSAT 3D SounderImager INSAT-3A VHRR CCD and KALPANA-1 VHRR data The pre-

processed Data and other ancillary information will be archived on the central storage

system The Application Generation system uses this data from the central storage system

for retrieval of various meteorological parameters and images Further the system

configuration has multiple servers which will handle other conventional types of data and

AWSARGAMSGTS data with customized packages

The main ldquoData Processing Systemrdquo with complete redundancy will accept real time imaging

data of five streams from data acquisition system The front-end system will consist of five

Database

Management

System Applications GIS

Image Analysis

systems Backup Archival System

RF Receiver

+

Base Band

Data Reception

System

for All Sensors

+

P- QLD

+

RAW Archival

System

Data Processing

System

for IMAGER

SOUNDER CCD

VHRR

Antenna + LNA

Centralized

Storage

Applications

Product

Generation

Systems

Ancillary Data

Acquisition and

Processing System

Data

Dissemination

System

Aux Data

Product

Monitoring

amp

Management

System

IMD WEB

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 11

Linux-based servers All five servers will have four processors each For each set of main

and redundant data streams one processed data stream will be selected as prime for

parameter retrieval The data of the other stream will be purged All these machines will be

networked to a common 1(One) PB (Petabyte) Unified storage (both SANNAS partition)

through FC switches An additional 1 Petabyte will be used as back up and will be synced

with main 1 PB storage based on archive policy This configuration provides back-up

storage and redundancy

Kalpana-1 VHRR

redundant DP system

OFFLINE

(Tape Based)

ARCHIVAL

SYSTEM

IP Based SIDS

System amp

Display Units

Color Network Printer

BW Network Printer

5 Remote Image Analysis Client

Systems

LAN Switches

1G Copper

20 Image Analysis Client

Systems

1 PB

PRIMARY

STORAGE

Ethernet

Network

Network

SECONDARY

STORAGE

Insat-3A

DP System

Insat-3D Imager

DP System

BackupArchival

Server

PMMS Server

Data

Dissemination System

Kalpana-1 VHRR DP

System

Insat-3D IMG SND

DP System

Insat-3DR IMGSND

DP System

Database Management

System

Ancillary Data

Processing System

On line digital

processed data supply

server

RAPID

SERVER

Redundant

Backup

Archival Server

Redundant Data

Dissemination System

Insat-3A

Redundant DP

System

Insat-3D Imager

Redundant DP

System

Redundant

PMMS Server

Insat-3D IMGSND

Redundant DP

System

Insat-3DR IMGSND

Redundant DP System

Redundant Database

Management System

Redundant Ancillary

Data Processing

System

Redundant On line

digital processed

data supply server

Redundant RAPID

SERVER

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 12

Fig Data Processing Application Product Generation Centralized Storage System

24 Data Dissemination systems

As part of dissemination of imagesproducts to other systems the data products system will

use the ldquoData Dissemination Systemrdquo to transfer the images in the required format

Following Data Dissemination modes are planned as part of data dissemination activity

bull Transfer of Imagery to web site

bull Conversion of products to HRITLRIT format for dissemination to remote stations

bull Conversion of products to GTS format and transmission to Meteorological

communications computer

bull Encodingdecoding of products and AWSARGAMS data in WMO format and

transmission to Meteorological communications computers

bull Transfer of imagery to IP based SIDS system

bull GUI based and script based software for format conversion (NetCDF GeoTIFF

ASCII) of multiplebunch data files for offline supply data

bull Onlineoffline visualization and analysis of meteorological data through RAPID

25 Data Archival systems (Raw and Processed)

A suitable data archival system (Raw and Processed) shall be proposed by the vendors for

MMDRPS system This shall take into account the software and hardware for following

Base-band Data Reception System (DRS)

bull Software for archival replay

bull Raw data Archival in DP format

bull Disk archival

bull Additional raw data archive of two selected chains

bull Data Archive Disks for each base band chain with usable storage of 6TB or higher

bull Secondary archive drives of latest version

bull Raw Data Archival and management with secondary archival (back-up)

bull Digital Recording (Raw Archival)

bull Raw Archival server with storage system

Database Management System

bull Archival of Metadata for all Pre-processed data and Retrieval Parameters

bull Archival of AWSARGAMS and GTS Data

Ancillary Data Processing

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 13

bull Transfer Processing and Archival of Automatic Weather Station (AWSARGAMS)

Data

bull Transfer Processing and Archival of data received on Global Telecommunication

System (GTS)

26 All associated elements like NetworksLANWAN Powering Systems UPS Gensets

CablingConduiting and officecomputer furniture

27 Installation commissioning operationalization and operations (for pre-determined

period)

28 Project management documentation project activities like technical reviews

schedule management and staff deployment etc

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 14

Annexure-B

Deliverables

The MMDRPS system and Work Package will consist of the following major

segmentsactivities

(i) RF Segment with outdoor Antenna(s) and associated RFIF Receivers

Ground System comprising of the following elements

SlNo Particular Qty

72 m Antenna System

1 Foundation 3

2 Antenna Subreflector and Pedestal 3

3 Feed System 3

4 Control System 3

5 Antenna Control Unit 3

6 Beacon Tracking Receiver 3

RF Downlink System

1 LNA 6

2 LNA Control 3

3 Down Converters 15

Baseband System

1 Demodulator (Tunable) 15

Timing System

1 GPS Receiver 1+1

2 Time Code Reader 1+1

3 Networking Server 1+1

M amp C System

1 M amp C System (Hardware amp Software) 3

Interface elements

1 Cables

Lot as per

requirements

2 Racks

3 Patch Panels Jacks Couplers

Test Instruments

1 VSA NFA Handheld Spectrum Analyzer with

Oscilloscope Rack Mounted Spectrum Analyser

Signal Generator Power Meter

One each

Common for all

antenna

2 Oscilloscope

3 PC amp Color Printer

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 15

Overall system descriptions is in Annexure A

(ii) Baseband Reception Systems for (a) Satellite Met Sensors Data Streams

(b) AWS channels data stream(s)

a Deliverable

Name of Units No of Units

Bit Synchronizer 14 Data Acquisition System 14 Data Reception Server 18 Raw Data Archival Server and Storage System

2

Workstations for network PQLDRaw Archival

14

Network Elements 10 TCG with NTP 2 Rack mounted MSO 2 DR Software 7 sets AWS front end Receivers 4 sets Instrument Racks cabling accessories and LAN networking

as required

b Computer Configurations for DR Server (Broad Specifications)

Specification Quantity Configuration ndash 1 (Server) 9+9 2U Rack mounted 2-CPU server 8 Core Intel Xeon E5 V4 series CPU with minimum 3 GHz or better 25 MB cache or better Intel C610 Chipset or better

256 GB 2400 MHz DDR4 RDIMM with minimum 8 DIMMs

bull 2 x Enterprise 600GB SAS 6Gbs 10K RPM or Better

bull 10 x 4 TB SAS 7200 RPM hot plug HDDs in RAID-105 Minimum 4 nos of 1001000Mbps RJ ports and 2 x 10GbE RJ45 copper ports At-least 2 x PCI-E 30 (x16) Full-height 1 x PCI-E 30 (x8) Full-height Graphics port 1280 x 1024 (1 No) Graphics adaptor 17rdquo Rack mounted console DVDCD-writer OS Windows Server 2012 R2

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 16

c Workstations for Networked PQLD

Specification Quantity Configuration ndash 2 (Workstation) 12 2-CPU 14 core Intel Xeon E5 V4 series CPU with 25 GHz or better minimum 35 MB cache Intel C612 Chipset or latest

128 GB DDR4 RAM (as per latest speed and standards) 2 x 1000 GB HDD 2 x 2 TB Images storage HDDs Minimum 1 nos of 1001000Mbps RJ ports and 1 x 10GbE RJ45 copper port 1x Graphics adaptor with 4GB memory 30rdquo32rdquo Hi-resolution colour display monitor 4K resolution compatible with graphics card DVDCD-writer OS Windows Server 2012 R2 or Windows 10

d Raw Archival Server with Storage System

Specification Quantity Configuration ndash 3 (Server) 2 Intel Xeon E5 V4 series CPU or better as per latest series gt25 GHz

128 GB RAM 2x 1000 GB HDD 4x1000 TX network port 2 x10GbE RJ45 copper port Add on NASDAS with Raid Controller ndash 400 TB (As required) 27rdquo colour display monitor DVDCD - writer OS Windows Server 2012 R2 or Windows 10

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 17

(iii)Data Processing system(s) amp Data Dissemination system(s)

a Deliverables

SlNo Name of Units No of Units

Data Processing and Applications Systems

1 Data Processing Servers (K1VHRR 3A VHRR

3ACCD 3DIMG 3DSND 3DRIMG 3DRSND)

5+5

2 Data Ingest Servers 4

3 Database Server 2

4 Image Analysis Server 2

5 Data Dissemination Server SIDS Server 3

6 Web Server 3

7 Web Applications Server (GIS Web based

Visualisation and Analysis)

4

8 Ancillary Data Processing Server (GTS AWS BUFR) 2

9 Calibration and Validation Server 2

10 Image Analysis Clients 25

11 Central Data Flow Monitoring and Management 2

12 Web Monitoring 1

13 Data Quality Check 1

14 Backup and HSM 2

15 Data Visualisation Nodes 2

16 Video Wall 2

Centralised Hardware

1 1G10 G Switches and Networking (setspackages) 4

2 100 1000 LAN Switches and Networking 6

3 High Speed SSD Storage (50 TB) 1

4 Multi-Tier Data Storage System (1 PB and expandable) 1

5 125 KVA UPS (with redundant controllers plus

batteries for 30 minutes backup)

2

6 SIDS terminal along with STB 25

7 Multi monitor video wall 1

b Computer configurations

Data Processing and Applications Systems

1 Data Processing Servers (K1VHRR 3A VHRR 3ACCD 3DIMG 3DSND 3DRIMG

3DRSND)

5+5

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 18

SN Item Description of Requirement 1 Processor 6 x Intelreg Xeonreg Platinum series processors

with min 27GHz Min 33MB Cache 24 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C602J Chipset or Better

3 Memory Min 1TB DDR4 1866 MHz Registered Memory amp Upgradeable to 3TB of Memory

4 Memory Slots Min 96 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 2 x Gen 2 min4 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 8 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 6 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 6 USB ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 4U Rack Mountable

18 Redundant FAN Hot Plug redundant fans with N+1 Redundancy

19 Power Supply Redundant hot plug platinum min1400W power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management 21 Manageability

Features Should be able to manage systems through a web-browser OEM to provide its own systems management software

22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 19

2 Data Ingest Servers 4

3 Database Server 1

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 32GHz Min 25MB Cache 16 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256 GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024

15 Operating System Redhat Enterprise linux 7x with 3 years subscription

16 Operating System support

Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser OEM to provide its own systems management software

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 20

22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

4 Image Analysis Server 1

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E7-8890v4 processors with

min 24GHz Min 25MB Cache24 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots

5 Memory Features Advanced ECC Mirrored Memory Online Spare Memory

6 Network Controller Min 2 x 1GbE Network ports and Min 2 x 10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 21

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

5 Data Dissemination Server SIDS Server (Tower model) 2

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 23GHz Min 45MB Cache 18 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024

15 Operating System Redhat Enterprise linux 7x with 3 years subscription

16 Operating System support

Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser

OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 22

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

6 Web Server 2

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 32GHz Min 25MB Cache 8 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management 21 Manageability

Features Should be able to manage systems through a web-browser OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 23

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

7 Web Applications Server (GIS Web based Visualisation and Analysis) 4

SN Item Description

1 Make amp Model

2 CPU 4 x Intel Xeon Processor E-7 8890 V4 34 GHz or higher 24 core 60 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 1TB GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs 4 16TB SSD in RAID1

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 24

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

8 Ancillary Data Processing Server (GTS AWS BUFR) 2

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 256 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 25

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

9 Calibration and Validation Server 2

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 26

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel)

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

10 Image Analysis Clients 25

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-7 4830 V4 28 GHz or higher 14 core 25 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P2000 5 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM

18 Power Supply 900 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

11 Central Data Flow Monitoring and Management 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

12 Data Visualisation Nodes 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

13 Backup and HSM Server 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

14 Video Wall 2x2 configuration (LCD and Controller) 2+1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31

A LCD Group Specification Item Detailed Specification

System

Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall

Display technology Liquid Crystal Display

Display size and resolution

The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels

Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001

Architecture

The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime

Signal Interface

Input terminals

1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )

Output terminals 1x Digital DVI-D 1xRS422 RJ-45

Component input compatibility

480i 480P 720P 1080i 1080P

Scan rate Fh 30~75KHz Fv 50~85Hz

Video compatibility NTSC PAL SECAM

Timing compatibility

720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz

User controls

Power control 1 AC power ONOFF switch Wire control RS232C RS422 input

LED indicator System indicator display to show system status

IR remote IR remote OSD style list type OSD format

On Screen display Input selection picture image and tiling should be adjusted using OSD

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32

Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning

OSD Languages English

Wall control amp monitoring

Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience

Electrical AC power input range 90~240VAC 5060Hz 5A max

Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC

System Reliability

Operating temperature 0~40degC Operating relative humidity

20~80

MTBF gt= 50000 hours

B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the

same manufacturer Reputed Company The OEM should be an established

multinational in the field of video walls and should have installations around the world

Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos

Chassis 19rdquo industrial Rack mount Lockable front door to protect drives

Operating System Platform

Window 7- 64 bit

Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD

Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt

Supports Add on copper optical fiber adapters

Input Output supported

Serial ATA LAN

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33

2x RJ45 LAN ports USB 20 port

RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset

Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply

HDD Cooling FAN

LAN ports Scalability Display multiple source windows in any size

anywhere on the wall Control functions Brightness contrast saturation Hue

Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency

power supply AC Voltage 100 - 240V 50-60Hz

Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing

Wall management SW Scaling and display Software tp enable the user to display

multiple sources in any size and anywhere on the display wall

Auto Source Detection Software should support for auto source detection

Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts

Scenarios Software should able to Save and Load desktop layouts from Local or remote machines

Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user

Layout Preveiw Software should support layout preview option

Launch Application Software should be able to support

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34

Integration with 3rd party devices

System should offer interface to enable control from 3rd party devices like Creston AMX etc

Live Preview Software should able to provide live preview of video wall

Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall

Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)

Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere

on the display wall Inside the ticker window font size colour and background can be set

Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker

SNTP System should support SNTP function Protection System should have Hardware License key to

protect the software from unauthorized access

Pre- Qualification Requirements

OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India

(iv) Data Archival system(s) (Raw and Processed)

SN Name of Units No of Units

Centralised Hardware

1 High Speed SSD Storage (50 TB) 1

2 Multi-Tier Data Storage System (1 PB and expandable)

Primary and Secondary each

bull Unified storage device

bull Provision for online replication of luns

bull Provision for Fibre 10g (min 40g)

1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35

bull Provision for expansion should be there

3 LTODisk Based Library 1

4 SIDS terminal along with STB

Minimum 32 inch LED Screens having support for

following

AV HDMI USB RJ-45 along with built in Wifi

STB

Set top box should have programming support

Should have RJ-45 1Gbps and Wifi connectivity

Should have adequate support for python

Should have linux flavoured Operating system and provide

support for protocols like telnet ssh scp and ftp

25

(v) All associated elements like Network(s)LANWAN Powering Systems UPS

Gensets CablingConduiting and officecomputer furniturersquos

1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant

controllers plus batteries for 30 minutes backup)

2

a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis

b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum

VAH 90000)

c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation

Transformer for Input Side (Delta to Star Transformer Required)

Sr No

Description Parameters required

1 General Specifications 11 UPS topology On line double conversion VFI

SS 111 12 Architecture of the UPS Modular scalable redundant

based on Available kVA Power Modules

121 InOut phase Configuration

Three phase-Three phase single phase

122 Neutral Neutral Passing through

123 Output wave form on mains run

Sinusoidal

124 Output wave form on battery run

Sinusoidal

125 Bypass type Static and electro mechanic

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36

126 Transfer time Zero

127 UPS Module 100 kVA

128 UPS Chassis 120 kVA

13 Input

131 Nominal Voltage

400 V three phase 230V single phase

132 Voltage range -20 +15

133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power

To be furnished by the vender

134 Frequency

50 Hz to 60Hz (autosensing)

135 THDIin lt 3 al 100 of nominal load

136 Power Factor

gt 099 from 50 to 100 of nominal load

141 Output with mains

142 Nominal voltage 400 V three phase

143 Nominal power 100

144 Active power 100

145 Output waveform Sinusoidal

146 Voltage variation (static)

plusmn 1

147 Voltage variation (dynamic 0-100 100-0)

plusmn 1

148 Output voltage variation at unbalance load

plusmn 1

149 Phase displacement-100 unbalance load

120degplusmn 1deg

1410 Short circuit capability 300(p-p) for 1-sec

1411 THDv on nominal power (linear load)

lt 05

1412 THDv on nominal power (not linear load PF=07)

lt 1

1413 Frequency

50 Hz o 60 Hz (autosensing or selectable)

1414

Frequency tolerance Synchronized with input frequency or

plusmn 1 free run

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37

1415 Current Crest Factor

31 accordingly with IEC 62040-3

1416 Overload capability unity PF

bull 5 minutes or higher

bull 30 seconds or higher

110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention

15 Battery

151 Type

Lead Acid sealed free maintenance VRLA

152 Make

Exide Amco Panasonic Amara Raja

153 Model

To be furnished by the vendor

154 Nominal UPS Battery Voltage

252 Volt DC

155

Battery Backup time

30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)

156 Battery charger type

PWM hi efficiency one in each power module

157 Charging Cycle

Intelligent with boost charge and advanced management

159 Required VAH (12V x No of Battery x Battery AH)

Minimum 90000 VAH

1510 Weight of battery

To be furnished by the vendor

1511 Weight of battery cabinet

To be furnished by the vendor

1512 Dimensions of battery cabinet

To be furnished by the vendor

1513 Battery guaranty

2 years or more (free replacement)

16 Environmental specifications

161 Noise level 1m 42 divide 46 dBA

162 Working temperature range

from 0degC to +40degC

163 Stock temperature range

from -20degC to +50degC (excluded batteries)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38

164 Humidity range 20-80 not condensing

165 Protection degree IP21

17 Communication Interface

2 serial port RS232 1 logical level port 4 Dry contacts port

18 External Isolation Transformer required at Input Side

OEM Make 120 kVA

19 Standards

ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3

20 Protection

201 Overload (OL) To be complied [YesNo]

202 Short circuit (SC) To be complied [YesNo]

203 Input low voltage

To be complied [YesNo]

204 Output overvoltage

To be complied [YesNo]

205 Battery overcharging

To be complied [YesNo]

206 Battery over discharging

To be complied [YesNo]

21 Recommended Copper cable size in sq mm

To be furnished by the vendor

22 Recommended breaker rating in Amps

To be furnished by the vendor

23 Rectifier DC voltage ripples

lt1

24 Static bypass arrangement

241 Rated voltage (3 phase with neutral)

400V

242 Voltage variation plusmn20

243 Nominal frequency 50 Hz

244 Maintenance bypass switch

Inbuilt

25 Factory Test Certificate CE ISO 9001 amp ISO 14001

26 UPS Make Emerson Socomec Riello

AROS APC (Schneider) Numeric

27 UPS Model To be furnished by the vendor

28 Dimension and Weight of UPS

To be furnished by the vendor

29 3 years Warranty for total solution offered

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39

2 10 G Switches and Networking (setspackages)

Copper 10g Fiber 10g and FC SAN Switch

6

Features Specifications

Switching Architecture and Performance (Fibre10g Switch)

Interface Required

Minimum 48 ports of 10G SFP+ ports on day 1

Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1

Standards Support

Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC addrress

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies from day 1

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

Features Specifications

Switching Architecture and Performance (copper 10g switch)

Interface Required

Minimum 48 ports of 10GbaseT Rj45 ports

Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

switch should also support Multi-chassis link aggregation (MC-LAG)

Standards Support

Support 100100010GBASE-T copper interfaces 40GBASE QSFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42

8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC address

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

48 Port FC SAN Switch Specifications

SNo Specifications

1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports

2 The switch should support auto-sensing 2 4 8 10 and 16

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44

Gbitsec capabilities

3

The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)

4 The switch should be rack mountable

5 Non disruptive Microcode firmware Upgrades and hot code activation

6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end

7

Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic

8 The Switch should be configured with the Zoning and ISL Licenses

9

The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking

10 Support for web based management and should also support CLI

11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access

12

It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status

13

Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)

14 Should provide enterprise-class availability features such as redundant and hotpluggable components

15 Should have Front-to-back airflow and Back-to-front airflow

16 Port to Port latency should be 700 ns

17 The switch should support Inflight Compression and Encryption

18 The switch should have an option for DC power supply also

3 CablingConduiting

4 officecomputer furniturersquos

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45

(vi) Installation commissioning operationalization and operations (for pre-

determined period)

(vii) Project Management Documentation Project activities like Technical

Reviews Schedule Management and Staff deployment etc

(viii) Cabling conduiting as required

(ix) Office furniturersquos computers

(x) Embedded warranty for 3 years and comprehensive non comprehensive

AMC for 2 years

The complete End to End systems will be supplied installed commissioned and operated

as a turnkey project within pre-decided schedule The system requirements are listed in

Annexure-A

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46

Annexure-C

EOI Response Sheet

Requirement Response

Vendor Information

1 Name of Person and Organisation responsible for the information contained in EOI

2 Postal AddressTelephoneFaxemail address

3 ExperienceExpertise in A Meteorological system development and

deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related

field) E Data storage and management F Software design and development

Attach as required

4 Capability in indigenous development of data reception and processing facility (hardware and software)

Attach as required

5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration

Attach as required

6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure

Attach as required

7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs

Attach as required

8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables

Attach as required

9 Describe any third party alliances relationships and dependencies

10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc

Attach as required

11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules

Attach as required

12 Provide information on proposed methodology of carrying out the work

13 Details of deliverables and services offered as part of the EOI

14 Compliance matrix to the EOI Attach as required

15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc

Attach as required

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47

Annexure-D

GENERAL INSTRUCTIONS FOR EOI

1 We invite your proposal duly signed single part in a sealed envelope marked as

follows

Response to EOI MMDRPS Project

2 EOI Bidder related

21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above

22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them

3 Your EOI response should reach us on or before the due date and time Late

proposals received after the due date and time will not be considered

4 Meeting

In order to provide a better understanding of the requirement it is proposed to have a

meeting with the prospective vendors at ANTRIX Bangalore Vendors who are

desirous to attend the meeting may provide details of the representatives attending

the meeting in advance

5 VendorBidder shall discuss among others system engineering aspects design

optimum utilization of satellitecommunication resources the installation plan amp

methodology operations plan training plan warranty amp comprehensive AMC

methodology acceptance procedures and plans etc

6 Vendor shall prepare a detailed specifications document based on the selected

configurationoptionssystemscommitments and make presentation to ANTRIX The

draft specification document shall also include all aspects described above in para

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48

7 Delivery Schedule

The desired delivery schedule for the complete system is 7 to 8 months from the

placement of the purchase order Bidder shall provide the delivery schedule being

proposed along with milestones (like supply of hardwaresoftware installation testing

amp acceptance etc) in the EOI response

8 Any other system or sub system which is relevant for fulfilling implementation of the

scheme shall be brought to the attention by the vendor and detailed in EOI response

9 The vendor submitting response to this EOI and found technically suitable will only be

issued RFP at a later stage

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49

Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited

(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person

2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources

3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person

under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI

4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to

appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application

5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or

opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this

EOI document

Page 2: EOI for MMDRPS - Antrix Corporation for MMDRPS.pdfelectronics, computers, networking, power systems, furniture/fixtures, installation and commissioning. The proposed system will acquire

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 2

वषय सची सारणीTable of Contents

म स SlNo

वषय-सची Content

पठ स Page No

1 सगठन वहगमावलोकनOrganisation Overview 3

2 उयObjective 4

3 ईओआई आवयकता =याEOI Requirement Process 5

4 अनलgtनक-कAnnexure-A एमएमडीआरपीएस क

तावत आवयकताProposed requirement of

MMDRPS

7

5 अनलgtनक-खAnnexure-B दयDeliverables 14

6 अनलgtनक-गAnnexure-C ईओआई उCतर-पितकाEOI

Response Sheet

46

7 अनलgtनक-घAnnexure-D ईओआई हत सामा2य

अनदशGeneral instructions for EOI

47

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 3

1 सगठन वहगमावलोकन Organisation Overview

एि-13स कॉप0रशन लमटड

28 8सतGबर 1992 मJ गKठत एि234स कॉप6रशन 8ल8मटड (एि234स) (कपनी अLधनयम 1956 क

अतगत) भारत सरकार क एक पण वा8मCव वाल कपनी ह िजसका शासनक नयSण अतampर

वभाग(अव) क अधीन ह एि234स भारतीय अतampर अनसधान सगठन (इसरो) का वाVणिWयक

अग ह एि234स भारतीय अतampर कायम क उCपादX तथा सवाओ क चार-सार एव

वाVणिWयक उपयोग क 8लए उCतरदायी ह वष 2008 मJ कपनी को lsquo8मनीरCनrsquo क िथत स

सGमानत =कया गया था

ANTRIX Corporation Limited

ANTRIX Corporation Limited (ANTRIX) incorporated on 28 September 1992 (under the

Companies Act 1956) is a wholly owned Government of India Company under the

administrative control of Department of Space (DOS) ANTRIX is the commercial arm of

Indian Space Research Organisation (ISRO) ANTRIX promotes and commercially markets

the products and services emanating from the Indian Space Programme In the year 2008

the Company was awarded lsquoMINIRATNArsquo status

एि-13स क वत5मान वा6णि7यक 8याकलाप 9ननल6खत हlt

कa वभ-न =यो13ताओ क लए सचार उपह =षानकर का =ावधान Provisioning of communication satellite transponders to various users

खb ाहक उपहB क लए =मोचन सवाए =दान करनाProviding launch services

for customer satellites

गc भारतीय सदर सवदE उपह तक पहच =दान करनाProviding access to

Indian remote sensing satellite

घd भारतीय एव वदशी सदर सवदE उपहB क आकड़B का वपणनMarketing of

data from Indian and foreign remote sensing satellites

डe उपहB क साथ-साथ उपह उप=णालयB का 9नमा5ण एव वपणनBuilding and

marketing of satellites as well as satellite sub-systems

चf अतIरJ अन=योग क लए भ-अवसरचना क KथापनाEstablishing ground

infrastructure for space applications औरand

छg उपहB क लए मशन सहायता सवाएMission support services for

satellites

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 4

The current business activities of ANTRIX include

a Provisioning of communication satellite transponders to various users

b Providing launch services for customer satellites

c Providing access to Indian remote sensing satellite

d Marketing of data from Indian and foreign remote sensing satellites

e Building and marketing of satellites as well as satellite sub-systems

f Establishing ground infrastructure for space applications and

g Mission support services for satellites

2 इस ईओआई का उNOय Objective of this EOI

एि-13स नई PदQलE मR सम-नत बह उNOयीय अतIरJ आकड़ा =ापण एव =मण =णालE

(एमएमडीआरपीएस) सवधा क Kथापना कर रहE ह यह एमएमडीआरपीएस सवधा सभी भारतीय

अतIरJ उपहB स =ाWत आकड़B का =ापण और =मण =बधत करगी

इस ईओआई का उNOय उचत उYयोगB क पहचान करना ह जो एमएमडीआरपीएस क Kथापना क लए

या तो Kवत[ प स या दसर उYयोगB क साथ सम-वय Kथापत करक श स अत तक क 8याकलापB क

लए उ]तरदा9य]व 9नभा सक इसमR भ-Kटशन क Kथापना हाड5वयर तथा सॉ^टवयर का एककरण आकड़ा

=मण एव भ_डारण =णालE एि-13स Yवारा =द]त सापि]तक हाड5वयर तथा सॉ^टवयर का एककरण 3 वष`

क आOविKत अवध क उपरात वाष5क अनरJण सवदा इ]याPद शामल हlt अनलaनक-क मR =णालE ववरण हlt तथा

अनलaनक-ख मR =दय क सची ह

ANTRIX is establishing a state-of-art Multi Mission Meteorological Data Receiving and

Processing System (MMDRPS) facility in New Delhi The MMDRPS facility will cater to the

reception and processing of data from all Indian Meteorological Satellites

The objective of this EOI is to identify appropriate industries who either independently or in

coordination with other industries takes up the responsibility for end to end activities for the

establishment of MMDRPS This will involve establishment of earth station integration of

hardware and software data processing and storage systems integration of proprietary

hardware software supplied by ANTRIX AMC after post warranty period of 3 years etc The

system details are in Annexure-A and list of deliverables is in Annexure B

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 5

3 EOI Requirements Process

To respond to this EOI the vendor(s) are required to do the following

a) Send a Letter of Interest

b) Provide details wrt EOI RESPONSE SHEET in prescribed format (Annexure-C)

c) Make a presentation to ANTRIX to showcase competency in carrying out the work

at no cost no profit basis

d) Submit a detailed proposal to cover the system requirements in Annexure-A and

deliverables as listed in Annexure-B

e) Submit a compliance table to all the points sections of this EOI

31 EOI Contact

For assistance and questions regarding this EOI you are welcome to contact EOI Contact No

080-22178340 22178323

32 Participation to EOI

All vendors confirming their participation shall send a Letter of Interest in a sealed

envelope and super scribed ldquoLetter of Interest MMDRPS projectrdquo and submit at the

earliest probably within 10 days of release of this EOI

The Purchase and Stores Officer ANTRIX Corporation Limited Antariksh Bhavan Campus New BEL Road Bengaluru 560 094 India Email purchaseantrixgovin

33 EOI Response

Responses to this EOI in prescribed format (Appendix A) must include two original hard

copies and one soft copy (in CD format) and should be enclosed in a sealed envelope

super scribed ldquoEOI Response MMDRPS projectrdquo and submitted to

The Purchase and Stores Officer ANTRIX Corporation Limited Antariksh Bhavan Campus New BEL Road Bengaluru 560 094 India Email purchaseantrixgovin

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 6

34 EOI Submission Guidelines amp Schedule

It is necessary for vendors to submit all information as per schedule mentioned below All

responses to EOI must be on official letter heads duly signed and stamped

EOI key dates are the following

Submission of Letter of Intent Probably within 10 days after release of EOI Last date for seeking any clarification 10 October 2017

Last date for submission of EOI 25 October 2017 (1600 Hrs) IST

Date of opening of EOI 26 October 2017 (1100 Hrs) IST

Meeting for clarification queries Within 15 days after release of EOI Presentation to ANTRIX to demonstrate the capability as a proof of concept by vendors

Date will be decided based on mutual convenience

35 Liabilities of Agency

This EOI is only a request for information about potential products services and no

contractual obligation on behalf of ANTRIX whatsoever shall arise from the EOI process

This EOI does not commit ANTRIX to pay any cost incurred in the preparation or submission

of response to the EOI Information received will be considered solely for the purpose of

identifying suitable interested vendors and for conducting a competitive procurement A

determination by ANTRIX not to compete this requirement based upon responses or lack

thereof to this notice is solely within the discretion of ANTRIX

36 Confidentiality amp EOI Ownership

Non- Discloser Agreement Vendor shall execute Non-Discloser Agreement with ANTRIX

so that necessary information can be shared between both the parties so as to clearly

understand the business requirement of ANTRIX and the possible solutions that may be

delivered by the vendor

EOI Ownership All responses to the EOI will become the property of the ANTRIX and will

not be returned

37 Disclaimer

ANTRIX may at its sole discretion alter the EOI before the due date for receiving EOI

response

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 7

Annexure-A

Proposed System Requirement of

Multi-Mission Meteorological Data Receiving amp Processing System (MMDRPS)

10 Introduction

This EOI is for identification of interested and suitable vendors for a complete near real-time

Ground System Data Reception System Data Processing and Dissemination system to

acquire process image visualization and data analysis of all meteorological data

transmitted by the sensors of INSAT-3D series sensor of INSAT-3A KALPANA-1 satellites

and centralised AWS stations reception and processing system along with associated

electronics computers networking power systems furniturefixtures installation and

commissioning

The proposed system will acquire raw data from serial data streams process the data and

generate various quantitative products from processed data for operational utilization by

various users

The MMDRPS system and Work Package will consist of the following major

SegmentsActivities

1 RF Segment with outdoor Antenna(s) and associated RFIF Receivers

2 Baseband Reception Systems for (a) Satellite Met Sensors Data Streams (b) AWS channels Data Stream(s)

3 Data Processing systems

4 Data Dissemination systems

5 Data Archival systems (Raw and Processed)

6 All associated elements like NetworksLANWAN Powering Systems UPS Gensets CablingConduiting and officecomputer furniture

7 Installation commissioning operationalization and operations (for pre-determined required period)

8 Project management documentation project activities like technical reviews schedule management and staff deployment etc

9 Embedded warranty for 3 years and option for both comprehensive and non comprehensive AMC after warranty period for 2 years

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 8

The complete End to End systems shall be supplied installed and commissioned and

operated as a turnkey project with a pre-decided Schedule for the activities

20 A brief description of the segments and requirements follows

21 RF Segment (Earth Station)

Three RF chains are required for the satellite data reception

bull 1st for INSAT-3D (IMAGER SOUNDER DRT Kalpana)

bull 2nd for INSAT-3DR (IMAGER SOUNDER DRT Kalpana)

bull 3rd for Hot-Standby (IMAGER SOUNDER DRT Kalpana)

This segment will include

bull Suitable dishparabolic antenna for Geo Satellite Reception (gt7 meter

elevationazimuth mounted steerable motorized auto tracking (Beacon) extended C

band (up to 49 GHz) with polarization and polariser drive motor as required

compliance to relevant ITU specs gain as required)

bull LNA Down converter subsystem with mainredundant configuration for extended C

band

bull IF subsystem consisting of BPSKQPSK demodulators DRTAWS burst

demodulatorsreceivers and decodersbit synchronizers (in redundant configuration)

bull Control Systems Network Management Software Remote monitoringmanagement

systems and Software RF cabling Instrument racks Power Systems

bull Antenna installation and commissioning operations and comprehensive support

22 Base band Data Reception Segment

Raw data from ground station for each of the data streams will be input to this system

Single data stream will be processed in each DR system It will include methods and

technologies (hardware andor firmwaresoftware) specifically developed by ISRO or

Bidders for receiving re-formatting the sensor(s) data streams as well as the DRTAWS

data streams

Major modules of this segment are

bull Bit synchronization

bull Frame synchronization

bull De-randomization De-commutation of data-stream

bull DRT receivers

bull Processing of various fields of data

bull Display of the Satellite Instrument HK data Quick look display

bull Raw data Archival

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 9

The methodology of the data acquisition and raw data storage will be such that failure of

acquisition-link elements does not result in the loss of raw data This segment does not

contain any detailed image processing functions The de-commutated band-separated

time-tagged video data will be transferred to the Data Processing computer through a well-

defined protocol along with auxiliary data for data products generation All interfaces of data

transfer protocols and the data formats shall be providedoutlined out in advance

Fig Indicative Configuration of One chain of Data Reception System for Met Sensor

VHRRCCDIMAGER

SOUNDER Serial Data Stream

To other

servers

through NW

Bit

Synchronizer

Data Acquisition

System

Data

Reception

Server

with

Software

Data

Processing

System RF

Section

Display System

for PQLD

Raw Data

Archival System

Hardware

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 10

Fig OVERALL LINE DIAGRAMFIGURE FOR MMDRPS

23 Data Processing

The ldquoData Processing Systemrdquo will cater to the requirements of processing of INSAT-3DR

INSAT 3D SounderImager INSAT-3A VHRR CCD and KALPANA-1 VHRR data The pre-

processed Data and other ancillary information will be archived on the central storage

system The Application Generation system uses this data from the central storage system

for retrieval of various meteorological parameters and images Further the system

configuration has multiple servers which will handle other conventional types of data and

AWSARGAMSGTS data with customized packages

The main ldquoData Processing Systemrdquo with complete redundancy will accept real time imaging

data of five streams from data acquisition system The front-end system will consist of five

Database

Management

System Applications GIS

Image Analysis

systems Backup Archival System

RF Receiver

+

Base Band

Data Reception

System

for All Sensors

+

P- QLD

+

RAW Archival

System

Data Processing

System

for IMAGER

SOUNDER CCD

VHRR

Antenna + LNA

Centralized

Storage

Applications

Product

Generation

Systems

Ancillary Data

Acquisition and

Processing System

Data

Dissemination

System

Aux Data

Product

Monitoring

amp

Management

System

IMD WEB

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 11

Linux-based servers All five servers will have four processors each For each set of main

and redundant data streams one processed data stream will be selected as prime for

parameter retrieval The data of the other stream will be purged All these machines will be

networked to a common 1(One) PB (Petabyte) Unified storage (both SANNAS partition)

through FC switches An additional 1 Petabyte will be used as back up and will be synced

with main 1 PB storage based on archive policy This configuration provides back-up

storage and redundancy

Kalpana-1 VHRR

redundant DP system

OFFLINE

(Tape Based)

ARCHIVAL

SYSTEM

IP Based SIDS

System amp

Display Units

Color Network Printer

BW Network Printer

5 Remote Image Analysis Client

Systems

LAN Switches

1G Copper

20 Image Analysis Client

Systems

1 PB

PRIMARY

STORAGE

Ethernet

Network

Network

SECONDARY

STORAGE

Insat-3A

DP System

Insat-3D Imager

DP System

BackupArchival

Server

PMMS Server

Data

Dissemination System

Kalpana-1 VHRR DP

System

Insat-3D IMG SND

DP System

Insat-3DR IMGSND

DP System

Database Management

System

Ancillary Data

Processing System

On line digital

processed data supply

server

RAPID

SERVER

Redundant

Backup

Archival Server

Redundant Data

Dissemination System

Insat-3A

Redundant DP

System

Insat-3D Imager

Redundant DP

System

Redundant

PMMS Server

Insat-3D IMGSND

Redundant DP

System

Insat-3DR IMGSND

Redundant DP System

Redundant Database

Management System

Redundant Ancillary

Data Processing

System

Redundant On line

digital processed

data supply server

Redundant RAPID

SERVER

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 12

Fig Data Processing Application Product Generation Centralized Storage System

24 Data Dissemination systems

As part of dissemination of imagesproducts to other systems the data products system will

use the ldquoData Dissemination Systemrdquo to transfer the images in the required format

Following Data Dissemination modes are planned as part of data dissemination activity

bull Transfer of Imagery to web site

bull Conversion of products to HRITLRIT format for dissemination to remote stations

bull Conversion of products to GTS format and transmission to Meteorological

communications computer

bull Encodingdecoding of products and AWSARGAMS data in WMO format and

transmission to Meteorological communications computers

bull Transfer of imagery to IP based SIDS system

bull GUI based and script based software for format conversion (NetCDF GeoTIFF

ASCII) of multiplebunch data files for offline supply data

bull Onlineoffline visualization and analysis of meteorological data through RAPID

25 Data Archival systems (Raw and Processed)

A suitable data archival system (Raw and Processed) shall be proposed by the vendors for

MMDRPS system This shall take into account the software and hardware for following

Base-band Data Reception System (DRS)

bull Software for archival replay

bull Raw data Archival in DP format

bull Disk archival

bull Additional raw data archive of two selected chains

bull Data Archive Disks for each base band chain with usable storage of 6TB or higher

bull Secondary archive drives of latest version

bull Raw Data Archival and management with secondary archival (back-up)

bull Digital Recording (Raw Archival)

bull Raw Archival server with storage system

Database Management System

bull Archival of Metadata for all Pre-processed data and Retrieval Parameters

bull Archival of AWSARGAMS and GTS Data

Ancillary Data Processing

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 13

bull Transfer Processing and Archival of Automatic Weather Station (AWSARGAMS)

Data

bull Transfer Processing and Archival of data received on Global Telecommunication

System (GTS)

26 All associated elements like NetworksLANWAN Powering Systems UPS Gensets

CablingConduiting and officecomputer furniture

27 Installation commissioning operationalization and operations (for pre-determined

period)

28 Project management documentation project activities like technical reviews

schedule management and staff deployment etc

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 14

Annexure-B

Deliverables

The MMDRPS system and Work Package will consist of the following major

segmentsactivities

(i) RF Segment with outdoor Antenna(s) and associated RFIF Receivers

Ground System comprising of the following elements

SlNo Particular Qty

72 m Antenna System

1 Foundation 3

2 Antenna Subreflector and Pedestal 3

3 Feed System 3

4 Control System 3

5 Antenna Control Unit 3

6 Beacon Tracking Receiver 3

RF Downlink System

1 LNA 6

2 LNA Control 3

3 Down Converters 15

Baseband System

1 Demodulator (Tunable) 15

Timing System

1 GPS Receiver 1+1

2 Time Code Reader 1+1

3 Networking Server 1+1

M amp C System

1 M amp C System (Hardware amp Software) 3

Interface elements

1 Cables

Lot as per

requirements

2 Racks

3 Patch Panels Jacks Couplers

Test Instruments

1 VSA NFA Handheld Spectrum Analyzer with

Oscilloscope Rack Mounted Spectrum Analyser

Signal Generator Power Meter

One each

Common for all

antenna

2 Oscilloscope

3 PC amp Color Printer

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 15

Overall system descriptions is in Annexure A

(ii) Baseband Reception Systems for (a) Satellite Met Sensors Data Streams

(b) AWS channels data stream(s)

a Deliverable

Name of Units No of Units

Bit Synchronizer 14 Data Acquisition System 14 Data Reception Server 18 Raw Data Archival Server and Storage System

2

Workstations for network PQLDRaw Archival

14

Network Elements 10 TCG with NTP 2 Rack mounted MSO 2 DR Software 7 sets AWS front end Receivers 4 sets Instrument Racks cabling accessories and LAN networking

as required

b Computer Configurations for DR Server (Broad Specifications)

Specification Quantity Configuration ndash 1 (Server) 9+9 2U Rack mounted 2-CPU server 8 Core Intel Xeon E5 V4 series CPU with minimum 3 GHz or better 25 MB cache or better Intel C610 Chipset or better

256 GB 2400 MHz DDR4 RDIMM with minimum 8 DIMMs

bull 2 x Enterprise 600GB SAS 6Gbs 10K RPM or Better

bull 10 x 4 TB SAS 7200 RPM hot plug HDDs in RAID-105 Minimum 4 nos of 1001000Mbps RJ ports and 2 x 10GbE RJ45 copper ports At-least 2 x PCI-E 30 (x16) Full-height 1 x PCI-E 30 (x8) Full-height Graphics port 1280 x 1024 (1 No) Graphics adaptor 17rdquo Rack mounted console DVDCD-writer OS Windows Server 2012 R2

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 16

c Workstations for Networked PQLD

Specification Quantity Configuration ndash 2 (Workstation) 12 2-CPU 14 core Intel Xeon E5 V4 series CPU with 25 GHz or better minimum 35 MB cache Intel C612 Chipset or latest

128 GB DDR4 RAM (as per latest speed and standards) 2 x 1000 GB HDD 2 x 2 TB Images storage HDDs Minimum 1 nos of 1001000Mbps RJ ports and 1 x 10GbE RJ45 copper port 1x Graphics adaptor with 4GB memory 30rdquo32rdquo Hi-resolution colour display monitor 4K resolution compatible with graphics card DVDCD-writer OS Windows Server 2012 R2 or Windows 10

d Raw Archival Server with Storage System

Specification Quantity Configuration ndash 3 (Server) 2 Intel Xeon E5 V4 series CPU or better as per latest series gt25 GHz

128 GB RAM 2x 1000 GB HDD 4x1000 TX network port 2 x10GbE RJ45 copper port Add on NASDAS with Raid Controller ndash 400 TB (As required) 27rdquo colour display monitor DVDCD - writer OS Windows Server 2012 R2 or Windows 10

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 17

(iii)Data Processing system(s) amp Data Dissemination system(s)

a Deliverables

SlNo Name of Units No of Units

Data Processing and Applications Systems

1 Data Processing Servers (K1VHRR 3A VHRR

3ACCD 3DIMG 3DSND 3DRIMG 3DRSND)

5+5

2 Data Ingest Servers 4

3 Database Server 2

4 Image Analysis Server 2

5 Data Dissemination Server SIDS Server 3

6 Web Server 3

7 Web Applications Server (GIS Web based

Visualisation and Analysis)

4

8 Ancillary Data Processing Server (GTS AWS BUFR) 2

9 Calibration and Validation Server 2

10 Image Analysis Clients 25

11 Central Data Flow Monitoring and Management 2

12 Web Monitoring 1

13 Data Quality Check 1

14 Backup and HSM 2

15 Data Visualisation Nodes 2

16 Video Wall 2

Centralised Hardware

1 1G10 G Switches and Networking (setspackages) 4

2 100 1000 LAN Switches and Networking 6

3 High Speed SSD Storage (50 TB) 1

4 Multi-Tier Data Storage System (1 PB and expandable) 1

5 125 KVA UPS (with redundant controllers plus

batteries for 30 minutes backup)

2

6 SIDS terminal along with STB 25

7 Multi monitor video wall 1

b Computer configurations

Data Processing and Applications Systems

1 Data Processing Servers (K1VHRR 3A VHRR 3ACCD 3DIMG 3DSND 3DRIMG

3DRSND)

5+5

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 18

SN Item Description of Requirement 1 Processor 6 x Intelreg Xeonreg Platinum series processors

with min 27GHz Min 33MB Cache 24 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C602J Chipset or Better

3 Memory Min 1TB DDR4 1866 MHz Registered Memory amp Upgradeable to 3TB of Memory

4 Memory Slots Min 96 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 2 x Gen 2 min4 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 8 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 6 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 6 USB ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 4U Rack Mountable

18 Redundant FAN Hot Plug redundant fans with N+1 Redundancy

19 Power Supply Redundant hot plug platinum min1400W power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management 21 Manageability

Features Should be able to manage systems through a web-browser OEM to provide its own systems management software

22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 19

2 Data Ingest Servers 4

3 Database Server 1

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 32GHz Min 25MB Cache 16 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256 GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024

15 Operating System Redhat Enterprise linux 7x with 3 years subscription

16 Operating System support

Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser OEM to provide its own systems management software

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 20

22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

4 Image Analysis Server 1

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E7-8890v4 processors with

min 24GHz Min 25MB Cache24 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots

5 Memory Features Advanced ECC Mirrored Memory Online Spare Memory

6 Network Controller Min 2 x 1GbE Network ports and Min 2 x 10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 21

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

5 Data Dissemination Server SIDS Server (Tower model) 2

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 23GHz Min 45MB Cache 18 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024

15 Operating System Redhat Enterprise linux 7x with 3 years subscription

16 Operating System support

Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser

OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 22

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

6 Web Server 2

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 32GHz Min 25MB Cache 8 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management 21 Manageability

Features Should be able to manage systems through a web-browser OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 23

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

7 Web Applications Server (GIS Web based Visualisation and Analysis) 4

SN Item Description

1 Make amp Model

2 CPU 4 x Intel Xeon Processor E-7 8890 V4 34 GHz or higher 24 core 60 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 1TB GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs 4 16TB SSD in RAID1

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 24

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

8 Ancillary Data Processing Server (GTS AWS BUFR) 2

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 256 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 25

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

9 Calibration and Validation Server 2

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 26

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel)

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

10 Image Analysis Clients 25

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-7 4830 V4 28 GHz or higher 14 core 25 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P2000 5 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM

18 Power Supply 900 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

11 Central Data Flow Monitoring and Management 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

12 Data Visualisation Nodes 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

13 Backup and HSM Server 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

14 Video Wall 2x2 configuration (LCD and Controller) 2+1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31

A LCD Group Specification Item Detailed Specification

System

Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall

Display technology Liquid Crystal Display

Display size and resolution

The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels

Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001

Architecture

The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime

Signal Interface

Input terminals

1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )

Output terminals 1x Digital DVI-D 1xRS422 RJ-45

Component input compatibility

480i 480P 720P 1080i 1080P

Scan rate Fh 30~75KHz Fv 50~85Hz

Video compatibility NTSC PAL SECAM

Timing compatibility

720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz

User controls

Power control 1 AC power ONOFF switch Wire control RS232C RS422 input

LED indicator System indicator display to show system status

IR remote IR remote OSD style list type OSD format

On Screen display Input selection picture image and tiling should be adjusted using OSD

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32

Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning

OSD Languages English

Wall control amp monitoring

Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience

Electrical AC power input range 90~240VAC 5060Hz 5A max

Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC

System Reliability

Operating temperature 0~40degC Operating relative humidity

20~80

MTBF gt= 50000 hours

B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the

same manufacturer Reputed Company The OEM should be an established

multinational in the field of video walls and should have installations around the world

Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos

Chassis 19rdquo industrial Rack mount Lockable front door to protect drives

Operating System Platform

Window 7- 64 bit

Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD

Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt

Supports Add on copper optical fiber adapters

Input Output supported

Serial ATA LAN

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33

2x RJ45 LAN ports USB 20 port

RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset

Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply

HDD Cooling FAN

LAN ports Scalability Display multiple source windows in any size

anywhere on the wall Control functions Brightness contrast saturation Hue

Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency

power supply AC Voltage 100 - 240V 50-60Hz

Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing

Wall management SW Scaling and display Software tp enable the user to display

multiple sources in any size and anywhere on the display wall

Auto Source Detection Software should support for auto source detection

Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts

Scenarios Software should able to Save and Load desktop layouts from Local or remote machines

Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user

Layout Preveiw Software should support layout preview option

Launch Application Software should be able to support

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34

Integration with 3rd party devices

System should offer interface to enable control from 3rd party devices like Creston AMX etc

Live Preview Software should able to provide live preview of video wall

Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall

Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)

Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere

on the display wall Inside the ticker window font size colour and background can be set

Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker

SNTP System should support SNTP function Protection System should have Hardware License key to

protect the software from unauthorized access

Pre- Qualification Requirements

OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India

(iv) Data Archival system(s) (Raw and Processed)

SN Name of Units No of Units

Centralised Hardware

1 High Speed SSD Storage (50 TB) 1

2 Multi-Tier Data Storage System (1 PB and expandable)

Primary and Secondary each

bull Unified storage device

bull Provision for online replication of luns

bull Provision for Fibre 10g (min 40g)

1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35

bull Provision for expansion should be there

3 LTODisk Based Library 1

4 SIDS terminal along with STB

Minimum 32 inch LED Screens having support for

following

AV HDMI USB RJ-45 along with built in Wifi

STB

Set top box should have programming support

Should have RJ-45 1Gbps and Wifi connectivity

Should have adequate support for python

Should have linux flavoured Operating system and provide

support for protocols like telnet ssh scp and ftp

25

(v) All associated elements like Network(s)LANWAN Powering Systems UPS

Gensets CablingConduiting and officecomputer furniturersquos

1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant

controllers plus batteries for 30 minutes backup)

2

a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis

b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum

VAH 90000)

c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation

Transformer for Input Side (Delta to Star Transformer Required)

Sr No

Description Parameters required

1 General Specifications 11 UPS topology On line double conversion VFI

SS 111 12 Architecture of the UPS Modular scalable redundant

based on Available kVA Power Modules

121 InOut phase Configuration

Three phase-Three phase single phase

122 Neutral Neutral Passing through

123 Output wave form on mains run

Sinusoidal

124 Output wave form on battery run

Sinusoidal

125 Bypass type Static and electro mechanic

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36

126 Transfer time Zero

127 UPS Module 100 kVA

128 UPS Chassis 120 kVA

13 Input

131 Nominal Voltage

400 V three phase 230V single phase

132 Voltage range -20 +15

133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power

To be furnished by the vender

134 Frequency

50 Hz to 60Hz (autosensing)

135 THDIin lt 3 al 100 of nominal load

136 Power Factor

gt 099 from 50 to 100 of nominal load

141 Output with mains

142 Nominal voltage 400 V three phase

143 Nominal power 100

144 Active power 100

145 Output waveform Sinusoidal

146 Voltage variation (static)

plusmn 1

147 Voltage variation (dynamic 0-100 100-0)

plusmn 1

148 Output voltage variation at unbalance load

plusmn 1

149 Phase displacement-100 unbalance load

120degplusmn 1deg

1410 Short circuit capability 300(p-p) for 1-sec

1411 THDv on nominal power (linear load)

lt 05

1412 THDv on nominal power (not linear load PF=07)

lt 1

1413 Frequency

50 Hz o 60 Hz (autosensing or selectable)

1414

Frequency tolerance Synchronized with input frequency or

plusmn 1 free run

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37

1415 Current Crest Factor

31 accordingly with IEC 62040-3

1416 Overload capability unity PF

bull 5 minutes or higher

bull 30 seconds or higher

110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention

15 Battery

151 Type

Lead Acid sealed free maintenance VRLA

152 Make

Exide Amco Panasonic Amara Raja

153 Model

To be furnished by the vendor

154 Nominal UPS Battery Voltage

252 Volt DC

155

Battery Backup time

30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)

156 Battery charger type

PWM hi efficiency one in each power module

157 Charging Cycle

Intelligent with boost charge and advanced management

159 Required VAH (12V x No of Battery x Battery AH)

Minimum 90000 VAH

1510 Weight of battery

To be furnished by the vendor

1511 Weight of battery cabinet

To be furnished by the vendor

1512 Dimensions of battery cabinet

To be furnished by the vendor

1513 Battery guaranty

2 years or more (free replacement)

16 Environmental specifications

161 Noise level 1m 42 divide 46 dBA

162 Working temperature range

from 0degC to +40degC

163 Stock temperature range

from -20degC to +50degC (excluded batteries)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38

164 Humidity range 20-80 not condensing

165 Protection degree IP21

17 Communication Interface

2 serial port RS232 1 logical level port 4 Dry contacts port

18 External Isolation Transformer required at Input Side

OEM Make 120 kVA

19 Standards

ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3

20 Protection

201 Overload (OL) To be complied [YesNo]

202 Short circuit (SC) To be complied [YesNo]

203 Input low voltage

To be complied [YesNo]

204 Output overvoltage

To be complied [YesNo]

205 Battery overcharging

To be complied [YesNo]

206 Battery over discharging

To be complied [YesNo]

21 Recommended Copper cable size in sq mm

To be furnished by the vendor

22 Recommended breaker rating in Amps

To be furnished by the vendor

23 Rectifier DC voltage ripples

lt1

24 Static bypass arrangement

241 Rated voltage (3 phase with neutral)

400V

242 Voltage variation plusmn20

243 Nominal frequency 50 Hz

244 Maintenance bypass switch

Inbuilt

25 Factory Test Certificate CE ISO 9001 amp ISO 14001

26 UPS Make Emerson Socomec Riello

AROS APC (Schneider) Numeric

27 UPS Model To be furnished by the vendor

28 Dimension and Weight of UPS

To be furnished by the vendor

29 3 years Warranty for total solution offered

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39

2 10 G Switches and Networking (setspackages)

Copper 10g Fiber 10g and FC SAN Switch

6

Features Specifications

Switching Architecture and Performance (Fibre10g Switch)

Interface Required

Minimum 48 ports of 10G SFP+ ports on day 1

Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1

Standards Support

Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC addrress

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies from day 1

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

Features Specifications

Switching Architecture and Performance (copper 10g switch)

Interface Required

Minimum 48 ports of 10GbaseT Rj45 ports

Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

switch should also support Multi-chassis link aggregation (MC-LAG)

Standards Support

Support 100100010GBASE-T copper interfaces 40GBASE QSFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42

8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC address

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

48 Port FC SAN Switch Specifications

SNo Specifications

1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports

2 The switch should support auto-sensing 2 4 8 10 and 16

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44

Gbitsec capabilities

3

The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)

4 The switch should be rack mountable

5 Non disruptive Microcode firmware Upgrades and hot code activation

6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end

7

Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic

8 The Switch should be configured with the Zoning and ISL Licenses

9

The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking

10 Support for web based management and should also support CLI

11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access

12

It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status

13

Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)

14 Should provide enterprise-class availability features such as redundant and hotpluggable components

15 Should have Front-to-back airflow and Back-to-front airflow

16 Port to Port latency should be 700 ns

17 The switch should support Inflight Compression and Encryption

18 The switch should have an option for DC power supply also

3 CablingConduiting

4 officecomputer furniturersquos

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45

(vi) Installation commissioning operationalization and operations (for pre-

determined period)

(vii) Project Management Documentation Project activities like Technical

Reviews Schedule Management and Staff deployment etc

(viii) Cabling conduiting as required

(ix) Office furniturersquos computers

(x) Embedded warranty for 3 years and comprehensive non comprehensive

AMC for 2 years

The complete End to End systems will be supplied installed commissioned and operated

as a turnkey project within pre-decided schedule The system requirements are listed in

Annexure-A

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46

Annexure-C

EOI Response Sheet

Requirement Response

Vendor Information

1 Name of Person and Organisation responsible for the information contained in EOI

2 Postal AddressTelephoneFaxemail address

3 ExperienceExpertise in A Meteorological system development and

deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related

field) E Data storage and management F Software design and development

Attach as required

4 Capability in indigenous development of data reception and processing facility (hardware and software)

Attach as required

5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration

Attach as required

6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure

Attach as required

7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs

Attach as required

8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables

Attach as required

9 Describe any third party alliances relationships and dependencies

10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc

Attach as required

11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules

Attach as required

12 Provide information on proposed methodology of carrying out the work

13 Details of deliverables and services offered as part of the EOI

14 Compliance matrix to the EOI Attach as required

15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc

Attach as required

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47

Annexure-D

GENERAL INSTRUCTIONS FOR EOI

1 We invite your proposal duly signed single part in a sealed envelope marked as

follows

Response to EOI MMDRPS Project

2 EOI Bidder related

21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above

22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them

3 Your EOI response should reach us on or before the due date and time Late

proposals received after the due date and time will not be considered

4 Meeting

In order to provide a better understanding of the requirement it is proposed to have a

meeting with the prospective vendors at ANTRIX Bangalore Vendors who are

desirous to attend the meeting may provide details of the representatives attending

the meeting in advance

5 VendorBidder shall discuss among others system engineering aspects design

optimum utilization of satellitecommunication resources the installation plan amp

methodology operations plan training plan warranty amp comprehensive AMC

methodology acceptance procedures and plans etc

6 Vendor shall prepare a detailed specifications document based on the selected

configurationoptionssystemscommitments and make presentation to ANTRIX The

draft specification document shall also include all aspects described above in para

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48

7 Delivery Schedule

The desired delivery schedule for the complete system is 7 to 8 months from the

placement of the purchase order Bidder shall provide the delivery schedule being

proposed along with milestones (like supply of hardwaresoftware installation testing

amp acceptance etc) in the EOI response

8 Any other system or sub system which is relevant for fulfilling implementation of the

scheme shall be brought to the attention by the vendor and detailed in EOI response

9 The vendor submitting response to this EOI and found technically suitable will only be

issued RFP at a later stage

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49

Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited

(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person

2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources

3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person

under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI

4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to

appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application

5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or

opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this

EOI document

Page 3: EOI for MMDRPS - Antrix Corporation for MMDRPS.pdfelectronics, computers, networking, power systems, furniture/fixtures, installation and commissioning. The proposed system will acquire

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 3

1 सगठन वहगमावलोकन Organisation Overview

एि-13स कॉप0रशन लमटड

28 8सतGबर 1992 मJ गKठत एि234स कॉप6रशन 8ल8मटड (एि234स) (कपनी अLधनयम 1956 क

अतगत) भारत सरकार क एक पण वा8मCव वाल कपनी ह िजसका शासनक नयSण अतampर

वभाग(अव) क अधीन ह एि234स भारतीय अतampर अनसधान सगठन (इसरो) का वाVणिWयक

अग ह एि234स भारतीय अतampर कायम क उCपादX तथा सवाओ क चार-सार एव

वाVणिWयक उपयोग क 8लए उCतरदायी ह वष 2008 मJ कपनी को lsquo8मनीरCनrsquo क िथत स

सGमानत =कया गया था

ANTRIX Corporation Limited

ANTRIX Corporation Limited (ANTRIX) incorporated on 28 September 1992 (under the

Companies Act 1956) is a wholly owned Government of India Company under the

administrative control of Department of Space (DOS) ANTRIX is the commercial arm of

Indian Space Research Organisation (ISRO) ANTRIX promotes and commercially markets

the products and services emanating from the Indian Space Programme In the year 2008

the Company was awarded lsquoMINIRATNArsquo status

एि-13स क वत5मान वा6णि7यक 8याकलाप 9ननल6खत हlt

कa वभ-न =यो13ताओ क लए सचार उपह =षानकर का =ावधान Provisioning of communication satellite transponders to various users

खb ाहक उपहB क लए =मोचन सवाए =दान करनाProviding launch services

for customer satellites

गc भारतीय सदर सवदE उपह तक पहच =दान करनाProviding access to

Indian remote sensing satellite

घd भारतीय एव वदशी सदर सवदE उपहB क आकड़B का वपणनMarketing of

data from Indian and foreign remote sensing satellites

डe उपहB क साथ-साथ उपह उप=णालयB का 9नमा5ण एव वपणनBuilding and

marketing of satellites as well as satellite sub-systems

चf अतIरJ अन=योग क लए भ-अवसरचना क KथापनाEstablishing ground

infrastructure for space applications औरand

छg उपहB क लए मशन सहायता सवाएMission support services for

satellites

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 4

The current business activities of ANTRIX include

a Provisioning of communication satellite transponders to various users

b Providing launch services for customer satellites

c Providing access to Indian remote sensing satellite

d Marketing of data from Indian and foreign remote sensing satellites

e Building and marketing of satellites as well as satellite sub-systems

f Establishing ground infrastructure for space applications and

g Mission support services for satellites

2 इस ईओआई का उNOय Objective of this EOI

एि-13स नई PदQलE मR सम-नत बह उNOयीय अतIरJ आकड़ा =ापण एव =मण =णालE

(एमएमडीआरपीएस) सवधा क Kथापना कर रहE ह यह एमएमडीआरपीएस सवधा सभी भारतीय

अतIरJ उपहB स =ाWत आकड़B का =ापण और =मण =बधत करगी

इस ईओआई का उNOय उचत उYयोगB क पहचान करना ह जो एमएमडीआरपीएस क Kथापना क लए

या तो Kवत[ प स या दसर उYयोगB क साथ सम-वय Kथापत करक श स अत तक क 8याकलापB क

लए उ]तरदा9य]व 9नभा सक इसमR भ-Kटशन क Kथापना हाड5वयर तथा सॉ^टवयर का एककरण आकड़ा

=मण एव भ_डारण =णालE एि-13स Yवारा =द]त सापि]तक हाड5वयर तथा सॉ^टवयर का एककरण 3 वष`

क आOविKत अवध क उपरात वाष5क अनरJण सवदा इ]याPद शामल हlt अनलaनक-क मR =णालE ववरण हlt तथा

अनलaनक-ख मR =दय क सची ह

ANTRIX is establishing a state-of-art Multi Mission Meteorological Data Receiving and

Processing System (MMDRPS) facility in New Delhi The MMDRPS facility will cater to the

reception and processing of data from all Indian Meteorological Satellites

The objective of this EOI is to identify appropriate industries who either independently or in

coordination with other industries takes up the responsibility for end to end activities for the

establishment of MMDRPS This will involve establishment of earth station integration of

hardware and software data processing and storage systems integration of proprietary

hardware software supplied by ANTRIX AMC after post warranty period of 3 years etc The

system details are in Annexure-A and list of deliverables is in Annexure B

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 5

3 EOI Requirements Process

To respond to this EOI the vendor(s) are required to do the following

a) Send a Letter of Interest

b) Provide details wrt EOI RESPONSE SHEET in prescribed format (Annexure-C)

c) Make a presentation to ANTRIX to showcase competency in carrying out the work

at no cost no profit basis

d) Submit a detailed proposal to cover the system requirements in Annexure-A and

deliverables as listed in Annexure-B

e) Submit a compliance table to all the points sections of this EOI

31 EOI Contact

For assistance and questions regarding this EOI you are welcome to contact EOI Contact No

080-22178340 22178323

32 Participation to EOI

All vendors confirming their participation shall send a Letter of Interest in a sealed

envelope and super scribed ldquoLetter of Interest MMDRPS projectrdquo and submit at the

earliest probably within 10 days of release of this EOI

The Purchase and Stores Officer ANTRIX Corporation Limited Antariksh Bhavan Campus New BEL Road Bengaluru 560 094 India Email purchaseantrixgovin

33 EOI Response

Responses to this EOI in prescribed format (Appendix A) must include two original hard

copies and one soft copy (in CD format) and should be enclosed in a sealed envelope

super scribed ldquoEOI Response MMDRPS projectrdquo and submitted to

The Purchase and Stores Officer ANTRIX Corporation Limited Antariksh Bhavan Campus New BEL Road Bengaluru 560 094 India Email purchaseantrixgovin

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 6

34 EOI Submission Guidelines amp Schedule

It is necessary for vendors to submit all information as per schedule mentioned below All

responses to EOI must be on official letter heads duly signed and stamped

EOI key dates are the following

Submission of Letter of Intent Probably within 10 days after release of EOI Last date for seeking any clarification 10 October 2017

Last date for submission of EOI 25 October 2017 (1600 Hrs) IST

Date of opening of EOI 26 October 2017 (1100 Hrs) IST

Meeting for clarification queries Within 15 days after release of EOI Presentation to ANTRIX to demonstrate the capability as a proof of concept by vendors

Date will be decided based on mutual convenience

35 Liabilities of Agency

This EOI is only a request for information about potential products services and no

contractual obligation on behalf of ANTRIX whatsoever shall arise from the EOI process

This EOI does not commit ANTRIX to pay any cost incurred in the preparation or submission

of response to the EOI Information received will be considered solely for the purpose of

identifying suitable interested vendors and for conducting a competitive procurement A

determination by ANTRIX not to compete this requirement based upon responses or lack

thereof to this notice is solely within the discretion of ANTRIX

36 Confidentiality amp EOI Ownership

Non- Discloser Agreement Vendor shall execute Non-Discloser Agreement with ANTRIX

so that necessary information can be shared between both the parties so as to clearly

understand the business requirement of ANTRIX and the possible solutions that may be

delivered by the vendor

EOI Ownership All responses to the EOI will become the property of the ANTRIX and will

not be returned

37 Disclaimer

ANTRIX may at its sole discretion alter the EOI before the due date for receiving EOI

response

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 7

Annexure-A

Proposed System Requirement of

Multi-Mission Meteorological Data Receiving amp Processing System (MMDRPS)

10 Introduction

This EOI is for identification of interested and suitable vendors for a complete near real-time

Ground System Data Reception System Data Processing and Dissemination system to

acquire process image visualization and data analysis of all meteorological data

transmitted by the sensors of INSAT-3D series sensor of INSAT-3A KALPANA-1 satellites

and centralised AWS stations reception and processing system along with associated

electronics computers networking power systems furniturefixtures installation and

commissioning

The proposed system will acquire raw data from serial data streams process the data and

generate various quantitative products from processed data for operational utilization by

various users

The MMDRPS system and Work Package will consist of the following major

SegmentsActivities

1 RF Segment with outdoor Antenna(s) and associated RFIF Receivers

2 Baseband Reception Systems for (a) Satellite Met Sensors Data Streams (b) AWS channels Data Stream(s)

3 Data Processing systems

4 Data Dissemination systems

5 Data Archival systems (Raw and Processed)

6 All associated elements like NetworksLANWAN Powering Systems UPS Gensets CablingConduiting and officecomputer furniture

7 Installation commissioning operationalization and operations (for pre-determined required period)

8 Project management documentation project activities like technical reviews schedule management and staff deployment etc

9 Embedded warranty for 3 years and option for both comprehensive and non comprehensive AMC after warranty period for 2 years

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 8

The complete End to End systems shall be supplied installed and commissioned and

operated as a turnkey project with a pre-decided Schedule for the activities

20 A brief description of the segments and requirements follows

21 RF Segment (Earth Station)

Three RF chains are required for the satellite data reception

bull 1st for INSAT-3D (IMAGER SOUNDER DRT Kalpana)

bull 2nd for INSAT-3DR (IMAGER SOUNDER DRT Kalpana)

bull 3rd for Hot-Standby (IMAGER SOUNDER DRT Kalpana)

This segment will include

bull Suitable dishparabolic antenna for Geo Satellite Reception (gt7 meter

elevationazimuth mounted steerable motorized auto tracking (Beacon) extended C

band (up to 49 GHz) with polarization and polariser drive motor as required

compliance to relevant ITU specs gain as required)

bull LNA Down converter subsystem with mainredundant configuration for extended C

band

bull IF subsystem consisting of BPSKQPSK demodulators DRTAWS burst

demodulatorsreceivers and decodersbit synchronizers (in redundant configuration)

bull Control Systems Network Management Software Remote monitoringmanagement

systems and Software RF cabling Instrument racks Power Systems

bull Antenna installation and commissioning operations and comprehensive support

22 Base band Data Reception Segment

Raw data from ground station for each of the data streams will be input to this system

Single data stream will be processed in each DR system It will include methods and

technologies (hardware andor firmwaresoftware) specifically developed by ISRO or

Bidders for receiving re-formatting the sensor(s) data streams as well as the DRTAWS

data streams

Major modules of this segment are

bull Bit synchronization

bull Frame synchronization

bull De-randomization De-commutation of data-stream

bull DRT receivers

bull Processing of various fields of data

bull Display of the Satellite Instrument HK data Quick look display

bull Raw data Archival

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 9

The methodology of the data acquisition and raw data storage will be such that failure of

acquisition-link elements does not result in the loss of raw data This segment does not

contain any detailed image processing functions The de-commutated band-separated

time-tagged video data will be transferred to the Data Processing computer through a well-

defined protocol along with auxiliary data for data products generation All interfaces of data

transfer protocols and the data formats shall be providedoutlined out in advance

Fig Indicative Configuration of One chain of Data Reception System for Met Sensor

VHRRCCDIMAGER

SOUNDER Serial Data Stream

To other

servers

through NW

Bit

Synchronizer

Data Acquisition

System

Data

Reception

Server

with

Software

Data

Processing

System RF

Section

Display System

for PQLD

Raw Data

Archival System

Hardware

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 10

Fig OVERALL LINE DIAGRAMFIGURE FOR MMDRPS

23 Data Processing

The ldquoData Processing Systemrdquo will cater to the requirements of processing of INSAT-3DR

INSAT 3D SounderImager INSAT-3A VHRR CCD and KALPANA-1 VHRR data The pre-

processed Data and other ancillary information will be archived on the central storage

system The Application Generation system uses this data from the central storage system

for retrieval of various meteorological parameters and images Further the system

configuration has multiple servers which will handle other conventional types of data and

AWSARGAMSGTS data with customized packages

The main ldquoData Processing Systemrdquo with complete redundancy will accept real time imaging

data of five streams from data acquisition system The front-end system will consist of five

Database

Management

System Applications GIS

Image Analysis

systems Backup Archival System

RF Receiver

+

Base Band

Data Reception

System

for All Sensors

+

P- QLD

+

RAW Archival

System

Data Processing

System

for IMAGER

SOUNDER CCD

VHRR

Antenna + LNA

Centralized

Storage

Applications

Product

Generation

Systems

Ancillary Data

Acquisition and

Processing System

Data

Dissemination

System

Aux Data

Product

Monitoring

amp

Management

System

IMD WEB

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 11

Linux-based servers All five servers will have four processors each For each set of main

and redundant data streams one processed data stream will be selected as prime for

parameter retrieval The data of the other stream will be purged All these machines will be

networked to a common 1(One) PB (Petabyte) Unified storage (both SANNAS partition)

through FC switches An additional 1 Petabyte will be used as back up and will be synced

with main 1 PB storage based on archive policy This configuration provides back-up

storage and redundancy

Kalpana-1 VHRR

redundant DP system

OFFLINE

(Tape Based)

ARCHIVAL

SYSTEM

IP Based SIDS

System amp

Display Units

Color Network Printer

BW Network Printer

5 Remote Image Analysis Client

Systems

LAN Switches

1G Copper

20 Image Analysis Client

Systems

1 PB

PRIMARY

STORAGE

Ethernet

Network

Network

SECONDARY

STORAGE

Insat-3A

DP System

Insat-3D Imager

DP System

BackupArchival

Server

PMMS Server

Data

Dissemination System

Kalpana-1 VHRR DP

System

Insat-3D IMG SND

DP System

Insat-3DR IMGSND

DP System

Database Management

System

Ancillary Data

Processing System

On line digital

processed data supply

server

RAPID

SERVER

Redundant

Backup

Archival Server

Redundant Data

Dissemination System

Insat-3A

Redundant DP

System

Insat-3D Imager

Redundant DP

System

Redundant

PMMS Server

Insat-3D IMGSND

Redundant DP

System

Insat-3DR IMGSND

Redundant DP System

Redundant Database

Management System

Redundant Ancillary

Data Processing

System

Redundant On line

digital processed

data supply server

Redundant RAPID

SERVER

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 12

Fig Data Processing Application Product Generation Centralized Storage System

24 Data Dissemination systems

As part of dissemination of imagesproducts to other systems the data products system will

use the ldquoData Dissemination Systemrdquo to transfer the images in the required format

Following Data Dissemination modes are planned as part of data dissemination activity

bull Transfer of Imagery to web site

bull Conversion of products to HRITLRIT format for dissemination to remote stations

bull Conversion of products to GTS format and transmission to Meteorological

communications computer

bull Encodingdecoding of products and AWSARGAMS data in WMO format and

transmission to Meteorological communications computers

bull Transfer of imagery to IP based SIDS system

bull GUI based and script based software for format conversion (NetCDF GeoTIFF

ASCII) of multiplebunch data files for offline supply data

bull Onlineoffline visualization and analysis of meteorological data through RAPID

25 Data Archival systems (Raw and Processed)

A suitable data archival system (Raw and Processed) shall be proposed by the vendors for

MMDRPS system This shall take into account the software and hardware for following

Base-band Data Reception System (DRS)

bull Software for archival replay

bull Raw data Archival in DP format

bull Disk archival

bull Additional raw data archive of two selected chains

bull Data Archive Disks for each base band chain with usable storage of 6TB or higher

bull Secondary archive drives of latest version

bull Raw Data Archival and management with secondary archival (back-up)

bull Digital Recording (Raw Archival)

bull Raw Archival server with storage system

Database Management System

bull Archival of Metadata for all Pre-processed data and Retrieval Parameters

bull Archival of AWSARGAMS and GTS Data

Ancillary Data Processing

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 13

bull Transfer Processing and Archival of Automatic Weather Station (AWSARGAMS)

Data

bull Transfer Processing and Archival of data received on Global Telecommunication

System (GTS)

26 All associated elements like NetworksLANWAN Powering Systems UPS Gensets

CablingConduiting and officecomputer furniture

27 Installation commissioning operationalization and operations (for pre-determined

period)

28 Project management documentation project activities like technical reviews

schedule management and staff deployment etc

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 14

Annexure-B

Deliverables

The MMDRPS system and Work Package will consist of the following major

segmentsactivities

(i) RF Segment with outdoor Antenna(s) and associated RFIF Receivers

Ground System comprising of the following elements

SlNo Particular Qty

72 m Antenna System

1 Foundation 3

2 Antenna Subreflector and Pedestal 3

3 Feed System 3

4 Control System 3

5 Antenna Control Unit 3

6 Beacon Tracking Receiver 3

RF Downlink System

1 LNA 6

2 LNA Control 3

3 Down Converters 15

Baseband System

1 Demodulator (Tunable) 15

Timing System

1 GPS Receiver 1+1

2 Time Code Reader 1+1

3 Networking Server 1+1

M amp C System

1 M amp C System (Hardware amp Software) 3

Interface elements

1 Cables

Lot as per

requirements

2 Racks

3 Patch Panels Jacks Couplers

Test Instruments

1 VSA NFA Handheld Spectrum Analyzer with

Oscilloscope Rack Mounted Spectrum Analyser

Signal Generator Power Meter

One each

Common for all

antenna

2 Oscilloscope

3 PC amp Color Printer

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 15

Overall system descriptions is in Annexure A

(ii) Baseband Reception Systems for (a) Satellite Met Sensors Data Streams

(b) AWS channels data stream(s)

a Deliverable

Name of Units No of Units

Bit Synchronizer 14 Data Acquisition System 14 Data Reception Server 18 Raw Data Archival Server and Storage System

2

Workstations for network PQLDRaw Archival

14

Network Elements 10 TCG with NTP 2 Rack mounted MSO 2 DR Software 7 sets AWS front end Receivers 4 sets Instrument Racks cabling accessories and LAN networking

as required

b Computer Configurations for DR Server (Broad Specifications)

Specification Quantity Configuration ndash 1 (Server) 9+9 2U Rack mounted 2-CPU server 8 Core Intel Xeon E5 V4 series CPU with minimum 3 GHz or better 25 MB cache or better Intel C610 Chipset or better

256 GB 2400 MHz DDR4 RDIMM with minimum 8 DIMMs

bull 2 x Enterprise 600GB SAS 6Gbs 10K RPM or Better

bull 10 x 4 TB SAS 7200 RPM hot plug HDDs in RAID-105 Minimum 4 nos of 1001000Mbps RJ ports and 2 x 10GbE RJ45 copper ports At-least 2 x PCI-E 30 (x16) Full-height 1 x PCI-E 30 (x8) Full-height Graphics port 1280 x 1024 (1 No) Graphics adaptor 17rdquo Rack mounted console DVDCD-writer OS Windows Server 2012 R2

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 16

c Workstations for Networked PQLD

Specification Quantity Configuration ndash 2 (Workstation) 12 2-CPU 14 core Intel Xeon E5 V4 series CPU with 25 GHz or better minimum 35 MB cache Intel C612 Chipset or latest

128 GB DDR4 RAM (as per latest speed and standards) 2 x 1000 GB HDD 2 x 2 TB Images storage HDDs Minimum 1 nos of 1001000Mbps RJ ports and 1 x 10GbE RJ45 copper port 1x Graphics adaptor with 4GB memory 30rdquo32rdquo Hi-resolution colour display monitor 4K resolution compatible with graphics card DVDCD-writer OS Windows Server 2012 R2 or Windows 10

d Raw Archival Server with Storage System

Specification Quantity Configuration ndash 3 (Server) 2 Intel Xeon E5 V4 series CPU or better as per latest series gt25 GHz

128 GB RAM 2x 1000 GB HDD 4x1000 TX network port 2 x10GbE RJ45 copper port Add on NASDAS with Raid Controller ndash 400 TB (As required) 27rdquo colour display monitor DVDCD - writer OS Windows Server 2012 R2 or Windows 10

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 17

(iii)Data Processing system(s) amp Data Dissemination system(s)

a Deliverables

SlNo Name of Units No of Units

Data Processing and Applications Systems

1 Data Processing Servers (K1VHRR 3A VHRR

3ACCD 3DIMG 3DSND 3DRIMG 3DRSND)

5+5

2 Data Ingest Servers 4

3 Database Server 2

4 Image Analysis Server 2

5 Data Dissemination Server SIDS Server 3

6 Web Server 3

7 Web Applications Server (GIS Web based

Visualisation and Analysis)

4

8 Ancillary Data Processing Server (GTS AWS BUFR) 2

9 Calibration and Validation Server 2

10 Image Analysis Clients 25

11 Central Data Flow Monitoring and Management 2

12 Web Monitoring 1

13 Data Quality Check 1

14 Backup and HSM 2

15 Data Visualisation Nodes 2

16 Video Wall 2

Centralised Hardware

1 1G10 G Switches and Networking (setspackages) 4

2 100 1000 LAN Switches and Networking 6

3 High Speed SSD Storage (50 TB) 1

4 Multi-Tier Data Storage System (1 PB and expandable) 1

5 125 KVA UPS (with redundant controllers plus

batteries for 30 minutes backup)

2

6 SIDS terminal along with STB 25

7 Multi monitor video wall 1

b Computer configurations

Data Processing and Applications Systems

1 Data Processing Servers (K1VHRR 3A VHRR 3ACCD 3DIMG 3DSND 3DRIMG

3DRSND)

5+5

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 18

SN Item Description of Requirement 1 Processor 6 x Intelreg Xeonreg Platinum series processors

with min 27GHz Min 33MB Cache 24 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C602J Chipset or Better

3 Memory Min 1TB DDR4 1866 MHz Registered Memory amp Upgradeable to 3TB of Memory

4 Memory Slots Min 96 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 2 x Gen 2 min4 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 8 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 6 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 6 USB ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 4U Rack Mountable

18 Redundant FAN Hot Plug redundant fans with N+1 Redundancy

19 Power Supply Redundant hot plug platinum min1400W power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management 21 Manageability

Features Should be able to manage systems through a web-browser OEM to provide its own systems management software

22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 19

2 Data Ingest Servers 4

3 Database Server 1

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 32GHz Min 25MB Cache 16 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256 GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024

15 Operating System Redhat Enterprise linux 7x with 3 years subscription

16 Operating System support

Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser OEM to provide its own systems management software

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 20

22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

4 Image Analysis Server 1

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E7-8890v4 processors with

min 24GHz Min 25MB Cache24 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots

5 Memory Features Advanced ECC Mirrored Memory Online Spare Memory

6 Network Controller Min 2 x 1GbE Network ports and Min 2 x 10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 21

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

5 Data Dissemination Server SIDS Server (Tower model) 2

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 23GHz Min 45MB Cache 18 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024

15 Operating System Redhat Enterprise linux 7x with 3 years subscription

16 Operating System support

Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser

OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 22

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

6 Web Server 2

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 32GHz Min 25MB Cache 8 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management 21 Manageability

Features Should be able to manage systems through a web-browser OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 23

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

7 Web Applications Server (GIS Web based Visualisation and Analysis) 4

SN Item Description

1 Make amp Model

2 CPU 4 x Intel Xeon Processor E-7 8890 V4 34 GHz or higher 24 core 60 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 1TB GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs 4 16TB SSD in RAID1

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 24

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

8 Ancillary Data Processing Server (GTS AWS BUFR) 2

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 256 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 25

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

9 Calibration and Validation Server 2

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 26

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel)

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

10 Image Analysis Clients 25

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-7 4830 V4 28 GHz or higher 14 core 25 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P2000 5 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM

18 Power Supply 900 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

11 Central Data Flow Monitoring and Management 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

12 Data Visualisation Nodes 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

13 Backup and HSM Server 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

14 Video Wall 2x2 configuration (LCD and Controller) 2+1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31

A LCD Group Specification Item Detailed Specification

System

Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall

Display technology Liquid Crystal Display

Display size and resolution

The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels

Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001

Architecture

The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime

Signal Interface

Input terminals

1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )

Output terminals 1x Digital DVI-D 1xRS422 RJ-45

Component input compatibility

480i 480P 720P 1080i 1080P

Scan rate Fh 30~75KHz Fv 50~85Hz

Video compatibility NTSC PAL SECAM

Timing compatibility

720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz

User controls

Power control 1 AC power ONOFF switch Wire control RS232C RS422 input

LED indicator System indicator display to show system status

IR remote IR remote OSD style list type OSD format

On Screen display Input selection picture image and tiling should be adjusted using OSD

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32

Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning

OSD Languages English

Wall control amp monitoring

Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience

Electrical AC power input range 90~240VAC 5060Hz 5A max

Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC

System Reliability

Operating temperature 0~40degC Operating relative humidity

20~80

MTBF gt= 50000 hours

B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the

same manufacturer Reputed Company The OEM should be an established

multinational in the field of video walls and should have installations around the world

Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos

Chassis 19rdquo industrial Rack mount Lockable front door to protect drives

Operating System Platform

Window 7- 64 bit

Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD

Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt

Supports Add on copper optical fiber adapters

Input Output supported

Serial ATA LAN

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33

2x RJ45 LAN ports USB 20 port

RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset

Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply

HDD Cooling FAN

LAN ports Scalability Display multiple source windows in any size

anywhere on the wall Control functions Brightness contrast saturation Hue

Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency

power supply AC Voltage 100 - 240V 50-60Hz

Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing

Wall management SW Scaling and display Software tp enable the user to display

multiple sources in any size and anywhere on the display wall

Auto Source Detection Software should support for auto source detection

Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts

Scenarios Software should able to Save and Load desktop layouts from Local or remote machines

Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user

Layout Preveiw Software should support layout preview option

Launch Application Software should be able to support

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34

Integration with 3rd party devices

System should offer interface to enable control from 3rd party devices like Creston AMX etc

Live Preview Software should able to provide live preview of video wall

Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall

Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)

Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere

on the display wall Inside the ticker window font size colour and background can be set

Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker

SNTP System should support SNTP function Protection System should have Hardware License key to

protect the software from unauthorized access

Pre- Qualification Requirements

OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India

(iv) Data Archival system(s) (Raw and Processed)

SN Name of Units No of Units

Centralised Hardware

1 High Speed SSD Storage (50 TB) 1

2 Multi-Tier Data Storage System (1 PB and expandable)

Primary and Secondary each

bull Unified storage device

bull Provision for online replication of luns

bull Provision for Fibre 10g (min 40g)

1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35

bull Provision for expansion should be there

3 LTODisk Based Library 1

4 SIDS terminal along with STB

Minimum 32 inch LED Screens having support for

following

AV HDMI USB RJ-45 along with built in Wifi

STB

Set top box should have programming support

Should have RJ-45 1Gbps and Wifi connectivity

Should have adequate support for python

Should have linux flavoured Operating system and provide

support for protocols like telnet ssh scp and ftp

25

(v) All associated elements like Network(s)LANWAN Powering Systems UPS

Gensets CablingConduiting and officecomputer furniturersquos

1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant

controllers plus batteries for 30 minutes backup)

2

a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis

b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum

VAH 90000)

c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation

Transformer for Input Side (Delta to Star Transformer Required)

Sr No

Description Parameters required

1 General Specifications 11 UPS topology On line double conversion VFI

SS 111 12 Architecture of the UPS Modular scalable redundant

based on Available kVA Power Modules

121 InOut phase Configuration

Three phase-Three phase single phase

122 Neutral Neutral Passing through

123 Output wave form on mains run

Sinusoidal

124 Output wave form on battery run

Sinusoidal

125 Bypass type Static and electro mechanic

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36

126 Transfer time Zero

127 UPS Module 100 kVA

128 UPS Chassis 120 kVA

13 Input

131 Nominal Voltage

400 V three phase 230V single phase

132 Voltage range -20 +15

133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power

To be furnished by the vender

134 Frequency

50 Hz to 60Hz (autosensing)

135 THDIin lt 3 al 100 of nominal load

136 Power Factor

gt 099 from 50 to 100 of nominal load

141 Output with mains

142 Nominal voltage 400 V three phase

143 Nominal power 100

144 Active power 100

145 Output waveform Sinusoidal

146 Voltage variation (static)

plusmn 1

147 Voltage variation (dynamic 0-100 100-0)

plusmn 1

148 Output voltage variation at unbalance load

plusmn 1

149 Phase displacement-100 unbalance load

120degplusmn 1deg

1410 Short circuit capability 300(p-p) for 1-sec

1411 THDv on nominal power (linear load)

lt 05

1412 THDv on nominal power (not linear load PF=07)

lt 1

1413 Frequency

50 Hz o 60 Hz (autosensing or selectable)

1414

Frequency tolerance Synchronized with input frequency or

plusmn 1 free run

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37

1415 Current Crest Factor

31 accordingly with IEC 62040-3

1416 Overload capability unity PF

bull 5 minutes or higher

bull 30 seconds or higher

110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention

15 Battery

151 Type

Lead Acid sealed free maintenance VRLA

152 Make

Exide Amco Panasonic Amara Raja

153 Model

To be furnished by the vendor

154 Nominal UPS Battery Voltage

252 Volt DC

155

Battery Backup time

30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)

156 Battery charger type

PWM hi efficiency one in each power module

157 Charging Cycle

Intelligent with boost charge and advanced management

159 Required VAH (12V x No of Battery x Battery AH)

Minimum 90000 VAH

1510 Weight of battery

To be furnished by the vendor

1511 Weight of battery cabinet

To be furnished by the vendor

1512 Dimensions of battery cabinet

To be furnished by the vendor

1513 Battery guaranty

2 years or more (free replacement)

16 Environmental specifications

161 Noise level 1m 42 divide 46 dBA

162 Working temperature range

from 0degC to +40degC

163 Stock temperature range

from -20degC to +50degC (excluded batteries)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38

164 Humidity range 20-80 not condensing

165 Protection degree IP21

17 Communication Interface

2 serial port RS232 1 logical level port 4 Dry contacts port

18 External Isolation Transformer required at Input Side

OEM Make 120 kVA

19 Standards

ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3

20 Protection

201 Overload (OL) To be complied [YesNo]

202 Short circuit (SC) To be complied [YesNo]

203 Input low voltage

To be complied [YesNo]

204 Output overvoltage

To be complied [YesNo]

205 Battery overcharging

To be complied [YesNo]

206 Battery over discharging

To be complied [YesNo]

21 Recommended Copper cable size in sq mm

To be furnished by the vendor

22 Recommended breaker rating in Amps

To be furnished by the vendor

23 Rectifier DC voltage ripples

lt1

24 Static bypass arrangement

241 Rated voltage (3 phase with neutral)

400V

242 Voltage variation plusmn20

243 Nominal frequency 50 Hz

244 Maintenance bypass switch

Inbuilt

25 Factory Test Certificate CE ISO 9001 amp ISO 14001

26 UPS Make Emerson Socomec Riello

AROS APC (Schneider) Numeric

27 UPS Model To be furnished by the vendor

28 Dimension and Weight of UPS

To be furnished by the vendor

29 3 years Warranty for total solution offered

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39

2 10 G Switches and Networking (setspackages)

Copper 10g Fiber 10g and FC SAN Switch

6

Features Specifications

Switching Architecture and Performance (Fibre10g Switch)

Interface Required

Minimum 48 ports of 10G SFP+ ports on day 1

Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1

Standards Support

Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC addrress

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies from day 1

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

Features Specifications

Switching Architecture and Performance (copper 10g switch)

Interface Required

Minimum 48 ports of 10GbaseT Rj45 ports

Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

switch should also support Multi-chassis link aggregation (MC-LAG)

Standards Support

Support 100100010GBASE-T copper interfaces 40GBASE QSFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42

8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC address

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

48 Port FC SAN Switch Specifications

SNo Specifications

1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports

2 The switch should support auto-sensing 2 4 8 10 and 16

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44

Gbitsec capabilities

3

The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)

4 The switch should be rack mountable

5 Non disruptive Microcode firmware Upgrades and hot code activation

6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end

7

Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic

8 The Switch should be configured with the Zoning and ISL Licenses

9

The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking

10 Support for web based management and should also support CLI

11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access

12

It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status

13

Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)

14 Should provide enterprise-class availability features such as redundant and hotpluggable components

15 Should have Front-to-back airflow and Back-to-front airflow

16 Port to Port latency should be 700 ns

17 The switch should support Inflight Compression and Encryption

18 The switch should have an option for DC power supply also

3 CablingConduiting

4 officecomputer furniturersquos

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45

(vi) Installation commissioning operationalization and operations (for pre-

determined period)

(vii) Project Management Documentation Project activities like Technical

Reviews Schedule Management and Staff deployment etc

(viii) Cabling conduiting as required

(ix) Office furniturersquos computers

(x) Embedded warranty for 3 years and comprehensive non comprehensive

AMC for 2 years

The complete End to End systems will be supplied installed commissioned and operated

as a turnkey project within pre-decided schedule The system requirements are listed in

Annexure-A

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46

Annexure-C

EOI Response Sheet

Requirement Response

Vendor Information

1 Name of Person and Organisation responsible for the information contained in EOI

2 Postal AddressTelephoneFaxemail address

3 ExperienceExpertise in A Meteorological system development and

deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related

field) E Data storage and management F Software design and development

Attach as required

4 Capability in indigenous development of data reception and processing facility (hardware and software)

Attach as required

5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration

Attach as required

6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure

Attach as required

7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs

Attach as required

8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables

Attach as required

9 Describe any third party alliances relationships and dependencies

10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc

Attach as required

11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules

Attach as required

12 Provide information on proposed methodology of carrying out the work

13 Details of deliverables and services offered as part of the EOI

14 Compliance matrix to the EOI Attach as required

15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc

Attach as required

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47

Annexure-D

GENERAL INSTRUCTIONS FOR EOI

1 We invite your proposal duly signed single part in a sealed envelope marked as

follows

Response to EOI MMDRPS Project

2 EOI Bidder related

21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above

22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them

3 Your EOI response should reach us on or before the due date and time Late

proposals received after the due date and time will not be considered

4 Meeting

In order to provide a better understanding of the requirement it is proposed to have a

meeting with the prospective vendors at ANTRIX Bangalore Vendors who are

desirous to attend the meeting may provide details of the representatives attending

the meeting in advance

5 VendorBidder shall discuss among others system engineering aspects design

optimum utilization of satellitecommunication resources the installation plan amp

methodology operations plan training plan warranty amp comprehensive AMC

methodology acceptance procedures and plans etc

6 Vendor shall prepare a detailed specifications document based on the selected

configurationoptionssystemscommitments and make presentation to ANTRIX The

draft specification document shall also include all aspects described above in para

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48

7 Delivery Schedule

The desired delivery schedule for the complete system is 7 to 8 months from the

placement of the purchase order Bidder shall provide the delivery schedule being

proposed along with milestones (like supply of hardwaresoftware installation testing

amp acceptance etc) in the EOI response

8 Any other system or sub system which is relevant for fulfilling implementation of the

scheme shall be brought to the attention by the vendor and detailed in EOI response

9 The vendor submitting response to this EOI and found technically suitable will only be

issued RFP at a later stage

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49

Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited

(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person

2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources

3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person

under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI

4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to

appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application

5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or

opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this

EOI document

Page 4: EOI for MMDRPS - Antrix Corporation for MMDRPS.pdfelectronics, computers, networking, power systems, furniture/fixtures, installation and commissioning. The proposed system will acquire

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 4

The current business activities of ANTRIX include

a Provisioning of communication satellite transponders to various users

b Providing launch services for customer satellites

c Providing access to Indian remote sensing satellite

d Marketing of data from Indian and foreign remote sensing satellites

e Building and marketing of satellites as well as satellite sub-systems

f Establishing ground infrastructure for space applications and

g Mission support services for satellites

2 इस ईओआई का उNOय Objective of this EOI

एि-13स नई PदQलE मR सम-नत बह उNOयीय अतIरJ आकड़ा =ापण एव =मण =णालE

(एमएमडीआरपीएस) सवधा क Kथापना कर रहE ह यह एमएमडीआरपीएस सवधा सभी भारतीय

अतIरJ उपहB स =ाWत आकड़B का =ापण और =मण =बधत करगी

इस ईओआई का उNOय उचत उYयोगB क पहचान करना ह जो एमएमडीआरपीएस क Kथापना क लए

या तो Kवत[ प स या दसर उYयोगB क साथ सम-वय Kथापत करक श स अत तक क 8याकलापB क

लए उ]तरदा9य]व 9नभा सक इसमR भ-Kटशन क Kथापना हाड5वयर तथा सॉ^टवयर का एककरण आकड़ा

=मण एव भ_डारण =णालE एि-13स Yवारा =द]त सापि]तक हाड5वयर तथा सॉ^टवयर का एककरण 3 वष`

क आOविKत अवध क उपरात वाष5क अनरJण सवदा इ]याPद शामल हlt अनलaनक-क मR =णालE ववरण हlt तथा

अनलaनक-ख मR =दय क सची ह

ANTRIX is establishing a state-of-art Multi Mission Meteorological Data Receiving and

Processing System (MMDRPS) facility in New Delhi The MMDRPS facility will cater to the

reception and processing of data from all Indian Meteorological Satellites

The objective of this EOI is to identify appropriate industries who either independently or in

coordination with other industries takes up the responsibility for end to end activities for the

establishment of MMDRPS This will involve establishment of earth station integration of

hardware and software data processing and storage systems integration of proprietary

hardware software supplied by ANTRIX AMC after post warranty period of 3 years etc The

system details are in Annexure-A and list of deliverables is in Annexure B

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 5

3 EOI Requirements Process

To respond to this EOI the vendor(s) are required to do the following

a) Send a Letter of Interest

b) Provide details wrt EOI RESPONSE SHEET in prescribed format (Annexure-C)

c) Make a presentation to ANTRIX to showcase competency in carrying out the work

at no cost no profit basis

d) Submit a detailed proposal to cover the system requirements in Annexure-A and

deliverables as listed in Annexure-B

e) Submit a compliance table to all the points sections of this EOI

31 EOI Contact

For assistance and questions regarding this EOI you are welcome to contact EOI Contact No

080-22178340 22178323

32 Participation to EOI

All vendors confirming their participation shall send a Letter of Interest in a sealed

envelope and super scribed ldquoLetter of Interest MMDRPS projectrdquo and submit at the

earliest probably within 10 days of release of this EOI

The Purchase and Stores Officer ANTRIX Corporation Limited Antariksh Bhavan Campus New BEL Road Bengaluru 560 094 India Email purchaseantrixgovin

33 EOI Response

Responses to this EOI in prescribed format (Appendix A) must include two original hard

copies and one soft copy (in CD format) and should be enclosed in a sealed envelope

super scribed ldquoEOI Response MMDRPS projectrdquo and submitted to

The Purchase and Stores Officer ANTRIX Corporation Limited Antariksh Bhavan Campus New BEL Road Bengaluru 560 094 India Email purchaseantrixgovin

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 6

34 EOI Submission Guidelines amp Schedule

It is necessary for vendors to submit all information as per schedule mentioned below All

responses to EOI must be on official letter heads duly signed and stamped

EOI key dates are the following

Submission of Letter of Intent Probably within 10 days after release of EOI Last date for seeking any clarification 10 October 2017

Last date for submission of EOI 25 October 2017 (1600 Hrs) IST

Date of opening of EOI 26 October 2017 (1100 Hrs) IST

Meeting for clarification queries Within 15 days after release of EOI Presentation to ANTRIX to demonstrate the capability as a proof of concept by vendors

Date will be decided based on mutual convenience

35 Liabilities of Agency

This EOI is only a request for information about potential products services and no

contractual obligation on behalf of ANTRIX whatsoever shall arise from the EOI process

This EOI does not commit ANTRIX to pay any cost incurred in the preparation or submission

of response to the EOI Information received will be considered solely for the purpose of

identifying suitable interested vendors and for conducting a competitive procurement A

determination by ANTRIX not to compete this requirement based upon responses or lack

thereof to this notice is solely within the discretion of ANTRIX

36 Confidentiality amp EOI Ownership

Non- Discloser Agreement Vendor shall execute Non-Discloser Agreement with ANTRIX

so that necessary information can be shared between both the parties so as to clearly

understand the business requirement of ANTRIX and the possible solutions that may be

delivered by the vendor

EOI Ownership All responses to the EOI will become the property of the ANTRIX and will

not be returned

37 Disclaimer

ANTRIX may at its sole discretion alter the EOI before the due date for receiving EOI

response

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 7

Annexure-A

Proposed System Requirement of

Multi-Mission Meteorological Data Receiving amp Processing System (MMDRPS)

10 Introduction

This EOI is for identification of interested and suitable vendors for a complete near real-time

Ground System Data Reception System Data Processing and Dissemination system to

acquire process image visualization and data analysis of all meteorological data

transmitted by the sensors of INSAT-3D series sensor of INSAT-3A KALPANA-1 satellites

and centralised AWS stations reception and processing system along with associated

electronics computers networking power systems furniturefixtures installation and

commissioning

The proposed system will acquire raw data from serial data streams process the data and

generate various quantitative products from processed data for operational utilization by

various users

The MMDRPS system and Work Package will consist of the following major

SegmentsActivities

1 RF Segment with outdoor Antenna(s) and associated RFIF Receivers

2 Baseband Reception Systems for (a) Satellite Met Sensors Data Streams (b) AWS channels Data Stream(s)

3 Data Processing systems

4 Data Dissemination systems

5 Data Archival systems (Raw and Processed)

6 All associated elements like NetworksLANWAN Powering Systems UPS Gensets CablingConduiting and officecomputer furniture

7 Installation commissioning operationalization and operations (for pre-determined required period)

8 Project management documentation project activities like technical reviews schedule management and staff deployment etc

9 Embedded warranty for 3 years and option for both comprehensive and non comprehensive AMC after warranty period for 2 years

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 8

The complete End to End systems shall be supplied installed and commissioned and

operated as a turnkey project with a pre-decided Schedule for the activities

20 A brief description of the segments and requirements follows

21 RF Segment (Earth Station)

Three RF chains are required for the satellite data reception

bull 1st for INSAT-3D (IMAGER SOUNDER DRT Kalpana)

bull 2nd for INSAT-3DR (IMAGER SOUNDER DRT Kalpana)

bull 3rd for Hot-Standby (IMAGER SOUNDER DRT Kalpana)

This segment will include

bull Suitable dishparabolic antenna for Geo Satellite Reception (gt7 meter

elevationazimuth mounted steerable motorized auto tracking (Beacon) extended C

band (up to 49 GHz) with polarization and polariser drive motor as required

compliance to relevant ITU specs gain as required)

bull LNA Down converter subsystem with mainredundant configuration for extended C

band

bull IF subsystem consisting of BPSKQPSK demodulators DRTAWS burst

demodulatorsreceivers and decodersbit synchronizers (in redundant configuration)

bull Control Systems Network Management Software Remote monitoringmanagement

systems and Software RF cabling Instrument racks Power Systems

bull Antenna installation and commissioning operations and comprehensive support

22 Base band Data Reception Segment

Raw data from ground station for each of the data streams will be input to this system

Single data stream will be processed in each DR system It will include methods and

technologies (hardware andor firmwaresoftware) specifically developed by ISRO or

Bidders for receiving re-formatting the sensor(s) data streams as well as the DRTAWS

data streams

Major modules of this segment are

bull Bit synchronization

bull Frame synchronization

bull De-randomization De-commutation of data-stream

bull DRT receivers

bull Processing of various fields of data

bull Display of the Satellite Instrument HK data Quick look display

bull Raw data Archival

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 9

The methodology of the data acquisition and raw data storage will be such that failure of

acquisition-link elements does not result in the loss of raw data This segment does not

contain any detailed image processing functions The de-commutated band-separated

time-tagged video data will be transferred to the Data Processing computer through a well-

defined protocol along with auxiliary data for data products generation All interfaces of data

transfer protocols and the data formats shall be providedoutlined out in advance

Fig Indicative Configuration of One chain of Data Reception System for Met Sensor

VHRRCCDIMAGER

SOUNDER Serial Data Stream

To other

servers

through NW

Bit

Synchronizer

Data Acquisition

System

Data

Reception

Server

with

Software

Data

Processing

System RF

Section

Display System

for PQLD

Raw Data

Archival System

Hardware

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 10

Fig OVERALL LINE DIAGRAMFIGURE FOR MMDRPS

23 Data Processing

The ldquoData Processing Systemrdquo will cater to the requirements of processing of INSAT-3DR

INSAT 3D SounderImager INSAT-3A VHRR CCD and KALPANA-1 VHRR data The pre-

processed Data and other ancillary information will be archived on the central storage

system The Application Generation system uses this data from the central storage system

for retrieval of various meteorological parameters and images Further the system

configuration has multiple servers which will handle other conventional types of data and

AWSARGAMSGTS data with customized packages

The main ldquoData Processing Systemrdquo with complete redundancy will accept real time imaging

data of five streams from data acquisition system The front-end system will consist of five

Database

Management

System Applications GIS

Image Analysis

systems Backup Archival System

RF Receiver

+

Base Band

Data Reception

System

for All Sensors

+

P- QLD

+

RAW Archival

System

Data Processing

System

for IMAGER

SOUNDER CCD

VHRR

Antenna + LNA

Centralized

Storage

Applications

Product

Generation

Systems

Ancillary Data

Acquisition and

Processing System

Data

Dissemination

System

Aux Data

Product

Monitoring

amp

Management

System

IMD WEB

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 11

Linux-based servers All five servers will have four processors each For each set of main

and redundant data streams one processed data stream will be selected as prime for

parameter retrieval The data of the other stream will be purged All these machines will be

networked to a common 1(One) PB (Petabyte) Unified storage (both SANNAS partition)

through FC switches An additional 1 Petabyte will be used as back up and will be synced

with main 1 PB storage based on archive policy This configuration provides back-up

storage and redundancy

Kalpana-1 VHRR

redundant DP system

OFFLINE

(Tape Based)

ARCHIVAL

SYSTEM

IP Based SIDS

System amp

Display Units

Color Network Printer

BW Network Printer

5 Remote Image Analysis Client

Systems

LAN Switches

1G Copper

20 Image Analysis Client

Systems

1 PB

PRIMARY

STORAGE

Ethernet

Network

Network

SECONDARY

STORAGE

Insat-3A

DP System

Insat-3D Imager

DP System

BackupArchival

Server

PMMS Server

Data

Dissemination System

Kalpana-1 VHRR DP

System

Insat-3D IMG SND

DP System

Insat-3DR IMGSND

DP System

Database Management

System

Ancillary Data

Processing System

On line digital

processed data supply

server

RAPID

SERVER

Redundant

Backup

Archival Server

Redundant Data

Dissemination System

Insat-3A

Redundant DP

System

Insat-3D Imager

Redundant DP

System

Redundant

PMMS Server

Insat-3D IMGSND

Redundant DP

System

Insat-3DR IMGSND

Redundant DP System

Redundant Database

Management System

Redundant Ancillary

Data Processing

System

Redundant On line

digital processed

data supply server

Redundant RAPID

SERVER

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 12

Fig Data Processing Application Product Generation Centralized Storage System

24 Data Dissemination systems

As part of dissemination of imagesproducts to other systems the data products system will

use the ldquoData Dissemination Systemrdquo to transfer the images in the required format

Following Data Dissemination modes are planned as part of data dissemination activity

bull Transfer of Imagery to web site

bull Conversion of products to HRITLRIT format for dissemination to remote stations

bull Conversion of products to GTS format and transmission to Meteorological

communications computer

bull Encodingdecoding of products and AWSARGAMS data in WMO format and

transmission to Meteorological communications computers

bull Transfer of imagery to IP based SIDS system

bull GUI based and script based software for format conversion (NetCDF GeoTIFF

ASCII) of multiplebunch data files for offline supply data

bull Onlineoffline visualization and analysis of meteorological data through RAPID

25 Data Archival systems (Raw and Processed)

A suitable data archival system (Raw and Processed) shall be proposed by the vendors for

MMDRPS system This shall take into account the software and hardware for following

Base-band Data Reception System (DRS)

bull Software for archival replay

bull Raw data Archival in DP format

bull Disk archival

bull Additional raw data archive of two selected chains

bull Data Archive Disks for each base band chain with usable storage of 6TB or higher

bull Secondary archive drives of latest version

bull Raw Data Archival and management with secondary archival (back-up)

bull Digital Recording (Raw Archival)

bull Raw Archival server with storage system

Database Management System

bull Archival of Metadata for all Pre-processed data and Retrieval Parameters

bull Archival of AWSARGAMS and GTS Data

Ancillary Data Processing

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 13

bull Transfer Processing and Archival of Automatic Weather Station (AWSARGAMS)

Data

bull Transfer Processing and Archival of data received on Global Telecommunication

System (GTS)

26 All associated elements like NetworksLANWAN Powering Systems UPS Gensets

CablingConduiting and officecomputer furniture

27 Installation commissioning operationalization and operations (for pre-determined

period)

28 Project management documentation project activities like technical reviews

schedule management and staff deployment etc

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 14

Annexure-B

Deliverables

The MMDRPS system and Work Package will consist of the following major

segmentsactivities

(i) RF Segment with outdoor Antenna(s) and associated RFIF Receivers

Ground System comprising of the following elements

SlNo Particular Qty

72 m Antenna System

1 Foundation 3

2 Antenna Subreflector and Pedestal 3

3 Feed System 3

4 Control System 3

5 Antenna Control Unit 3

6 Beacon Tracking Receiver 3

RF Downlink System

1 LNA 6

2 LNA Control 3

3 Down Converters 15

Baseband System

1 Demodulator (Tunable) 15

Timing System

1 GPS Receiver 1+1

2 Time Code Reader 1+1

3 Networking Server 1+1

M amp C System

1 M amp C System (Hardware amp Software) 3

Interface elements

1 Cables

Lot as per

requirements

2 Racks

3 Patch Panels Jacks Couplers

Test Instruments

1 VSA NFA Handheld Spectrum Analyzer with

Oscilloscope Rack Mounted Spectrum Analyser

Signal Generator Power Meter

One each

Common for all

antenna

2 Oscilloscope

3 PC amp Color Printer

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 15

Overall system descriptions is in Annexure A

(ii) Baseband Reception Systems for (a) Satellite Met Sensors Data Streams

(b) AWS channels data stream(s)

a Deliverable

Name of Units No of Units

Bit Synchronizer 14 Data Acquisition System 14 Data Reception Server 18 Raw Data Archival Server and Storage System

2

Workstations for network PQLDRaw Archival

14

Network Elements 10 TCG with NTP 2 Rack mounted MSO 2 DR Software 7 sets AWS front end Receivers 4 sets Instrument Racks cabling accessories and LAN networking

as required

b Computer Configurations for DR Server (Broad Specifications)

Specification Quantity Configuration ndash 1 (Server) 9+9 2U Rack mounted 2-CPU server 8 Core Intel Xeon E5 V4 series CPU with minimum 3 GHz or better 25 MB cache or better Intel C610 Chipset or better

256 GB 2400 MHz DDR4 RDIMM with minimum 8 DIMMs

bull 2 x Enterprise 600GB SAS 6Gbs 10K RPM or Better

bull 10 x 4 TB SAS 7200 RPM hot plug HDDs in RAID-105 Minimum 4 nos of 1001000Mbps RJ ports and 2 x 10GbE RJ45 copper ports At-least 2 x PCI-E 30 (x16) Full-height 1 x PCI-E 30 (x8) Full-height Graphics port 1280 x 1024 (1 No) Graphics adaptor 17rdquo Rack mounted console DVDCD-writer OS Windows Server 2012 R2

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 16

c Workstations for Networked PQLD

Specification Quantity Configuration ndash 2 (Workstation) 12 2-CPU 14 core Intel Xeon E5 V4 series CPU with 25 GHz or better minimum 35 MB cache Intel C612 Chipset or latest

128 GB DDR4 RAM (as per latest speed and standards) 2 x 1000 GB HDD 2 x 2 TB Images storage HDDs Minimum 1 nos of 1001000Mbps RJ ports and 1 x 10GbE RJ45 copper port 1x Graphics adaptor with 4GB memory 30rdquo32rdquo Hi-resolution colour display monitor 4K resolution compatible with graphics card DVDCD-writer OS Windows Server 2012 R2 or Windows 10

d Raw Archival Server with Storage System

Specification Quantity Configuration ndash 3 (Server) 2 Intel Xeon E5 V4 series CPU or better as per latest series gt25 GHz

128 GB RAM 2x 1000 GB HDD 4x1000 TX network port 2 x10GbE RJ45 copper port Add on NASDAS with Raid Controller ndash 400 TB (As required) 27rdquo colour display monitor DVDCD - writer OS Windows Server 2012 R2 or Windows 10

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 17

(iii)Data Processing system(s) amp Data Dissemination system(s)

a Deliverables

SlNo Name of Units No of Units

Data Processing and Applications Systems

1 Data Processing Servers (K1VHRR 3A VHRR

3ACCD 3DIMG 3DSND 3DRIMG 3DRSND)

5+5

2 Data Ingest Servers 4

3 Database Server 2

4 Image Analysis Server 2

5 Data Dissemination Server SIDS Server 3

6 Web Server 3

7 Web Applications Server (GIS Web based

Visualisation and Analysis)

4

8 Ancillary Data Processing Server (GTS AWS BUFR) 2

9 Calibration and Validation Server 2

10 Image Analysis Clients 25

11 Central Data Flow Monitoring and Management 2

12 Web Monitoring 1

13 Data Quality Check 1

14 Backup and HSM 2

15 Data Visualisation Nodes 2

16 Video Wall 2

Centralised Hardware

1 1G10 G Switches and Networking (setspackages) 4

2 100 1000 LAN Switches and Networking 6

3 High Speed SSD Storage (50 TB) 1

4 Multi-Tier Data Storage System (1 PB and expandable) 1

5 125 KVA UPS (with redundant controllers plus

batteries for 30 minutes backup)

2

6 SIDS terminal along with STB 25

7 Multi monitor video wall 1

b Computer configurations

Data Processing and Applications Systems

1 Data Processing Servers (K1VHRR 3A VHRR 3ACCD 3DIMG 3DSND 3DRIMG

3DRSND)

5+5

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 18

SN Item Description of Requirement 1 Processor 6 x Intelreg Xeonreg Platinum series processors

with min 27GHz Min 33MB Cache 24 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C602J Chipset or Better

3 Memory Min 1TB DDR4 1866 MHz Registered Memory amp Upgradeable to 3TB of Memory

4 Memory Slots Min 96 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 2 x Gen 2 min4 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 8 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 6 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 6 USB ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 4U Rack Mountable

18 Redundant FAN Hot Plug redundant fans with N+1 Redundancy

19 Power Supply Redundant hot plug platinum min1400W power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management 21 Manageability

Features Should be able to manage systems through a web-browser OEM to provide its own systems management software

22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 19

2 Data Ingest Servers 4

3 Database Server 1

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 32GHz Min 25MB Cache 16 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256 GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024

15 Operating System Redhat Enterprise linux 7x with 3 years subscription

16 Operating System support

Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser OEM to provide its own systems management software

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 20

22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

4 Image Analysis Server 1

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E7-8890v4 processors with

min 24GHz Min 25MB Cache24 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots

5 Memory Features Advanced ECC Mirrored Memory Online Spare Memory

6 Network Controller Min 2 x 1GbE Network ports and Min 2 x 10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 21

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

5 Data Dissemination Server SIDS Server (Tower model) 2

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 23GHz Min 45MB Cache 18 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024

15 Operating System Redhat Enterprise linux 7x with 3 years subscription

16 Operating System support

Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser

OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 22

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

6 Web Server 2

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 32GHz Min 25MB Cache 8 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management 21 Manageability

Features Should be able to manage systems through a web-browser OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 23

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

7 Web Applications Server (GIS Web based Visualisation and Analysis) 4

SN Item Description

1 Make amp Model

2 CPU 4 x Intel Xeon Processor E-7 8890 V4 34 GHz or higher 24 core 60 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 1TB GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs 4 16TB SSD in RAID1

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 24

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

8 Ancillary Data Processing Server (GTS AWS BUFR) 2

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 256 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 25

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

9 Calibration and Validation Server 2

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 26

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel)

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

10 Image Analysis Clients 25

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-7 4830 V4 28 GHz or higher 14 core 25 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P2000 5 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM

18 Power Supply 900 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

11 Central Data Flow Monitoring and Management 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

12 Data Visualisation Nodes 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

13 Backup and HSM Server 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

14 Video Wall 2x2 configuration (LCD and Controller) 2+1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31

A LCD Group Specification Item Detailed Specification

System

Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall

Display technology Liquid Crystal Display

Display size and resolution

The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels

Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001

Architecture

The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime

Signal Interface

Input terminals

1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )

Output terminals 1x Digital DVI-D 1xRS422 RJ-45

Component input compatibility

480i 480P 720P 1080i 1080P

Scan rate Fh 30~75KHz Fv 50~85Hz

Video compatibility NTSC PAL SECAM

Timing compatibility

720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz

User controls

Power control 1 AC power ONOFF switch Wire control RS232C RS422 input

LED indicator System indicator display to show system status

IR remote IR remote OSD style list type OSD format

On Screen display Input selection picture image and tiling should be adjusted using OSD

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32

Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning

OSD Languages English

Wall control amp monitoring

Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience

Electrical AC power input range 90~240VAC 5060Hz 5A max

Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC

System Reliability

Operating temperature 0~40degC Operating relative humidity

20~80

MTBF gt= 50000 hours

B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the

same manufacturer Reputed Company The OEM should be an established

multinational in the field of video walls and should have installations around the world

Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos

Chassis 19rdquo industrial Rack mount Lockable front door to protect drives

Operating System Platform

Window 7- 64 bit

Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD

Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt

Supports Add on copper optical fiber adapters

Input Output supported

Serial ATA LAN

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33

2x RJ45 LAN ports USB 20 port

RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset

Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply

HDD Cooling FAN

LAN ports Scalability Display multiple source windows in any size

anywhere on the wall Control functions Brightness contrast saturation Hue

Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency

power supply AC Voltage 100 - 240V 50-60Hz

Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing

Wall management SW Scaling and display Software tp enable the user to display

multiple sources in any size and anywhere on the display wall

Auto Source Detection Software should support for auto source detection

Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts

Scenarios Software should able to Save and Load desktop layouts from Local or remote machines

Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user

Layout Preveiw Software should support layout preview option

Launch Application Software should be able to support

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34

Integration with 3rd party devices

System should offer interface to enable control from 3rd party devices like Creston AMX etc

Live Preview Software should able to provide live preview of video wall

Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall

Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)

Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere

on the display wall Inside the ticker window font size colour and background can be set

Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker

SNTP System should support SNTP function Protection System should have Hardware License key to

protect the software from unauthorized access

Pre- Qualification Requirements

OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India

(iv) Data Archival system(s) (Raw and Processed)

SN Name of Units No of Units

Centralised Hardware

1 High Speed SSD Storage (50 TB) 1

2 Multi-Tier Data Storage System (1 PB and expandable)

Primary and Secondary each

bull Unified storage device

bull Provision for online replication of luns

bull Provision for Fibre 10g (min 40g)

1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35

bull Provision for expansion should be there

3 LTODisk Based Library 1

4 SIDS terminal along with STB

Minimum 32 inch LED Screens having support for

following

AV HDMI USB RJ-45 along with built in Wifi

STB

Set top box should have programming support

Should have RJ-45 1Gbps and Wifi connectivity

Should have adequate support for python

Should have linux flavoured Operating system and provide

support for protocols like telnet ssh scp and ftp

25

(v) All associated elements like Network(s)LANWAN Powering Systems UPS

Gensets CablingConduiting and officecomputer furniturersquos

1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant

controllers plus batteries for 30 minutes backup)

2

a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis

b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum

VAH 90000)

c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation

Transformer for Input Side (Delta to Star Transformer Required)

Sr No

Description Parameters required

1 General Specifications 11 UPS topology On line double conversion VFI

SS 111 12 Architecture of the UPS Modular scalable redundant

based on Available kVA Power Modules

121 InOut phase Configuration

Three phase-Three phase single phase

122 Neutral Neutral Passing through

123 Output wave form on mains run

Sinusoidal

124 Output wave form on battery run

Sinusoidal

125 Bypass type Static and electro mechanic

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36

126 Transfer time Zero

127 UPS Module 100 kVA

128 UPS Chassis 120 kVA

13 Input

131 Nominal Voltage

400 V three phase 230V single phase

132 Voltage range -20 +15

133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power

To be furnished by the vender

134 Frequency

50 Hz to 60Hz (autosensing)

135 THDIin lt 3 al 100 of nominal load

136 Power Factor

gt 099 from 50 to 100 of nominal load

141 Output with mains

142 Nominal voltage 400 V three phase

143 Nominal power 100

144 Active power 100

145 Output waveform Sinusoidal

146 Voltage variation (static)

plusmn 1

147 Voltage variation (dynamic 0-100 100-0)

plusmn 1

148 Output voltage variation at unbalance load

plusmn 1

149 Phase displacement-100 unbalance load

120degplusmn 1deg

1410 Short circuit capability 300(p-p) for 1-sec

1411 THDv on nominal power (linear load)

lt 05

1412 THDv on nominal power (not linear load PF=07)

lt 1

1413 Frequency

50 Hz o 60 Hz (autosensing or selectable)

1414

Frequency tolerance Synchronized with input frequency or

plusmn 1 free run

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37

1415 Current Crest Factor

31 accordingly with IEC 62040-3

1416 Overload capability unity PF

bull 5 minutes or higher

bull 30 seconds or higher

110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention

15 Battery

151 Type

Lead Acid sealed free maintenance VRLA

152 Make

Exide Amco Panasonic Amara Raja

153 Model

To be furnished by the vendor

154 Nominal UPS Battery Voltage

252 Volt DC

155

Battery Backup time

30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)

156 Battery charger type

PWM hi efficiency one in each power module

157 Charging Cycle

Intelligent with boost charge and advanced management

159 Required VAH (12V x No of Battery x Battery AH)

Minimum 90000 VAH

1510 Weight of battery

To be furnished by the vendor

1511 Weight of battery cabinet

To be furnished by the vendor

1512 Dimensions of battery cabinet

To be furnished by the vendor

1513 Battery guaranty

2 years or more (free replacement)

16 Environmental specifications

161 Noise level 1m 42 divide 46 dBA

162 Working temperature range

from 0degC to +40degC

163 Stock temperature range

from -20degC to +50degC (excluded batteries)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38

164 Humidity range 20-80 not condensing

165 Protection degree IP21

17 Communication Interface

2 serial port RS232 1 logical level port 4 Dry contacts port

18 External Isolation Transformer required at Input Side

OEM Make 120 kVA

19 Standards

ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3

20 Protection

201 Overload (OL) To be complied [YesNo]

202 Short circuit (SC) To be complied [YesNo]

203 Input low voltage

To be complied [YesNo]

204 Output overvoltage

To be complied [YesNo]

205 Battery overcharging

To be complied [YesNo]

206 Battery over discharging

To be complied [YesNo]

21 Recommended Copper cable size in sq mm

To be furnished by the vendor

22 Recommended breaker rating in Amps

To be furnished by the vendor

23 Rectifier DC voltage ripples

lt1

24 Static bypass arrangement

241 Rated voltage (3 phase with neutral)

400V

242 Voltage variation plusmn20

243 Nominal frequency 50 Hz

244 Maintenance bypass switch

Inbuilt

25 Factory Test Certificate CE ISO 9001 amp ISO 14001

26 UPS Make Emerson Socomec Riello

AROS APC (Schneider) Numeric

27 UPS Model To be furnished by the vendor

28 Dimension and Weight of UPS

To be furnished by the vendor

29 3 years Warranty for total solution offered

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39

2 10 G Switches and Networking (setspackages)

Copper 10g Fiber 10g and FC SAN Switch

6

Features Specifications

Switching Architecture and Performance (Fibre10g Switch)

Interface Required

Minimum 48 ports of 10G SFP+ ports on day 1

Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1

Standards Support

Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC addrress

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies from day 1

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

Features Specifications

Switching Architecture and Performance (copper 10g switch)

Interface Required

Minimum 48 ports of 10GbaseT Rj45 ports

Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

switch should also support Multi-chassis link aggregation (MC-LAG)

Standards Support

Support 100100010GBASE-T copper interfaces 40GBASE QSFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42

8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC address

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

48 Port FC SAN Switch Specifications

SNo Specifications

1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports

2 The switch should support auto-sensing 2 4 8 10 and 16

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44

Gbitsec capabilities

3

The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)

4 The switch should be rack mountable

5 Non disruptive Microcode firmware Upgrades and hot code activation

6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end

7

Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic

8 The Switch should be configured with the Zoning and ISL Licenses

9

The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking

10 Support for web based management and should also support CLI

11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access

12

It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status

13

Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)

14 Should provide enterprise-class availability features such as redundant and hotpluggable components

15 Should have Front-to-back airflow and Back-to-front airflow

16 Port to Port latency should be 700 ns

17 The switch should support Inflight Compression and Encryption

18 The switch should have an option for DC power supply also

3 CablingConduiting

4 officecomputer furniturersquos

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45

(vi) Installation commissioning operationalization and operations (for pre-

determined period)

(vii) Project Management Documentation Project activities like Technical

Reviews Schedule Management and Staff deployment etc

(viii) Cabling conduiting as required

(ix) Office furniturersquos computers

(x) Embedded warranty for 3 years and comprehensive non comprehensive

AMC for 2 years

The complete End to End systems will be supplied installed commissioned and operated

as a turnkey project within pre-decided schedule The system requirements are listed in

Annexure-A

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46

Annexure-C

EOI Response Sheet

Requirement Response

Vendor Information

1 Name of Person and Organisation responsible for the information contained in EOI

2 Postal AddressTelephoneFaxemail address

3 ExperienceExpertise in A Meteorological system development and

deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related

field) E Data storage and management F Software design and development

Attach as required

4 Capability in indigenous development of data reception and processing facility (hardware and software)

Attach as required

5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration

Attach as required

6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure

Attach as required

7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs

Attach as required

8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables

Attach as required

9 Describe any third party alliances relationships and dependencies

10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc

Attach as required

11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules

Attach as required

12 Provide information on proposed methodology of carrying out the work

13 Details of deliverables and services offered as part of the EOI

14 Compliance matrix to the EOI Attach as required

15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc

Attach as required

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47

Annexure-D

GENERAL INSTRUCTIONS FOR EOI

1 We invite your proposal duly signed single part in a sealed envelope marked as

follows

Response to EOI MMDRPS Project

2 EOI Bidder related

21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above

22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them

3 Your EOI response should reach us on or before the due date and time Late

proposals received after the due date and time will not be considered

4 Meeting

In order to provide a better understanding of the requirement it is proposed to have a

meeting with the prospective vendors at ANTRIX Bangalore Vendors who are

desirous to attend the meeting may provide details of the representatives attending

the meeting in advance

5 VendorBidder shall discuss among others system engineering aspects design

optimum utilization of satellitecommunication resources the installation plan amp

methodology operations plan training plan warranty amp comprehensive AMC

methodology acceptance procedures and plans etc

6 Vendor shall prepare a detailed specifications document based on the selected

configurationoptionssystemscommitments and make presentation to ANTRIX The

draft specification document shall also include all aspects described above in para

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48

7 Delivery Schedule

The desired delivery schedule for the complete system is 7 to 8 months from the

placement of the purchase order Bidder shall provide the delivery schedule being

proposed along with milestones (like supply of hardwaresoftware installation testing

amp acceptance etc) in the EOI response

8 Any other system or sub system which is relevant for fulfilling implementation of the

scheme shall be brought to the attention by the vendor and detailed in EOI response

9 The vendor submitting response to this EOI and found technically suitable will only be

issued RFP at a later stage

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49

Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited

(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person

2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources

3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person

under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI

4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to

appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application

5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or

opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this

EOI document

Page 5: EOI for MMDRPS - Antrix Corporation for MMDRPS.pdfelectronics, computers, networking, power systems, furniture/fixtures, installation and commissioning. The proposed system will acquire

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 5

3 EOI Requirements Process

To respond to this EOI the vendor(s) are required to do the following

a) Send a Letter of Interest

b) Provide details wrt EOI RESPONSE SHEET in prescribed format (Annexure-C)

c) Make a presentation to ANTRIX to showcase competency in carrying out the work

at no cost no profit basis

d) Submit a detailed proposal to cover the system requirements in Annexure-A and

deliverables as listed in Annexure-B

e) Submit a compliance table to all the points sections of this EOI

31 EOI Contact

For assistance and questions regarding this EOI you are welcome to contact EOI Contact No

080-22178340 22178323

32 Participation to EOI

All vendors confirming their participation shall send a Letter of Interest in a sealed

envelope and super scribed ldquoLetter of Interest MMDRPS projectrdquo and submit at the

earliest probably within 10 days of release of this EOI

The Purchase and Stores Officer ANTRIX Corporation Limited Antariksh Bhavan Campus New BEL Road Bengaluru 560 094 India Email purchaseantrixgovin

33 EOI Response

Responses to this EOI in prescribed format (Appendix A) must include two original hard

copies and one soft copy (in CD format) and should be enclosed in a sealed envelope

super scribed ldquoEOI Response MMDRPS projectrdquo and submitted to

The Purchase and Stores Officer ANTRIX Corporation Limited Antariksh Bhavan Campus New BEL Road Bengaluru 560 094 India Email purchaseantrixgovin

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 6

34 EOI Submission Guidelines amp Schedule

It is necessary for vendors to submit all information as per schedule mentioned below All

responses to EOI must be on official letter heads duly signed and stamped

EOI key dates are the following

Submission of Letter of Intent Probably within 10 days after release of EOI Last date for seeking any clarification 10 October 2017

Last date for submission of EOI 25 October 2017 (1600 Hrs) IST

Date of opening of EOI 26 October 2017 (1100 Hrs) IST

Meeting for clarification queries Within 15 days after release of EOI Presentation to ANTRIX to demonstrate the capability as a proof of concept by vendors

Date will be decided based on mutual convenience

35 Liabilities of Agency

This EOI is only a request for information about potential products services and no

contractual obligation on behalf of ANTRIX whatsoever shall arise from the EOI process

This EOI does not commit ANTRIX to pay any cost incurred in the preparation or submission

of response to the EOI Information received will be considered solely for the purpose of

identifying suitable interested vendors and for conducting a competitive procurement A

determination by ANTRIX not to compete this requirement based upon responses or lack

thereof to this notice is solely within the discretion of ANTRIX

36 Confidentiality amp EOI Ownership

Non- Discloser Agreement Vendor shall execute Non-Discloser Agreement with ANTRIX

so that necessary information can be shared between both the parties so as to clearly

understand the business requirement of ANTRIX and the possible solutions that may be

delivered by the vendor

EOI Ownership All responses to the EOI will become the property of the ANTRIX and will

not be returned

37 Disclaimer

ANTRIX may at its sole discretion alter the EOI before the due date for receiving EOI

response

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 7

Annexure-A

Proposed System Requirement of

Multi-Mission Meteorological Data Receiving amp Processing System (MMDRPS)

10 Introduction

This EOI is for identification of interested and suitable vendors for a complete near real-time

Ground System Data Reception System Data Processing and Dissemination system to

acquire process image visualization and data analysis of all meteorological data

transmitted by the sensors of INSAT-3D series sensor of INSAT-3A KALPANA-1 satellites

and centralised AWS stations reception and processing system along with associated

electronics computers networking power systems furniturefixtures installation and

commissioning

The proposed system will acquire raw data from serial data streams process the data and

generate various quantitative products from processed data for operational utilization by

various users

The MMDRPS system and Work Package will consist of the following major

SegmentsActivities

1 RF Segment with outdoor Antenna(s) and associated RFIF Receivers

2 Baseband Reception Systems for (a) Satellite Met Sensors Data Streams (b) AWS channels Data Stream(s)

3 Data Processing systems

4 Data Dissemination systems

5 Data Archival systems (Raw and Processed)

6 All associated elements like NetworksLANWAN Powering Systems UPS Gensets CablingConduiting and officecomputer furniture

7 Installation commissioning operationalization and operations (for pre-determined required period)

8 Project management documentation project activities like technical reviews schedule management and staff deployment etc

9 Embedded warranty for 3 years and option for both comprehensive and non comprehensive AMC after warranty period for 2 years

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 8

The complete End to End systems shall be supplied installed and commissioned and

operated as a turnkey project with a pre-decided Schedule for the activities

20 A brief description of the segments and requirements follows

21 RF Segment (Earth Station)

Three RF chains are required for the satellite data reception

bull 1st for INSAT-3D (IMAGER SOUNDER DRT Kalpana)

bull 2nd for INSAT-3DR (IMAGER SOUNDER DRT Kalpana)

bull 3rd for Hot-Standby (IMAGER SOUNDER DRT Kalpana)

This segment will include

bull Suitable dishparabolic antenna for Geo Satellite Reception (gt7 meter

elevationazimuth mounted steerable motorized auto tracking (Beacon) extended C

band (up to 49 GHz) with polarization and polariser drive motor as required

compliance to relevant ITU specs gain as required)

bull LNA Down converter subsystem with mainredundant configuration for extended C

band

bull IF subsystem consisting of BPSKQPSK demodulators DRTAWS burst

demodulatorsreceivers and decodersbit synchronizers (in redundant configuration)

bull Control Systems Network Management Software Remote monitoringmanagement

systems and Software RF cabling Instrument racks Power Systems

bull Antenna installation and commissioning operations and comprehensive support

22 Base band Data Reception Segment

Raw data from ground station for each of the data streams will be input to this system

Single data stream will be processed in each DR system It will include methods and

technologies (hardware andor firmwaresoftware) specifically developed by ISRO or

Bidders for receiving re-formatting the sensor(s) data streams as well as the DRTAWS

data streams

Major modules of this segment are

bull Bit synchronization

bull Frame synchronization

bull De-randomization De-commutation of data-stream

bull DRT receivers

bull Processing of various fields of data

bull Display of the Satellite Instrument HK data Quick look display

bull Raw data Archival

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 9

The methodology of the data acquisition and raw data storage will be such that failure of

acquisition-link elements does not result in the loss of raw data This segment does not

contain any detailed image processing functions The de-commutated band-separated

time-tagged video data will be transferred to the Data Processing computer through a well-

defined protocol along with auxiliary data for data products generation All interfaces of data

transfer protocols and the data formats shall be providedoutlined out in advance

Fig Indicative Configuration of One chain of Data Reception System for Met Sensor

VHRRCCDIMAGER

SOUNDER Serial Data Stream

To other

servers

through NW

Bit

Synchronizer

Data Acquisition

System

Data

Reception

Server

with

Software

Data

Processing

System RF

Section

Display System

for PQLD

Raw Data

Archival System

Hardware

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 10

Fig OVERALL LINE DIAGRAMFIGURE FOR MMDRPS

23 Data Processing

The ldquoData Processing Systemrdquo will cater to the requirements of processing of INSAT-3DR

INSAT 3D SounderImager INSAT-3A VHRR CCD and KALPANA-1 VHRR data The pre-

processed Data and other ancillary information will be archived on the central storage

system The Application Generation system uses this data from the central storage system

for retrieval of various meteorological parameters and images Further the system

configuration has multiple servers which will handle other conventional types of data and

AWSARGAMSGTS data with customized packages

The main ldquoData Processing Systemrdquo with complete redundancy will accept real time imaging

data of five streams from data acquisition system The front-end system will consist of five

Database

Management

System Applications GIS

Image Analysis

systems Backup Archival System

RF Receiver

+

Base Band

Data Reception

System

for All Sensors

+

P- QLD

+

RAW Archival

System

Data Processing

System

for IMAGER

SOUNDER CCD

VHRR

Antenna + LNA

Centralized

Storage

Applications

Product

Generation

Systems

Ancillary Data

Acquisition and

Processing System

Data

Dissemination

System

Aux Data

Product

Monitoring

amp

Management

System

IMD WEB

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 11

Linux-based servers All five servers will have four processors each For each set of main

and redundant data streams one processed data stream will be selected as prime for

parameter retrieval The data of the other stream will be purged All these machines will be

networked to a common 1(One) PB (Petabyte) Unified storage (both SANNAS partition)

through FC switches An additional 1 Petabyte will be used as back up and will be synced

with main 1 PB storage based on archive policy This configuration provides back-up

storage and redundancy

Kalpana-1 VHRR

redundant DP system

OFFLINE

(Tape Based)

ARCHIVAL

SYSTEM

IP Based SIDS

System amp

Display Units

Color Network Printer

BW Network Printer

5 Remote Image Analysis Client

Systems

LAN Switches

1G Copper

20 Image Analysis Client

Systems

1 PB

PRIMARY

STORAGE

Ethernet

Network

Network

SECONDARY

STORAGE

Insat-3A

DP System

Insat-3D Imager

DP System

BackupArchival

Server

PMMS Server

Data

Dissemination System

Kalpana-1 VHRR DP

System

Insat-3D IMG SND

DP System

Insat-3DR IMGSND

DP System

Database Management

System

Ancillary Data

Processing System

On line digital

processed data supply

server

RAPID

SERVER

Redundant

Backup

Archival Server

Redundant Data

Dissemination System

Insat-3A

Redundant DP

System

Insat-3D Imager

Redundant DP

System

Redundant

PMMS Server

Insat-3D IMGSND

Redundant DP

System

Insat-3DR IMGSND

Redundant DP System

Redundant Database

Management System

Redundant Ancillary

Data Processing

System

Redundant On line

digital processed

data supply server

Redundant RAPID

SERVER

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 12

Fig Data Processing Application Product Generation Centralized Storage System

24 Data Dissemination systems

As part of dissemination of imagesproducts to other systems the data products system will

use the ldquoData Dissemination Systemrdquo to transfer the images in the required format

Following Data Dissemination modes are planned as part of data dissemination activity

bull Transfer of Imagery to web site

bull Conversion of products to HRITLRIT format for dissemination to remote stations

bull Conversion of products to GTS format and transmission to Meteorological

communications computer

bull Encodingdecoding of products and AWSARGAMS data in WMO format and

transmission to Meteorological communications computers

bull Transfer of imagery to IP based SIDS system

bull GUI based and script based software for format conversion (NetCDF GeoTIFF

ASCII) of multiplebunch data files for offline supply data

bull Onlineoffline visualization and analysis of meteorological data through RAPID

25 Data Archival systems (Raw and Processed)

A suitable data archival system (Raw and Processed) shall be proposed by the vendors for

MMDRPS system This shall take into account the software and hardware for following

Base-band Data Reception System (DRS)

bull Software for archival replay

bull Raw data Archival in DP format

bull Disk archival

bull Additional raw data archive of two selected chains

bull Data Archive Disks for each base band chain with usable storage of 6TB or higher

bull Secondary archive drives of latest version

bull Raw Data Archival and management with secondary archival (back-up)

bull Digital Recording (Raw Archival)

bull Raw Archival server with storage system

Database Management System

bull Archival of Metadata for all Pre-processed data and Retrieval Parameters

bull Archival of AWSARGAMS and GTS Data

Ancillary Data Processing

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 13

bull Transfer Processing and Archival of Automatic Weather Station (AWSARGAMS)

Data

bull Transfer Processing and Archival of data received on Global Telecommunication

System (GTS)

26 All associated elements like NetworksLANWAN Powering Systems UPS Gensets

CablingConduiting and officecomputer furniture

27 Installation commissioning operationalization and operations (for pre-determined

period)

28 Project management documentation project activities like technical reviews

schedule management and staff deployment etc

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 14

Annexure-B

Deliverables

The MMDRPS system and Work Package will consist of the following major

segmentsactivities

(i) RF Segment with outdoor Antenna(s) and associated RFIF Receivers

Ground System comprising of the following elements

SlNo Particular Qty

72 m Antenna System

1 Foundation 3

2 Antenna Subreflector and Pedestal 3

3 Feed System 3

4 Control System 3

5 Antenna Control Unit 3

6 Beacon Tracking Receiver 3

RF Downlink System

1 LNA 6

2 LNA Control 3

3 Down Converters 15

Baseband System

1 Demodulator (Tunable) 15

Timing System

1 GPS Receiver 1+1

2 Time Code Reader 1+1

3 Networking Server 1+1

M amp C System

1 M amp C System (Hardware amp Software) 3

Interface elements

1 Cables

Lot as per

requirements

2 Racks

3 Patch Panels Jacks Couplers

Test Instruments

1 VSA NFA Handheld Spectrum Analyzer with

Oscilloscope Rack Mounted Spectrum Analyser

Signal Generator Power Meter

One each

Common for all

antenna

2 Oscilloscope

3 PC amp Color Printer

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 15

Overall system descriptions is in Annexure A

(ii) Baseband Reception Systems for (a) Satellite Met Sensors Data Streams

(b) AWS channels data stream(s)

a Deliverable

Name of Units No of Units

Bit Synchronizer 14 Data Acquisition System 14 Data Reception Server 18 Raw Data Archival Server and Storage System

2

Workstations for network PQLDRaw Archival

14

Network Elements 10 TCG with NTP 2 Rack mounted MSO 2 DR Software 7 sets AWS front end Receivers 4 sets Instrument Racks cabling accessories and LAN networking

as required

b Computer Configurations for DR Server (Broad Specifications)

Specification Quantity Configuration ndash 1 (Server) 9+9 2U Rack mounted 2-CPU server 8 Core Intel Xeon E5 V4 series CPU with minimum 3 GHz or better 25 MB cache or better Intel C610 Chipset or better

256 GB 2400 MHz DDR4 RDIMM with minimum 8 DIMMs

bull 2 x Enterprise 600GB SAS 6Gbs 10K RPM or Better

bull 10 x 4 TB SAS 7200 RPM hot plug HDDs in RAID-105 Minimum 4 nos of 1001000Mbps RJ ports and 2 x 10GbE RJ45 copper ports At-least 2 x PCI-E 30 (x16) Full-height 1 x PCI-E 30 (x8) Full-height Graphics port 1280 x 1024 (1 No) Graphics adaptor 17rdquo Rack mounted console DVDCD-writer OS Windows Server 2012 R2

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 16

c Workstations for Networked PQLD

Specification Quantity Configuration ndash 2 (Workstation) 12 2-CPU 14 core Intel Xeon E5 V4 series CPU with 25 GHz or better minimum 35 MB cache Intel C612 Chipset or latest

128 GB DDR4 RAM (as per latest speed and standards) 2 x 1000 GB HDD 2 x 2 TB Images storage HDDs Minimum 1 nos of 1001000Mbps RJ ports and 1 x 10GbE RJ45 copper port 1x Graphics adaptor with 4GB memory 30rdquo32rdquo Hi-resolution colour display monitor 4K resolution compatible with graphics card DVDCD-writer OS Windows Server 2012 R2 or Windows 10

d Raw Archival Server with Storage System

Specification Quantity Configuration ndash 3 (Server) 2 Intel Xeon E5 V4 series CPU or better as per latest series gt25 GHz

128 GB RAM 2x 1000 GB HDD 4x1000 TX network port 2 x10GbE RJ45 copper port Add on NASDAS with Raid Controller ndash 400 TB (As required) 27rdquo colour display monitor DVDCD - writer OS Windows Server 2012 R2 or Windows 10

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 17

(iii)Data Processing system(s) amp Data Dissemination system(s)

a Deliverables

SlNo Name of Units No of Units

Data Processing and Applications Systems

1 Data Processing Servers (K1VHRR 3A VHRR

3ACCD 3DIMG 3DSND 3DRIMG 3DRSND)

5+5

2 Data Ingest Servers 4

3 Database Server 2

4 Image Analysis Server 2

5 Data Dissemination Server SIDS Server 3

6 Web Server 3

7 Web Applications Server (GIS Web based

Visualisation and Analysis)

4

8 Ancillary Data Processing Server (GTS AWS BUFR) 2

9 Calibration and Validation Server 2

10 Image Analysis Clients 25

11 Central Data Flow Monitoring and Management 2

12 Web Monitoring 1

13 Data Quality Check 1

14 Backup and HSM 2

15 Data Visualisation Nodes 2

16 Video Wall 2

Centralised Hardware

1 1G10 G Switches and Networking (setspackages) 4

2 100 1000 LAN Switches and Networking 6

3 High Speed SSD Storage (50 TB) 1

4 Multi-Tier Data Storage System (1 PB and expandable) 1

5 125 KVA UPS (with redundant controllers plus

batteries for 30 minutes backup)

2

6 SIDS terminal along with STB 25

7 Multi monitor video wall 1

b Computer configurations

Data Processing and Applications Systems

1 Data Processing Servers (K1VHRR 3A VHRR 3ACCD 3DIMG 3DSND 3DRIMG

3DRSND)

5+5

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 18

SN Item Description of Requirement 1 Processor 6 x Intelreg Xeonreg Platinum series processors

with min 27GHz Min 33MB Cache 24 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C602J Chipset or Better

3 Memory Min 1TB DDR4 1866 MHz Registered Memory amp Upgradeable to 3TB of Memory

4 Memory Slots Min 96 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 2 x Gen 2 min4 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 8 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 6 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 6 USB ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 4U Rack Mountable

18 Redundant FAN Hot Plug redundant fans with N+1 Redundancy

19 Power Supply Redundant hot plug platinum min1400W power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management 21 Manageability

Features Should be able to manage systems through a web-browser OEM to provide its own systems management software

22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 19

2 Data Ingest Servers 4

3 Database Server 1

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 32GHz Min 25MB Cache 16 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256 GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024

15 Operating System Redhat Enterprise linux 7x with 3 years subscription

16 Operating System support

Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser OEM to provide its own systems management software

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 20

22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

4 Image Analysis Server 1

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E7-8890v4 processors with

min 24GHz Min 25MB Cache24 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots

5 Memory Features Advanced ECC Mirrored Memory Online Spare Memory

6 Network Controller Min 2 x 1GbE Network ports and Min 2 x 10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 21

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

5 Data Dissemination Server SIDS Server (Tower model) 2

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 23GHz Min 45MB Cache 18 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024

15 Operating System Redhat Enterprise linux 7x with 3 years subscription

16 Operating System support

Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser

OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 22

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

6 Web Server 2

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 32GHz Min 25MB Cache 8 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management 21 Manageability

Features Should be able to manage systems through a web-browser OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 23

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

7 Web Applications Server (GIS Web based Visualisation and Analysis) 4

SN Item Description

1 Make amp Model

2 CPU 4 x Intel Xeon Processor E-7 8890 V4 34 GHz or higher 24 core 60 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 1TB GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs 4 16TB SSD in RAID1

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 24

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

8 Ancillary Data Processing Server (GTS AWS BUFR) 2

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 256 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 25

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

9 Calibration and Validation Server 2

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 26

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel)

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

10 Image Analysis Clients 25

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-7 4830 V4 28 GHz or higher 14 core 25 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P2000 5 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM

18 Power Supply 900 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

11 Central Data Flow Monitoring and Management 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

12 Data Visualisation Nodes 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

13 Backup and HSM Server 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

14 Video Wall 2x2 configuration (LCD and Controller) 2+1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31

A LCD Group Specification Item Detailed Specification

System

Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall

Display technology Liquid Crystal Display

Display size and resolution

The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels

Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001

Architecture

The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime

Signal Interface

Input terminals

1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )

Output terminals 1x Digital DVI-D 1xRS422 RJ-45

Component input compatibility

480i 480P 720P 1080i 1080P

Scan rate Fh 30~75KHz Fv 50~85Hz

Video compatibility NTSC PAL SECAM

Timing compatibility

720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz

User controls

Power control 1 AC power ONOFF switch Wire control RS232C RS422 input

LED indicator System indicator display to show system status

IR remote IR remote OSD style list type OSD format

On Screen display Input selection picture image and tiling should be adjusted using OSD

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32

Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning

OSD Languages English

Wall control amp monitoring

Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience

Electrical AC power input range 90~240VAC 5060Hz 5A max

Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC

System Reliability

Operating temperature 0~40degC Operating relative humidity

20~80

MTBF gt= 50000 hours

B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the

same manufacturer Reputed Company The OEM should be an established

multinational in the field of video walls and should have installations around the world

Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos

Chassis 19rdquo industrial Rack mount Lockable front door to protect drives

Operating System Platform

Window 7- 64 bit

Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD

Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt

Supports Add on copper optical fiber adapters

Input Output supported

Serial ATA LAN

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33

2x RJ45 LAN ports USB 20 port

RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset

Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply

HDD Cooling FAN

LAN ports Scalability Display multiple source windows in any size

anywhere on the wall Control functions Brightness contrast saturation Hue

Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency

power supply AC Voltage 100 - 240V 50-60Hz

Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing

Wall management SW Scaling and display Software tp enable the user to display

multiple sources in any size and anywhere on the display wall

Auto Source Detection Software should support for auto source detection

Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts

Scenarios Software should able to Save and Load desktop layouts from Local or remote machines

Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user

Layout Preveiw Software should support layout preview option

Launch Application Software should be able to support

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34

Integration with 3rd party devices

System should offer interface to enable control from 3rd party devices like Creston AMX etc

Live Preview Software should able to provide live preview of video wall

Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall

Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)

Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere

on the display wall Inside the ticker window font size colour and background can be set

Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker

SNTP System should support SNTP function Protection System should have Hardware License key to

protect the software from unauthorized access

Pre- Qualification Requirements

OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India

(iv) Data Archival system(s) (Raw and Processed)

SN Name of Units No of Units

Centralised Hardware

1 High Speed SSD Storage (50 TB) 1

2 Multi-Tier Data Storage System (1 PB and expandable)

Primary and Secondary each

bull Unified storage device

bull Provision for online replication of luns

bull Provision for Fibre 10g (min 40g)

1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35

bull Provision for expansion should be there

3 LTODisk Based Library 1

4 SIDS terminal along with STB

Minimum 32 inch LED Screens having support for

following

AV HDMI USB RJ-45 along with built in Wifi

STB

Set top box should have programming support

Should have RJ-45 1Gbps and Wifi connectivity

Should have adequate support for python

Should have linux flavoured Operating system and provide

support for protocols like telnet ssh scp and ftp

25

(v) All associated elements like Network(s)LANWAN Powering Systems UPS

Gensets CablingConduiting and officecomputer furniturersquos

1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant

controllers plus batteries for 30 minutes backup)

2

a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis

b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum

VAH 90000)

c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation

Transformer for Input Side (Delta to Star Transformer Required)

Sr No

Description Parameters required

1 General Specifications 11 UPS topology On line double conversion VFI

SS 111 12 Architecture of the UPS Modular scalable redundant

based on Available kVA Power Modules

121 InOut phase Configuration

Three phase-Three phase single phase

122 Neutral Neutral Passing through

123 Output wave form on mains run

Sinusoidal

124 Output wave form on battery run

Sinusoidal

125 Bypass type Static and electro mechanic

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36

126 Transfer time Zero

127 UPS Module 100 kVA

128 UPS Chassis 120 kVA

13 Input

131 Nominal Voltage

400 V three phase 230V single phase

132 Voltage range -20 +15

133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power

To be furnished by the vender

134 Frequency

50 Hz to 60Hz (autosensing)

135 THDIin lt 3 al 100 of nominal load

136 Power Factor

gt 099 from 50 to 100 of nominal load

141 Output with mains

142 Nominal voltage 400 V three phase

143 Nominal power 100

144 Active power 100

145 Output waveform Sinusoidal

146 Voltage variation (static)

plusmn 1

147 Voltage variation (dynamic 0-100 100-0)

plusmn 1

148 Output voltage variation at unbalance load

plusmn 1

149 Phase displacement-100 unbalance load

120degplusmn 1deg

1410 Short circuit capability 300(p-p) for 1-sec

1411 THDv on nominal power (linear load)

lt 05

1412 THDv on nominal power (not linear load PF=07)

lt 1

1413 Frequency

50 Hz o 60 Hz (autosensing or selectable)

1414

Frequency tolerance Synchronized with input frequency or

plusmn 1 free run

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37

1415 Current Crest Factor

31 accordingly with IEC 62040-3

1416 Overload capability unity PF

bull 5 minutes or higher

bull 30 seconds or higher

110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention

15 Battery

151 Type

Lead Acid sealed free maintenance VRLA

152 Make

Exide Amco Panasonic Amara Raja

153 Model

To be furnished by the vendor

154 Nominal UPS Battery Voltage

252 Volt DC

155

Battery Backup time

30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)

156 Battery charger type

PWM hi efficiency one in each power module

157 Charging Cycle

Intelligent with boost charge and advanced management

159 Required VAH (12V x No of Battery x Battery AH)

Minimum 90000 VAH

1510 Weight of battery

To be furnished by the vendor

1511 Weight of battery cabinet

To be furnished by the vendor

1512 Dimensions of battery cabinet

To be furnished by the vendor

1513 Battery guaranty

2 years or more (free replacement)

16 Environmental specifications

161 Noise level 1m 42 divide 46 dBA

162 Working temperature range

from 0degC to +40degC

163 Stock temperature range

from -20degC to +50degC (excluded batteries)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38

164 Humidity range 20-80 not condensing

165 Protection degree IP21

17 Communication Interface

2 serial port RS232 1 logical level port 4 Dry contacts port

18 External Isolation Transformer required at Input Side

OEM Make 120 kVA

19 Standards

ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3

20 Protection

201 Overload (OL) To be complied [YesNo]

202 Short circuit (SC) To be complied [YesNo]

203 Input low voltage

To be complied [YesNo]

204 Output overvoltage

To be complied [YesNo]

205 Battery overcharging

To be complied [YesNo]

206 Battery over discharging

To be complied [YesNo]

21 Recommended Copper cable size in sq mm

To be furnished by the vendor

22 Recommended breaker rating in Amps

To be furnished by the vendor

23 Rectifier DC voltage ripples

lt1

24 Static bypass arrangement

241 Rated voltage (3 phase with neutral)

400V

242 Voltage variation plusmn20

243 Nominal frequency 50 Hz

244 Maintenance bypass switch

Inbuilt

25 Factory Test Certificate CE ISO 9001 amp ISO 14001

26 UPS Make Emerson Socomec Riello

AROS APC (Schneider) Numeric

27 UPS Model To be furnished by the vendor

28 Dimension and Weight of UPS

To be furnished by the vendor

29 3 years Warranty for total solution offered

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39

2 10 G Switches and Networking (setspackages)

Copper 10g Fiber 10g and FC SAN Switch

6

Features Specifications

Switching Architecture and Performance (Fibre10g Switch)

Interface Required

Minimum 48 ports of 10G SFP+ ports on day 1

Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1

Standards Support

Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC addrress

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies from day 1

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

Features Specifications

Switching Architecture and Performance (copper 10g switch)

Interface Required

Minimum 48 ports of 10GbaseT Rj45 ports

Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

switch should also support Multi-chassis link aggregation (MC-LAG)

Standards Support

Support 100100010GBASE-T copper interfaces 40GBASE QSFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42

8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC address

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

48 Port FC SAN Switch Specifications

SNo Specifications

1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports

2 The switch should support auto-sensing 2 4 8 10 and 16

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44

Gbitsec capabilities

3

The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)

4 The switch should be rack mountable

5 Non disruptive Microcode firmware Upgrades and hot code activation

6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end

7

Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic

8 The Switch should be configured with the Zoning and ISL Licenses

9

The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking

10 Support for web based management and should also support CLI

11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access

12

It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status

13

Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)

14 Should provide enterprise-class availability features such as redundant and hotpluggable components

15 Should have Front-to-back airflow and Back-to-front airflow

16 Port to Port latency should be 700 ns

17 The switch should support Inflight Compression and Encryption

18 The switch should have an option for DC power supply also

3 CablingConduiting

4 officecomputer furniturersquos

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45

(vi) Installation commissioning operationalization and operations (for pre-

determined period)

(vii) Project Management Documentation Project activities like Technical

Reviews Schedule Management and Staff deployment etc

(viii) Cabling conduiting as required

(ix) Office furniturersquos computers

(x) Embedded warranty for 3 years and comprehensive non comprehensive

AMC for 2 years

The complete End to End systems will be supplied installed commissioned and operated

as a turnkey project within pre-decided schedule The system requirements are listed in

Annexure-A

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46

Annexure-C

EOI Response Sheet

Requirement Response

Vendor Information

1 Name of Person and Organisation responsible for the information contained in EOI

2 Postal AddressTelephoneFaxemail address

3 ExperienceExpertise in A Meteorological system development and

deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related

field) E Data storage and management F Software design and development

Attach as required

4 Capability in indigenous development of data reception and processing facility (hardware and software)

Attach as required

5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration

Attach as required

6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure

Attach as required

7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs

Attach as required

8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables

Attach as required

9 Describe any third party alliances relationships and dependencies

10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc

Attach as required

11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules

Attach as required

12 Provide information on proposed methodology of carrying out the work

13 Details of deliverables and services offered as part of the EOI

14 Compliance matrix to the EOI Attach as required

15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc

Attach as required

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47

Annexure-D

GENERAL INSTRUCTIONS FOR EOI

1 We invite your proposal duly signed single part in a sealed envelope marked as

follows

Response to EOI MMDRPS Project

2 EOI Bidder related

21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above

22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them

3 Your EOI response should reach us on or before the due date and time Late

proposals received after the due date and time will not be considered

4 Meeting

In order to provide a better understanding of the requirement it is proposed to have a

meeting with the prospective vendors at ANTRIX Bangalore Vendors who are

desirous to attend the meeting may provide details of the representatives attending

the meeting in advance

5 VendorBidder shall discuss among others system engineering aspects design

optimum utilization of satellitecommunication resources the installation plan amp

methodology operations plan training plan warranty amp comprehensive AMC

methodology acceptance procedures and plans etc

6 Vendor shall prepare a detailed specifications document based on the selected

configurationoptionssystemscommitments and make presentation to ANTRIX The

draft specification document shall also include all aspects described above in para

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48

7 Delivery Schedule

The desired delivery schedule for the complete system is 7 to 8 months from the

placement of the purchase order Bidder shall provide the delivery schedule being

proposed along with milestones (like supply of hardwaresoftware installation testing

amp acceptance etc) in the EOI response

8 Any other system or sub system which is relevant for fulfilling implementation of the

scheme shall be brought to the attention by the vendor and detailed in EOI response

9 The vendor submitting response to this EOI and found technically suitable will only be

issued RFP at a later stage

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49

Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited

(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person

2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources

3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person

under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI

4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to

appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application

5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or

opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this

EOI document

Page 6: EOI for MMDRPS - Antrix Corporation for MMDRPS.pdfelectronics, computers, networking, power systems, furniture/fixtures, installation and commissioning. The proposed system will acquire

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 6

34 EOI Submission Guidelines amp Schedule

It is necessary for vendors to submit all information as per schedule mentioned below All

responses to EOI must be on official letter heads duly signed and stamped

EOI key dates are the following

Submission of Letter of Intent Probably within 10 days after release of EOI Last date for seeking any clarification 10 October 2017

Last date for submission of EOI 25 October 2017 (1600 Hrs) IST

Date of opening of EOI 26 October 2017 (1100 Hrs) IST

Meeting for clarification queries Within 15 days after release of EOI Presentation to ANTRIX to demonstrate the capability as a proof of concept by vendors

Date will be decided based on mutual convenience

35 Liabilities of Agency

This EOI is only a request for information about potential products services and no

contractual obligation on behalf of ANTRIX whatsoever shall arise from the EOI process

This EOI does not commit ANTRIX to pay any cost incurred in the preparation or submission

of response to the EOI Information received will be considered solely for the purpose of

identifying suitable interested vendors and for conducting a competitive procurement A

determination by ANTRIX not to compete this requirement based upon responses or lack

thereof to this notice is solely within the discretion of ANTRIX

36 Confidentiality amp EOI Ownership

Non- Discloser Agreement Vendor shall execute Non-Discloser Agreement with ANTRIX

so that necessary information can be shared between both the parties so as to clearly

understand the business requirement of ANTRIX and the possible solutions that may be

delivered by the vendor

EOI Ownership All responses to the EOI will become the property of the ANTRIX and will

not be returned

37 Disclaimer

ANTRIX may at its sole discretion alter the EOI before the due date for receiving EOI

response

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 7

Annexure-A

Proposed System Requirement of

Multi-Mission Meteorological Data Receiving amp Processing System (MMDRPS)

10 Introduction

This EOI is for identification of interested and suitable vendors for a complete near real-time

Ground System Data Reception System Data Processing and Dissemination system to

acquire process image visualization and data analysis of all meteorological data

transmitted by the sensors of INSAT-3D series sensor of INSAT-3A KALPANA-1 satellites

and centralised AWS stations reception and processing system along with associated

electronics computers networking power systems furniturefixtures installation and

commissioning

The proposed system will acquire raw data from serial data streams process the data and

generate various quantitative products from processed data for operational utilization by

various users

The MMDRPS system and Work Package will consist of the following major

SegmentsActivities

1 RF Segment with outdoor Antenna(s) and associated RFIF Receivers

2 Baseband Reception Systems for (a) Satellite Met Sensors Data Streams (b) AWS channels Data Stream(s)

3 Data Processing systems

4 Data Dissemination systems

5 Data Archival systems (Raw and Processed)

6 All associated elements like NetworksLANWAN Powering Systems UPS Gensets CablingConduiting and officecomputer furniture

7 Installation commissioning operationalization and operations (for pre-determined required period)

8 Project management documentation project activities like technical reviews schedule management and staff deployment etc

9 Embedded warranty for 3 years and option for both comprehensive and non comprehensive AMC after warranty period for 2 years

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 8

The complete End to End systems shall be supplied installed and commissioned and

operated as a turnkey project with a pre-decided Schedule for the activities

20 A brief description of the segments and requirements follows

21 RF Segment (Earth Station)

Three RF chains are required for the satellite data reception

bull 1st for INSAT-3D (IMAGER SOUNDER DRT Kalpana)

bull 2nd for INSAT-3DR (IMAGER SOUNDER DRT Kalpana)

bull 3rd for Hot-Standby (IMAGER SOUNDER DRT Kalpana)

This segment will include

bull Suitable dishparabolic antenna for Geo Satellite Reception (gt7 meter

elevationazimuth mounted steerable motorized auto tracking (Beacon) extended C

band (up to 49 GHz) with polarization and polariser drive motor as required

compliance to relevant ITU specs gain as required)

bull LNA Down converter subsystem with mainredundant configuration for extended C

band

bull IF subsystem consisting of BPSKQPSK demodulators DRTAWS burst

demodulatorsreceivers and decodersbit synchronizers (in redundant configuration)

bull Control Systems Network Management Software Remote monitoringmanagement

systems and Software RF cabling Instrument racks Power Systems

bull Antenna installation and commissioning operations and comprehensive support

22 Base band Data Reception Segment

Raw data from ground station for each of the data streams will be input to this system

Single data stream will be processed in each DR system It will include methods and

technologies (hardware andor firmwaresoftware) specifically developed by ISRO or

Bidders for receiving re-formatting the sensor(s) data streams as well as the DRTAWS

data streams

Major modules of this segment are

bull Bit synchronization

bull Frame synchronization

bull De-randomization De-commutation of data-stream

bull DRT receivers

bull Processing of various fields of data

bull Display of the Satellite Instrument HK data Quick look display

bull Raw data Archival

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 9

The methodology of the data acquisition and raw data storage will be such that failure of

acquisition-link elements does not result in the loss of raw data This segment does not

contain any detailed image processing functions The de-commutated band-separated

time-tagged video data will be transferred to the Data Processing computer through a well-

defined protocol along with auxiliary data for data products generation All interfaces of data

transfer protocols and the data formats shall be providedoutlined out in advance

Fig Indicative Configuration of One chain of Data Reception System for Met Sensor

VHRRCCDIMAGER

SOUNDER Serial Data Stream

To other

servers

through NW

Bit

Synchronizer

Data Acquisition

System

Data

Reception

Server

with

Software

Data

Processing

System RF

Section

Display System

for PQLD

Raw Data

Archival System

Hardware

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 10

Fig OVERALL LINE DIAGRAMFIGURE FOR MMDRPS

23 Data Processing

The ldquoData Processing Systemrdquo will cater to the requirements of processing of INSAT-3DR

INSAT 3D SounderImager INSAT-3A VHRR CCD and KALPANA-1 VHRR data The pre-

processed Data and other ancillary information will be archived on the central storage

system The Application Generation system uses this data from the central storage system

for retrieval of various meteorological parameters and images Further the system

configuration has multiple servers which will handle other conventional types of data and

AWSARGAMSGTS data with customized packages

The main ldquoData Processing Systemrdquo with complete redundancy will accept real time imaging

data of five streams from data acquisition system The front-end system will consist of five

Database

Management

System Applications GIS

Image Analysis

systems Backup Archival System

RF Receiver

+

Base Band

Data Reception

System

for All Sensors

+

P- QLD

+

RAW Archival

System

Data Processing

System

for IMAGER

SOUNDER CCD

VHRR

Antenna + LNA

Centralized

Storage

Applications

Product

Generation

Systems

Ancillary Data

Acquisition and

Processing System

Data

Dissemination

System

Aux Data

Product

Monitoring

amp

Management

System

IMD WEB

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 11

Linux-based servers All five servers will have four processors each For each set of main

and redundant data streams one processed data stream will be selected as prime for

parameter retrieval The data of the other stream will be purged All these machines will be

networked to a common 1(One) PB (Petabyte) Unified storage (both SANNAS partition)

through FC switches An additional 1 Petabyte will be used as back up and will be synced

with main 1 PB storage based on archive policy This configuration provides back-up

storage and redundancy

Kalpana-1 VHRR

redundant DP system

OFFLINE

(Tape Based)

ARCHIVAL

SYSTEM

IP Based SIDS

System amp

Display Units

Color Network Printer

BW Network Printer

5 Remote Image Analysis Client

Systems

LAN Switches

1G Copper

20 Image Analysis Client

Systems

1 PB

PRIMARY

STORAGE

Ethernet

Network

Network

SECONDARY

STORAGE

Insat-3A

DP System

Insat-3D Imager

DP System

BackupArchival

Server

PMMS Server

Data

Dissemination System

Kalpana-1 VHRR DP

System

Insat-3D IMG SND

DP System

Insat-3DR IMGSND

DP System

Database Management

System

Ancillary Data

Processing System

On line digital

processed data supply

server

RAPID

SERVER

Redundant

Backup

Archival Server

Redundant Data

Dissemination System

Insat-3A

Redundant DP

System

Insat-3D Imager

Redundant DP

System

Redundant

PMMS Server

Insat-3D IMGSND

Redundant DP

System

Insat-3DR IMGSND

Redundant DP System

Redundant Database

Management System

Redundant Ancillary

Data Processing

System

Redundant On line

digital processed

data supply server

Redundant RAPID

SERVER

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 12

Fig Data Processing Application Product Generation Centralized Storage System

24 Data Dissemination systems

As part of dissemination of imagesproducts to other systems the data products system will

use the ldquoData Dissemination Systemrdquo to transfer the images in the required format

Following Data Dissemination modes are planned as part of data dissemination activity

bull Transfer of Imagery to web site

bull Conversion of products to HRITLRIT format for dissemination to remote stations

bull Conversion of products to GTS format and transmission to Meteorological

communications computer

bull Encodingdecoding of products and AWSARGAMS data in WMO format and

transmission to Meteorological communications computers

bull Transfer of imagery to IP based SIDS system

bull GUI based and script based software for format conversion (NetCDF GeoTIFF

ASCII) of multiplebunch data files for offline supply data

bull Onlineoffline visualization and analysis of meteorological data through RAPID

25 Data Archival systems (Raw and Processed)

A suitable data archival system (Raw and Processed) shall be proposed by the vendors for

MMDRPS system This shall take into account the software and hardware for following

Base-band Data Reception System (DRS)

bull Software for archival replay

bull Raw data Archival in DP format

bull Disk archival

bull Additional raw data archive of two selected chains

bull Data Archive Disks for each base band chain with usable storage of 6TB or higher

bull Secondary archive drives of latest version

bull Raw Data Archival and management with secondary archival (back-up)

bull Digital Recording (Raw Archival)

bull Raw Archival server with storage system

Database Management System

bull Archival of Metadata for all Pre-processed data and Retrieval Parameters

bull Archival of AWSARGAMS and GTS Data

Ancillary Data Processing

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 13

bull Transfer Processing and Archival of Automatic Weather Station (AWSARGAMS)

Data

bull Transfer Processing and Archival of data received on Global Telecommunication

System (GTS)

26 All associated elements like NetworksLANWAN Powering Systems UPS Gensets

CablingConduiting and officecomputer furniture

27 Installation commissioning operationalization and operations (for pre-determined

period)

28 Project management documentation project activities like technical reviews

schedule management and staff deployment etc

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 14

Annexure-B

Deliverables

The MMDRPS system and Work Package will consist of the following major

segmentsactivities

(i) RF Segment with outdoor Antenna(s) and associated RFIF Receivers

Ground System comprising of the following elements

SlNo Particular Qty

72 m Antenna System

1 Foundation 3

2 Antenna Subreflector and Pedestal 3

3 Feed System 3

4 Control System 3

5 Antenna Control Unit 3

6 Beacon Tracking Receiver 3

RF Downlink System

1 LNA 6

2 LNA Control 3

3 Down Converters 15

Baseband System

1 Demodulator (Tunable) 15

Timing System

1 GPS Receiver 1+1

2 Time Code Reader 1+1

3 Networking Server 1+1

M amp C System

1 M amp C System (Hardware amp Software) 3

Interface elements

1 Cables

Lot as per

requirements

2 Racks

3 Patch Panels Jacks Couplers

Test Instruments

1 VSA NFA Handheld Spectrum Analyzer with

Oscilloscope Rack Mounted Spectrum Analyser

Signal Generator Power Meter

One each

Common for all

antenna

2 Oscilloscope

3 PC amp Color Printer

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 15

Overall system descriptions is in Annexure A

(ii) Baseband Reception Systems for (a) Satellite Met Sensors Data Streams

(b) AWS channels data stream(s)

a Deliverable

Name of Units No of Units

Bit Synchronizer 14 Data Acquisition System 14 Data Reception Server 18 Raw Data Archival Server and Storage System

2

Workstations for network PQLDRaw Archival

14

Network Elements 10 TCG with NTP 2 Rack mounted MSO 2 DR Software 7 sets AWS front end Receivers 4 sets Instrument Racks cabling accessories and LAN networking

as required

b Computer Configurations for DR Server (Broad Specifications)

Specification Quantity Configuration ndash 1 (Server) 9+9 2U Rack mounted 2-CPU server 8 Core Intel Xeon E5 V4 series CPU with minimum 3 GHz or better 25 MB cache or better Intel C610 Chipset or better

256 GB 2400 MHz DDR4 RDIMM with minimum 8 DIMMs

bull 2 x Enterprise 600GB SAS 6Gbs 10K RPM or Better

bull 10 x 4 TB SAS 7200 RPM hot plug HDDs in RAID-105 Minimum 4 nos of 1001000Mbps RJ ports and 2 x 10GbE RJ45 copper ports At-least 2 x PCI-E 30 (x16) Full-height 1 x PCI-E 30 (x8) Full-height Graphics port 1280 x 1024 (1 No) Graphics adaptor 17rdquo Rack mounted console DVDCD-writer OS Windows Server 2012 R2

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 16

c Workstations for Networked PQLD

Specification Quantity Configuration ndash 2 (Workstation) 12 2-CPU 14 core Intel Xeon E5 V4 series CPU with 25 GHz or better minimum 35 MB cache Intel C612 Chipset or latest

128 GB DDR4 RAM (as per latest speed and standards) 2 x 1000 GB HDD 2 x 2 TB Images storage HDDs Minimum 1 nos of 1001000Mbps RJ ports and 1 x 10GbE RJ45 copper port 1x Graphics adaptor with 4GB memory 30rdquo32rdquo Hi-resolution colour display monitor 4K resolution compatible with graphics card DVDCD-writer OS Windows Server 2012 R2 or Windows 10

d Raw Archival Server with Storage System

Specification Quantity Configuration ndash 3 (Server) 2 Intel Xeon E5 V4 series CPU or better as per latest series gt25 GHz

128 GB RAM 2x 1000 GB HDD 4x1000 TX network port 2 x10GbE RJ45 copper port Add on NASDAS with Raid Controller ndash 400 TB (As required) 27rdquo colour display monitor DVDCD - writer OS Windows Server 2012 R2 or Windows 10

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 17

(iii)Data Processing system(s) amp Data Dissemination system(s)

a Deliverables

SlNo Name of Units No of Units

Data Processing and Applications Systems

1 Data Processing Servers (K1VHRR 3A VHRR

3ACCD 3DIMG 3DSND 3DRIMG 3DRSND)

5+5

2 Data Ingest Servers 4

3 Database Server 2

4 Image Analysis Server 2

5 Data Dissemination Server SIDS Server 3

6 Web Server 3

7 Web Applications Server (GIS Web based

Visualisation and Analysis)

4

8 Ancillary Data Processing Server (GTS AWS BUFR) 2

9 Calibration and Validation Server 2

10 Image Analysis Clients 25

11 Central Data Flow Monitoring and Management 2

12 Web Monitoring 1

13 Data Quality Check 1

14 Backup and HSM 2

15 Data Visualisation Nodes 2

16 Video Wall 2

Centralised Hardware

1 1G10 G Switches and Networking (setspackages) 4

2 100 1000 LAN Switches and Networking 6

3 High Speed SSD Storage (50 TB) 1

4 Multi-Tier Data Storage System (1 PB and expandable) 1

5 125 KVA UPS (with redundant controllers plus

batteries for 30 minutes backup)

2

6 SIDS terminal along with STB 25

7 Multi monitor video wall 1

b Computer configurations

Data Processing and Applications Systems

1 Data Processing Servers (K1VHRR 3A VHRR 3ACCD 3DIMG 3DSND 3DRIMG

3DRSND)

5+5

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 18

SN Item Description of Requirement 1 Processor 6 x Intelreg Xeonreg Platinum series processors

with min 27GHz Min 33MB Cache 24 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C602J Chipset or Better

3 Memory Min 1TB DDR4 1866 MHz Registered Memory amp Upgradeable to 3TB of Memory

4 Memory Slots Min 96 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 2 x Gen 2 min4 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 8 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 6 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 6 USB ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 4U Rack Mountable

18 Redundant FAN Hot Plug redundant fans with N+1 Redundancy

19 Power Supply Redundant hot plug platinum min1400W power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management 21 Manageability

Features Should be able to manage systems through a web-browser OEM to provide its own systems management software

22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 19

2 Data Ingest Servers 4

3 Database Server 1

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 32GHz Min 25MB Cache 16 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256 GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024

15 Operating System Redhat Enterprise linux 7x with 3 years subscription

16 Operating System support

Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser OEM to provide its own systems management software

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 20

22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

4 Image Analysis Server 1

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E7-8890v4 processors with

min 24GHz Min 25MB Cache24 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots

5 Memory Features Advanced ECC Mirrored Memory Online Spare Memory

6 Network Controller Min 2 x 1GbE Network ports and Min 2 x 10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 21

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

5 Data Dissemination Server SIDS Server (Tower model) 2

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 23GHz Min 45MB Cache 18 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024

15 Operating System Redhat Enterprise linux 7x with 3 years subscription

16 Operating System support

Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser

OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 22

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

6 Web Server 2

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 32GHz Min 25MB Cache 8 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management 21 Manageability

Features Should be able to manage systems through a web-browser OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 23

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

7 Web Applications Server (GIS Web based Visualisation and Analysis) 4

SN Item Description

1 Make amp Model

2 CPU 4 x Intel Xeon Processor E-7 8890 V4 34 GHz or higher 24 core 60 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 1TB GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs 4 16TB SSD in RAID1

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 24

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

8 Ancillary Data Processing Server (GTS AWS BUFR) 2

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 256 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 25

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

9 Calibration and Validation Server 2

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 26

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel)

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

10 Image Analysis Clients 25

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-7 4830 V4 28 GHz or higher 14 core 25 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P2000 5 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM

18 Power Supply 900 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

11 Central Data Flow Monitoring and Management 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

12 Data Visualisation Nodes 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

13 Backup and HSM Server 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

14 Video Wall 2x2 configuration (LCD and Controller) 2+1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31

A LCD Group Specification Item Detailed Specification

System

Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall

Display technology Liquid Crystal Display

Display size and resolution

The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels

Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001

Architecture

The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime

Signal Interface

Input terminals

1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )

Output terminals 1x Digital DVI-D 1xRS422 RJ-45

Component input compatibility

480i 480P 720P 1080i 1080P

Scan rate Fh 30~75KHz Fv 50~85Hz

Video compatibility NTSC PAL SECAM

Timing compatibility

720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz

User controls

Power control 1 AC power ONOFF switch Wire control RS232C RS422 input

LED indicator System indicator display to show system status

IR remote IR remote OSD style list type OSD format

On Screen display Input selection picture image and tiling should be adjusted using OSD

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32

Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning

OSD Languages English

Wall control amp monitoring

Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience

Electrical AC power input range 90~240VAC 5060Hz 5A max

Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC

System Reliability

Operating temperature 0~40degC Operating relative humidity

20~80

MTBF gt= 50000 hours

B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the

same manufacturer Reputed Company The OEM should be an established

multinational in the field of video walls and should have installations around the world

Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos

Chassis 19rdquo industrial Rack mount Lockable front door to protect drives

Operating System Platform

Window 7- 64 bit

Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD

Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt

Supports Add on copper optical fiber adapters

Input Output supported

Serial ATA LAN

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33

2x RJ45 LAN ports USB 20 port

RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset

Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply

HDD Cooling FAN

LAN ports Scalability Display multiple source windows in any size

anywhere on the wall Control functions Brightness contrast saturation Hue

Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency

power supply AC Voltage 100 - 240V 50-60Hz

Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing

Wall management SW Scaling and display Software tp enable the user to display

multiple sources in any size and anywhere on the display wall

Auto Source Detection Software should support for auto source detection

Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts

Scenarios Software should able to Save and Load desktop layouts from Local or remote machines

Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user

Layout Preveiw Software should support layout preview option

Launch Application Software should be able to support

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34

Integration with 3rd party devices

System should offer interface to enable control from 3rd party devices like Creston AMX etc

Live Preview Software should able to provide live preview of video wall

Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall

Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)

Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere

on the display wall Inside the ticker window font size colour and background can be set

Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker

SNTP System should support SNTP function Protection System should have Hardware License key to

protect the software from unauthorized access

Pre- Qualification Requirements

OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India

(iv) Data Archival system(s) (Raw and Processed)

SN Name of Units No of Units

Centralised Hardware

1 High Speed SSD Storage (50 TB) 1

2 Multi-Tier Data Storage System (1 PB and expandable)

Primary and Secondary each

bull Unified storage device

bull Provision for online replication of luns

bull Provision for Fibre 10g (min 40g)

1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35

bull Provision for expansion should be there

3 LTODisk Based Library 1

4 SIDS terminal along with STB

Minimum 32 inch LED Screens having support for

following

AV HDMI USB RJ-45 along with built in Wifi

STB

Set top box should have programming support

Should have RJ-45 1Gbps and Wifi connectivity

Should have adequate support for python

Should have linux flavoured Operating system and provide

support for protocols like telnet ssh scp and ftp

25

(v) All associated elements like Network(s)LANWAN Powering Systems UPS

Gensets CablingConduiting and officecomputer furniturersquos

1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant

controllers plus batteries for 30 minutes backup)

2

a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis

b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum

VAH 90000)

c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation

Transformer for Input Side (Delta to Star Transformer Required)

Sr No

Description Parameters required

1 General Specifications 11 UPS topology On line double conversion VFI

SS 111 12 Architecture of the UPS Modular scalable redundant

based on Available kVA Power Modules

121 InOut phase Configuration

Three phase-Three phase single phase

122 Neutral Neutral Passing through

123 Output wave form on mains run

Sinusoidal

124 Output wave form on battery run

Sinusoidal

125 Bypass type Static and electro mechanic

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36

126 Transfer time Zero

127 UPS Module 100 kVA

128 UPS Chassis 120 kVA

13 Input

131 Nominal Voltage

400 V three phase 230V single phase

132 Voltage range -20 +15

133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power

To be furnished by the vender

134 Frequency

50 Hz to 60Hz (autosensing)

135 THDIin lt 3 al 100 of nominal load

136 Power Factor

gt 099 from 50 to 100 of nominal load

141 Output with mains

142 Nominal voltage 400 V three phase

143 Nominal power 100

144 Active power 100

145 Output waveform Sinusoidal

146 Voltage variation (static)

plusmn 1

147 Voltage variation (dynamic 0-100 100-0)

plusmn 1

148 Output voltage variation at unbalance load

plusmn 1

149 Phase displacement-100 unbalance load

120degplusmn 1deg

1410 Short circuit capability 300(p-p) for 1-sec

1411 THDv on nominal power (linear load)

lt 05

1412 THDv on nominal power (not linear load PF=07)

lt 1

1413 Frequency

50 Hz o 60 Hz (autosensing or selectable)

1414

Frequency tolerance Synchronized with input frequency or

plusmn 1 free run

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37

1415 Current Crest Factor

31 accordingly with IEC 62040-3

1416 Overload capability unity PF

bull 5 minutes or higher

bull 30 seconds or higher

110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention

15 Battery

151 Type

Lead Acid sealed free maintenance VRLA

152 Make

Exide Amco Panasonic Amara Raja

153 Model

To be furnished by the vendor

154 Nominal UPS Battery Voltage

252 Volt DC

155

Battery Backup time

30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)

156 Battery charger type

PWM hi efficiency one in each power module

157 Charging Cycle

Intelligent with boost charge and advanced management

159 Required VAH (12V x No of Battery x Battery AH)

Minimum 90000 VAH

1510 Weight of battery

To be furnished by the vendor

1511 Weight of battery cabinet

To be furnished by the vendor

1512 Dimensions of battery cabinet

To be furnished by the vendor

1513 Battery guaranty

2 years or more (free replacement)

16 Environmental specifications

161 Noise level 1m 42 divide 46 dBA

162 Working temperature range

from 0degC to +40degC

163 Stock temperature range

from -20degC to +50degC (excluded batteries)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38

164 Humidity range 20-80 not condensing

165 Protection degree IP21

17 Communication Interface

2 serial port RS232 1 logical level port 4 Dry contacts port

18 External Isolation Transformer required at Input Side

OEM Make 120 kVA

19 Standards

ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3

20 Protection

201 Overload (OL) To be complied [YesNo]

202 Short circuit (SC) To be complied [YesNo]

203 Input low voltage

To be complied [YesNo]

204 Output overvoltage

To be complied [YesNo]

205 Battery overcharging

To be complied [YesNo]

206 Battery over discharging

To be complied [YesNo]

21 Recommended Copper cable size in sq mm

To be furnished by the vendor

22 Recommended breaker rating in Amps

To be furnished by the vendor

23 Rectifier DC voltage ripples

lt1

24 Static bypass arrangement

241 Rated voltage (3 phase with neutral)

400V

242 Voltage variation plusmn20

243 Nominal frequency 50 Hz

244 Maintenance bypass switch

Inbuilt

25 Factory Test Certificate CE ISO 9001 amp ISO 14001

26 UPS Make Emerson Socomec Riello

AROS APC (Schneider) Numeric

27 UPS Model To be furnished by the vendor

28 Dimension and Weight of UPS

To be furnished by the vendor

29 3 years Warranty for total solution offered

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39

2 10 G Switches and Networking (setspackages)

Copper 10g Fiber 10g and FC SAN Switch

6

Features Specifications

Switching Architecture and Performance (Fibre10g Switch)

Interface Required

Minimum 48 ports of 10G SFP+ ports on day 1

Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1

Standards Support

Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC addrress

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies from day 1

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

Features Specifications

Switching Architecture and Performance (copper 10g switch)

Interface Required

Minimum 48 ports of 10GbaseT Rj45 ports

Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

switch should also support Multi-chassis link aggregation (MC-LAG)

Standards Support

Support 100100010GBASE-T copper interfaces 40GBASE QSFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42

8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC address

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

48 Port FC SAN Switch Specifications

SNo Specifications

1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports

2 The switch should support auto-sensing 2 4 8 10 and 16

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44

Gbitsec capabilities

3

The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)

4 The switch should be rack mountable

5 Non disruptive Microcode firmware Upgrades and hot code activation

6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end

7

Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic

8 The Switch should be configured with the Zoning and ISL Licenses

9

The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking

10 Support for web based management and should also support CLI

11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access

12

It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status

13

Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)

14 Should provide enterprise-class availability features such as redundant and hotpluggable components

15 Should have Front-to-back airflow and Back-to-front airflow

16 Port to Port latency should be 700 ns

17 The switch should support Inflight Compression and Encryption

18 The switch should have an option for DC power supply also

3 CablingConduiting

4 officecomputer furniturersquos

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45

(vi) Installation commissioning operationalization and operations (for pre-

determined period)

(vii) Project Management Documentation Project activities like Technical

Reviews Schedule Management and Staff deployment etc

(viii) Cabling conduiting as required

(ix) Office furniturersquos computers

(x) Embedded warranty for 3 years and comprehensive non comprehensive

AMC for 2 years

The complete End to End systems will be supplied installed commissioned and operated

as a turnkey project within pre-decided schedule The system requirements are listed in

Annexure-A

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46

Annexure-C

EOI Response Sheet

Requirement Response

Vendor Information

1 Name of Person and Organisation responsible for the information contained in EOI

2 Postal AddressTelephoneFaxemail address

3 ExperienceExpertise in A Meteorological system development and

deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related

field) E Data storage and management F Software design and development

Attach as required

4 Capability in indigenous development of data reception and processing facility (hardware and software)

Attach as required

5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration

Attach as required

6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure

Attach as required

7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs

Attach as required

8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables

Attach as required

9 Describe any third party alliances relationships and dependencies

10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc

Attach as required

11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules

Attach as required

12 Provide information on proposed methodology of carrying out the work

13 Details of deliverables and services offered as part of the EOI

14 Compliance matrix to the EOI Attach as required

15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc

Attach as required

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47

Annexure-D

GENERAL INSTRUCTIONS FOR EOI

1 We invite your proposal duly signed single part in a sealed envelope marked as

follows

Response to EOI MMDRPS Project

2 EOI Bidder related

21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above

22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them

3 Your EOI response should reach us on or before the due date and time Late

proposals received after the due date and time will not be considered

4 Meeting

In order to provide a better understanding of the requirement it is proposed to have a

meeting with the prospective vendors at ANTRIX Bangalore Vendors who are

desirous to attend the meeting may provide details of the representatives attending

the meeting in advance

5 VendorBidder shall discuss among others system engineering aspects design

optimum utilization of satellitecommunication resources the installation plan amp

methodology operations plan training plan warranty amp comprehensive AMC

methodology acceptance procedures and plans etc

6 Vendor shall prepare a detailed specifications document based on the selected

configurationoptionssystemscommitments and make presentation to ANTRIX The

draft specification document shall also include all aspects described above in para

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48

7 Delivery Schedule

The desired delivery schedule for the complete system is 7 to 8 months from the

placement of the purchase order Bidder shall provide the delivery schedule being

proposed along with milestones (like supply of hardwaresoftware installation testing

amp acceptance etc) in the EOI response

8 Any other system or sub system which is relevant for fulfilling implementation of the

scheme shall be brought to the attention by the vendor and detailed in EOI response

9 The vendor submitting response to this EOI and found technically suitable will only be

issued RFP at a later stage

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49

Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited

(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person

2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources

3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person

under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI

4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to

appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application

5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or

opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this

EOI document

Page 7: EOI for MMDRPS - Antrix Corporation for MMDRPS.pdfelectronics, computers, networking, power systems, furniture/fixtures, installation and commissioning. The proposed system will acquire

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 7

Annexure-A

Proposed System Requirement of

Multi-Mission Meteorological Data Receiving amp Processing System (MMDRPS)

10 Introduction

This EOI is for identification of interested and suitable vendors for a complete near real-time

Ground System Data Reception System Data Processing and Dissemination system to

acquire process image visualization and data analysis of all meteorological data

transmitted by the sensors of INSAT-3D series sensor of INSAT-3A KALPANA-1 satellites

and centralised AWS stations reception and processing system along with associated

electronics computers networking power systems furniturefixtures installation and

commissioning

The proposed system will acquire raw data from serial data streams process the data and

generate various quantitative products from processed data for operational utilization by

various users

The MMDRPS system and Work Package will consist of the following major

SegmentsActivities

1 RF Segment with outdoor Antenna(s) and associated RFIF Receivers

2 Baseband Reception Systems for (a) Satellite Met Sensors Data Streams (b) AWS channels Data Stream(s)

3 Data Processing systems

4 Data Dissemination systems

5 Data Archival systems (Raw and Processed)

6 All associated elements like NetworksLANWAN Powering Systems UPS Gensets CablingConduiting and officecomputer furniture

7 Installation commissioning operationalization and operations (for pre-determined required period)

8 Project management documentation project activities like technical reviews schedule management and staff deployment etc

9 Embedded warranty for 3 years and option for both comprehensive and non comprehensive AMC after warranty period for 2 years

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 8

The complete End to End systems shall be supplied installed and commissioned and

operated as a turnkey project with a pre-decided Schedule for the activities

20 A brief description of the segments and requirements follows

21 RF Segment (Earth Station)

Three RF chains are required for the satellite data reception

bull 1st for INSAT-3D (IMAGER SOUNDER DRT Kalpana)

bull 2nd for INSAT-3DR (IMAGER SOUNDER DRT Kalpana)

bull 3rd for Hot-Standby (IMAGER SOUNDER DRT Kalpana)

This segment will include

bull Suitable dishparabolic antenna for Geo Satellite Reception (gt7 meter

elevationazimuth mounted steerable motorized auto tracking (Beacon) extended C

band (up to 49 GHz) with polarization and polariser drive motor as required

compliance to relevant ITU specs gain as required)

bull LNA Down converter subsystem with mainredundant configuration for extended C

band

bull IF subsystem consisting of BPSKQPSK demodulators DRTAWS burst

demodulatorsreceivers and decodersbit synchronizers (in redundant configuration)

bull Control Systems Network Management Software Remote monitoringmanagement

systems and Software RF cabling Instrument racks Power Systems

bull Antenna installation and commissioning operations and comprehensive support

22 Base band Data Reception Segment

Raw data from ground station for each of the data streams will be input to this system

Single data stream will be processed in each DR system It will include methods and

technologies (hardware andor firmwaresoftware) specifically developed by ISRO or

Bidders for receiving re-formatting the sensor(s) data streams as well as the DRTAWS

data streams

Major modules of this segment are

bull Bit synchronization

bull Frame synchronization

bull De-randomization De-commutation of data-stream

bull DRT receivers

bull Processing of various fields of data

bull Display of the Satellite Instrument HK data Quick look display

bull Raw data Archival

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 9

The methodology of the data acquisition and raw data storage will be such that failure of

acquisition-link elements does not result in the loss of raw data This segment does not

contain any detailed image processing functions The de-commutated band-separated

time-tagged video data will be transferred to the Data Processing computer through a well-

defined protocol along with auxiliary data for data products generation All interfaces of data

transfer protocols and the data formats shall be providedoutlined out in advance

Fig Indicative Configuration of One chain of Data Reception System for Met Sensor

VHRRCCDIMAGER

SOUNDER Serial Data Stream

To other

servers

through NW

Bit

Synchronizer

Data Acquisition

System

Data

Reception

Server

with

Software

Data

Processing

System RF

Section

Display System

for PQLD

Raw Data

Archival System

Hardware

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 10

Fig OVERALL LINE DIAGRAMFIGURE FOR MMDRPS

23 Data Processing

The ldquoData Processing Systemrdquo will cater to the requirements of processing of INSAT-3DR

INSAT 3D SounderImager INSAT-3A VHRR CCD and KALPANA-1 VHRR data The pre-

processed Data and other ancillary information will be archived on the central storage

system The Application Generation system uses this data from the central storage system

for retrieval of various meteorological parameters and images Further the system

configuration has multiple servers which will handle other conventional types of data and

AWSARGAMSGTS data with customized packages

The main ldquoData Processing Systemrdquo with complete redundancy will accept real time imaging

data of five streams from data acquisition system The front-end system will consist of five

Database

Management

System Applications GIS

Image Analysis

systems Backup Archival System

RF Receiver

+

Base Band

Data Reception

System

for All Sensors

+

P- QLD

+

RAW Archival

System

Data Processing

System

for IMAGER

SOUNDER CCD

VHRR

Antenna + LNA

Centralized

Storage

Applications

Product

Generation

Systems

Ancillary Data

Acquisition and

Processing System

Data

Dissemination

System

Aux Data

Product

Monitoring

amp

Management

System

IMD WEB

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 11

Linux-based servers All five servers will have four processors each For each set of main

and redundant data streams one processed data stream will be selected as prime for

parameter retrieval The data of the other stream will be purged All these machines will be

networked to a common 1(One) PB (Petabyte) Unified storage (both SANNAS partition)

through FC switches An additional 1 Petabyte will be used as back up and will be synced

with main 1 PB storage based on archive policy This configuration provides back-up

storage and redundancy

Kalpana-1 VHRR

redundant DP system

OFFLINE

(Tape Based)

ARCHIVAL

SYSTEM

IP Based SIDS

System amp

Display Units

Color Network Printer

BW Network Printer

5 Remote Image Analysis Client

Systems

LAN Switches

1G Copper

20 Image Analysis Client

Systems

1 PB

PRIMARY

STORAGE

Ethernet

Network

Network

SECONDARY

STORAGE

Insat-3A

DP System

Insat-3D Imager

DP System

BackupArchival

Server

PMMS Server

Data

Dissemination System

Kalpana-1 VHRR DP

System

Insat-3D IMG SND

DP System

Insat-3DR IMGSND

DP System

Database Management

System

Ancillary Data

Processing System

On line digital

processed data supply

server

RAPID

SERVER

Redundant

Backup

Archival Server

Redundant Data

Dissemination System

Insat-3A

Redundant DP

System

Insat-3D Imager

Redundant DP

System

Redundant

PMMS Server

Insat-3D IMGSND

Redundant DP

System

Insat-3DR IMGSND

Redundant DP System

Redundant Database

Management System

Redundant Ancillary

Data Processing

System

Redundant On line

digital processed

data supply server

Redundant RAPID

SERVER

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 12

Fig Data Processing Application Product Generation Centralized Storage System

24 Data Dissemination systems

As part of dissemination of imagesproducts to other systems the data products system will

use the ldquoData Dissemination Systemrdquo to transfer the images in the required format

Following Data Dissemination modes are planned as part of data dissemination activity

bull Transfer of Imagery to web site

bull Conversion of products to HRITLRIT format for dissemination to remote stations

bull Conversion of products to GTS format and transmission to Meteorological

communications computer

bull Encodingdecoding of products and AWSARGAMS data in WMO format and

transmission to Meteorological communications computers

bull Transfer of imagery to IP based SIDS system

bull GUI based and script based software for format conversion (NetCDF GeoTIFF

ASCII) of multiplebunch data files for offline supply data

bull Onlineoffline visualization and analysis of meteorological data through RAPID

25 Data Archival systems (Raw and Processed)

A suitable data archival system (Raw and Processed) shall be proposed by the vendors for

MMDRPS system This shall take into account the software and hardware for following

Base-band Data Reception System (DRS)

bull Software for archival replay

bull Raw data Archival in DP format

bull Disk archival

bull Additional raw data archive of two selected chains

bull Data Archive Disks for each base band chain with usable storage of 6TB or higher

bull Secondary archive drives of latest version

bull Raw Data Archival and management with secondary archival (back-up)

bull Digital Recording (Raw Archival)

bull Raw Archival server with storage system

Database Management System

bull Archival of Metadata for all Pre-processed data and Retrieval Parameters

bull Archival of AWSARGAMS and GTS Data

Ancillary Data Processing

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 13

bull Transfer Processing and Archival of Automatic Weather Station (AWSARGAMS)

Data

bull Transfer Processing and Archival of data received on Global Telecommunication

System (GTS)

26 All associated elements like NetworksLANWAN Powering Systems UPS Gensets

CablingConduiting and officecomputer furniture

27 Installation commissioning operationalization and operations (for pre-determined

period)

28 Project management documentation project activities like technical reviews

schedule management and staff deployment etc

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 14

Annexure-B

Deliverables

The MMDRPS system and Work Package will consist of the following major

segmentsactivities

(i) RF Segment with outdoor Antenna(s) and associated RFIF Receivers

Ground System comprising of the following elements

SlNo Particular Qty

72 m Antenna System

1 Foundation 3

2 Antenna Subreflector and Pedestal 3

3 Feed System 3

4 Control System 3

5 Antenna Control Unit 3

6 Beacon Tracking Receiver 3

RF Downlink System

1 LNA 6

2 LNA Control 3

3 Down Converters 15

Baseband System

1 Demodulator (Tunable) 15

Timing System

1 GPS Receiver 1+1

2 Time Code Reader 1+1

3 Networking Server 1+1

M amp C System

1 M amp C System (Hardware amp Software) 3

Interface elements

1 Cables

Lot as per

requirements

2 Racks

3 Patch Panels Jacks Couplers

Test Instruments

1 VSA NFA Handheld Spectrum Analyzer with

Oscilloscope Rack Mounted Spectrum Analyser

Signal Generator Power Meter

One each

Common for all

antenna

2 Oscilloscope

3 PC amp Color Printer

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 15

Overall system descriptions is in Annexure A

(ii) Baseband Reception Systems for (a) Satellite Met Sensors Data Streams

(b) AWS channels data stream(s)

a Deliverable

Name of Units No of Units

Bit Synchronizer 14 Data Acquisition System 14 Data Reception Server 18 Raw Data Archival Server and Storage System

2

Workstations for network PQLDRaw Archival

14

Network Elements 10 TCG with NTP 2 Rack mounted MSO 2 DR Software 7 sets AWS front end Receivers 4 sets Instrument Racks cabling accessories and LAN networking

as required

b Computer Configurations for DR Server (Broad Specifications)

Specification Quantity Configuration ndash 1 (Server) 9+9 2U Rack mounted 2-CPU server 8 Core Intel Xeon E5 V4 series CPU with minimum 3 GHz or better 25 MB cache or better Intel C610 Chipset or better

256 GB 2400 MHz DDR4 RDIMM with minimum 8 DIMMs

bull 2 x Enterprise 600GB SAS 6Gbs 10K RPM or Better

bull 10 x 4 TB SAS 7200 RPM hot plug HDDs in RAID-105 Minimum 4 nos of 1001000Mbps RJ ports and 2 x 10GbE RJ45 copper ports At-least 2 x PCI-E 30 (x16) Full-height 1 x PCI-E 30 (x8) Full-height Graphics port 1280 x 1024 (1 No) Graphics adaptor 17rdquo Rack mounted console DVDCD-writer OS Windows Server 2012 R2

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 16

c Workstations for Networked PQLD

Specification Quantity Configuration ndash 2 (Workstation) 12 2-CPU 14 core Intel Xeon E5 V4 series CPU with 25 GHz or better minimum 35 MB cache Intel C612 Chipset or latest

128 GB DDR4 RAM (as per latest speed and standards) 2 x 1000 GB HDD 2 x 2 TB Images storage HDDs Minimum 1 nos of 1001000Mbps RJ ports and 1 x 10GbE RJ45 copper port 1x Graphics adaptor with 4GB memory 30rdquo32rdquo Hi-resolution colour display monitor 4K resolution compatible with graphics card DVDCD-writer OS Windows Server 2012 R2 or Windows 10

d Raw Archival Server with Storage System

Specification Quantity Configuration ndash 3 (Server) 2 Intel Xeon E5 V4 series CPU or better as per latest series gt25 GHz

128 GB RAM 2x 1000 GB HDD 4x1000 TX network port 2 x10GbE RJ45 copper port Add on NASDAS with Raid Controller ndash 400 TB (As required) 27rdquo colour display monitor DVDCD - writer OS Windows Server 2012 R2 or Windows 10

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 17

(iii)Data Processing system(s) amp Data Dissemination system(s)

a Deliverables

SlNo Name of Units No of Units

Data Processing and Applications Systems

1 Data Processing Servers (K1VHRR 3A VHRR

3ACCD 3DIMG 3DSND 3DRIMG 3DRSND)

5+5

2 Data Ingest Servers 4

3 Database Server 2

4 Image Analysis Server 2

5 Data Dissemination Server SIDS Server 3

6 Web Server 3

7 Web Applications Server (GIS Web based

Visualisation and Analysis)

4

8 Ancillary Data Processing Server (GTS AWS BUFR) 2

9 Calibration and Validation Server 2

10 Image Analysis Clients 25

11 Central Data Flow Monitoring and Management 2

12 Web Monitoring 1

13 Data Quality Check 1

14 Backup and HSM 2

15 Data Visualisation Nodes 2

16 Video Wall 2

Centralised Hardware

1 1G10 G Switches and Networking (setspackages) 4

2 100 1000 LAN Switches and Networking 6

3 High Speed SSD Storage (50 TB) 1

4 Multi-Tier Data Storage System (1 PB and expandable) 1

5 125 KVA UPS (with redundant controllers plus

batteries for 30 minutes backup)

2

6 SIDS terminal along with STB 25

7 Multi monitor video wall 1

b Computer configurations

Data Processing and Applications Systems

1 Data Processing Servers (K1VHRR 3A VHRR 3ACCD 3DIMG 3DSND 3DRIMG

3DRSND)

5+5

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 18

SN Item Description of Requirement 1 Processor 6 x Intelreg Xeonreg Platinum series processors

with min 27GHz Min 33MB Cache 24 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C602J Chipset or Better

3 Memory Min 1TB DDR4 1866 MHz Registered Memory amp Upgradeable to 3TB of Memory

4 Memory Slots Min 96 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 2 x Gen 2 min4 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 8 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 6 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 6 USB ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 4U Rack Mountable

18 Redundant FAN Hot Plug redundant fans with N+1 Redundancy

19 Power Supply Redundant hot plug platinum min1400W power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management 21 Manageability

Features Should be able to manage systems through a web-browser OEM to provide its own systems management software

22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 19

2 Data Ingest Servers 4

3 Database Server 1

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 32GHz Min 25MB Cache 16 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256 GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024

15 Operating System Redhat Enterprise linux 7x with 3 years subscription

16 Operating System support

Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser OEM to provide its own systems management software

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 20

22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

4 Image Analysis Server 1

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E7-8890v4 processors with

min 24GHz Min 25MB Cache24 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots

5 Memory Features Advanced ECC Mirrored Memory Online Spare Memory

6 Network Controller Min 2 x 1GbE Network ports and Min 2 x 10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 21

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

5 Data Dissemination Server SIDS Server (Tower model) 2

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 23GHz Min 45MB Cache 18 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024

15 Operating System Redhat Enterprise linux 7x with 3 years subscription

16 Operating System support

Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser

OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 22

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

6 Web Server 2

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 32GHz Min 25MB Cache 8 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management 21 Manageability

Features Should be able to manage systems through a web-browser OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 23

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

7 Web Applications Server (GIS Web based Visualisation and Analysis) 4

SN Item Description

1 Make amp Model

2 CPU 4 x Intel Xeon Processor E-7 8890 V4 34 GHz or higher 24 core 60 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 1TB GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs 4 16TB SSD in RAID1

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 24

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

8 Ancillary Data Processing Server (GTS AWS BUFR) 2

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 256 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 25

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

9 Calibration and Validation Server 2

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 26

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel)

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

10 Image Analysis Clients 25

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-7 4830 V4 28 GHz or higher 14 core 25 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P2000 5 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM

18 Power Supply 900 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

11 Central Data Flow Monitoring and Management 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

12 Data Visualisation Nodes 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

13 Backup and HSM Server 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

14 Video Wall 2x2 configuration (LCD and Controller) 2+1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31

A LCD Group Specification Item Detailed Specification

System

Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall

Display technology Liquid Crystal Display

Display size and resolution

The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels

Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001

Architecture

The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime

Signal Interface

Input terminals

1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )

Output terminals 1x Digital DVI-D 1xRS422 RJ-45

Component input compatibility

480i 480P 720P 1080i 1080P

Scan rate Fh 30~75KHz Fv 50~85Hz

Video compatibility NTSC PAL SECAM

Timing compatibility

720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz

User controls

Power control 1 AC power ONOFF switch Wire control RS232C RS422 input

LED indicator System indicator display to show system status

IR remote IR remote OSD style list type OSD format

On Screen display Input selection picture image and tiling should be adjusted using OSD

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32

Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning

OSD Languages English

Wall control amp monitoring

Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience

Electrical AC power input range 90~240VAC 5060Hz 5A max

Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC

System Reliability

Operating temperature 0~40degC Operating relative humidity

20~80

MTBF gt= 50000 hours

B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the

same manufacturer Reputed Company The OEM should be an established

multinational in the field of video walls and should have installations around the world

Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos

Chassis 19rdquo industrial Rack mount Lockable front door to protect drives

Operating System Platform

Window 7- 64 bit

Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD

Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt

Supports Add on copper optical fiber adapters

Input Output supported

Serial ATA LAN

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33

2x RJ45 LAN ports USB 20 port

RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset

Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply

HDD Cooling FAN

LAN ports Scalability Display multiple source windows in any size

anywhere on the wall Control functions Brightness contrast saturation Hue

Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency

power supply AC Voltage 100 - 240V 50-60Hz

Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing

Wall management SW Scaling and display Software tp enable the user to display

multiple sources in any size and anywhere on the display wall

Auto Source Detection Software should support for auto source detection

Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts

Scenarios Software should able to Save and Load desktop layouts from Local or remote machines

Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user

Layout Preveiw Software should support layout preview option

Launch Application Software should be able to support

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34

Integration with 3rd party devices

System should offer interface to enable control from 3rd party devices like Creston AMX etc

Live Preview Software should able to provide live preview of video wall

Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall

Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)

Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere

on the display wall Inside the ticker window font size colour and background can be set

Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker

SNTP System should support SNTP function Protection System should have Hardware License key to

protect the software from unauthorized access

Pre- Qualification Requirements

OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India

(iv) Data Archival system(s) (Raw and Processed)

SN Name of Units No of Units

Centralised Hardware

1 High Speed SSD Storage (50 TB) 1

2 Multi-Tier Data Storage System (1 PB and expandable)

Primary and Secondary each

bull Unified storage device

bull Provision for online replication of luns

bull Provision for Fibre 10g (min 40g)

1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35

bull Provision for expansion should be there

3 LTODisk Based Library 1

4 SIDS terminal along with STB

Minimum 32 inch LED Screens having support for

following

AV HDMI USB RJ-45 along with built in Wifi

STB

Set top box should have programming support

Should have RJ-45 1Gbps and Wifi connectivity

Should have adequate support for python

Should have linux flavoured Operating system and provide

support for protocols like telnet ssh scp and ftp

25

(v) All associated elements like Network(s)LANWAN Powering Systems UPS

Gensets CablingConduiting and officecomputer furniturersquos

1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant

controllers plus batteries for 30 minutes backup)

2

a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis

b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum

VAH 90000)

c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation

Transformer for Input Side (Delta to Star Transformer Required)

Sr No

Description Parameters required

1 General Specifications 11 UPS topology On line double conversion VFI

SS 111 12 Architecture of the UPS Modular scalable redundant

based on Available kVA Power Modules

121 InOut phase Configuration

Three phase-Three phase single phase

122 Neutral Neutral Passing through

123 Output wave form on mains run

Sinusoidal

124 Output wave form on battery run

Sinusoidal

125 Bypass type Static and electro mechanic

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36

126 Transfer time Zero

127 UPS Module 100 kVA

128 UPS Chassis 120 kVA

13 Input

131 Nominal Voltage

400 V three phase 230V single phase

132 Voltage range -20 +15

133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power

To be furnished by the vender

134 Frequency

50 Hz to 60Hz (autosensing)

135 THDIin lt 3 al 100 of nominal load

136 Power Factor

gt 099 from 50 to 100 of nominal load

141 Output with mains

142 Nominal voltage 400 V three phase

143 Nominal power 100

144 Active power 100

145 Output waveform Sinusoidal

146 Voltage variation (static)

plusmn 1

147 Voltage variation (dynamic 0-100 100-0)

plusmn 1

148 Output voltage variation at unbalance load

plusmn 1

149 Phase displacement-100 unbalance load

120degplusmn 1deg

1410 Short circuit capability 300(p-p) for 1-sec

1411 THDv on nominal power (linear load)

lt 05

1412 THDv on nominal power (not linear load PF=07)

lt 1

1413 Frequency

50 Hz o 60 Hz (autosensing or selectable)

1414

Frequency tolerance Synchronized with input frequency or

plusmn 1 free run

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37

1415 Current Crest Factor

31 accordingly with IEC 62040-3

1416 Overload capability unity PF

bull 5 minutes or higher

bull 30 seconds or higher

110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention

15 Battery

151 Type

Lead Acid sealed free maintenance VRLA

152 Make

Exide Amco Panasonic Amara Raja

153 Model

To be furnished by the vendor

154 Nominal UPS Battery Voltage

252 Volt DC

155

Battery Backup time

30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)

156 Battery charger type

PWM hi efficiency one in each power module

157 Charging Cycle

Intelligent with boost charge and advanced management

159 Required VAH (12V x No of Battery x Battery AH)

Minimum 90000 VAH

1510 Weight of battery

To be furnished by the vendor

1511 Weight of battery cabinet

To be furnished by the vendor

1512 Dimensions of battery cabinet

To be furnished by the vendor

1513 Battery guaranty

2 years or more (free replacement)

16 Environmental specifications

161 Noise level 1m 42 divide 46 dBA

162 Working temperature range

from 0degC to +40degC

163 Stock temperature range

from -20degC to +50degC (excluded batteries)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38

164 Humidity range 20-80 not condensing

165 Protection degree IP21

17 Communication Interface

2 serial port RS232 1 logical level port 4 Dry contacts port

18 External Isolation Transformer required at Input Side

OEM Make 120 kVA

19 Standards

ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3

20 Protection

201 Overload (OL) To be complied [YesNo]

202 Short circuit (SC) To be complied [YesNo]

203 Input low voltage

To be complied [YesNo]

204 Output overvoltage

To be complied [YesNo]

205 Battery overcharging

To be complied [YesNo]

206 Battery over discharging

To be complied [YesNo]

21 Recommended Copper cable size in sq mm

To be furnished by the vendor

22 Recommended breaker rating in Amps

To be furnished by the vendor

23 Rectifier DC voltage ripples

lt1

24 Static bypass arrangement

241 Rated voltage (3 phase with neutral)

400V

242 Voltage variation plusmn20

243 Nominal frequency 50 Hz

244 Maintenance bypass switch

Inbuilt

25 Factory Test Certificate CE ISO 9001 amp ISO 14001

26 UPS Make Emerson Socomec Riello

AROS APC (Schneider) Numeric

27 UPS Model To be furnished by the vendor

28 Dimension and Weight of UPS

To be furnished by the vendor

29 3 years Warranty for total solution offered

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39

2 10 G Switches and Networking (setspackages)

Copper 10g Fiber 10g and FC SAN Switch

6

Features Specifications

Switching Architecture and Performance (Fibre10g Switch)

Interface Required

Minimum 48 ports of 10G SFP+ ports on day 1

Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1

Standards Support

Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC addrress

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies from day 1

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

Features Specifications

Switching Architecture and Performance (copper 10g switch)

Interface Required

Minimum 48 ports of 10GbaseT Rj45 ports

Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

switch should also support Multi-chassis link aggregation (MC-LAG)

Standards Support

Support 100100010GBASE-T copper interfaces 40GBASE QSFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42

8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC address

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

48 Port FC SAN Switch Specifications

SNo Specifications

1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports

2 The switch should support auto-sensing 2 4 8 10 and 16

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44

Gbitsec capabilities

3

The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)

4 The switch should be rack mountable

5 Non disruptive Microcode firmware Upgrades and hot code activation

6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end

7

Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic

8 The Switch should be configured with the Zoning and ISL Licenses

9

The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking

10 Support for web based management and should also support CLI

11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access

12

It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status

13

Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)

14 Should provide enterprise-class availability features such as redundant and hotpluggable components

15 Should have Front-to-back airflow and Back-to-front airflow

16 Port to Port latency should be 700 ns

17 The switch should support Inflight Compression and Encryption

18 The switch should have an option for DC power supply also

3 CablingConduiting

4 officecomputer furniturersquos

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45

(vi) Installation commissioning operationalization and operations (for pre-

determined period)

(vii) Project Management Documentation Project activities like Technical

Reviews Schedule Management and Staff deployment etc

(viii) Cabling conduiting as required

(ix) Office furniturersquos computers

(x) Embedded warranty for 3 years and comprehensive non comprehensive

AMC for 2 years

The complete End to End systems will be supplied installed commissioned and operated

as a turnkey project within pre-decided schedule The system requirements are listed in

Annexure-A

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46

Annexure-C

EOI Response Sheet

Requirement Response

Vendor Information

1 Name of Person and Organisation responsible for the information contained in EOI

2 Postal AddressTelephoneFaxemail address

3 ExperienceExpertise in A Meteorological system development and

deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related

field) E Data storage and management F Software design and development

Attach as required

4 Capability in indigenous development of data reception and processing facility (hardware and software)

Attach as required

5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration

Attach as required

6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure

Attach as required

7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs

Attach as required

8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables

Attach as required

9 Describe any third party alliances relationships and dependencies

10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc

Attach as required

11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules

Attach as required

12 Provide information on proposed methodology of carrying out the work

13 Details of deliverables and services offered as part of the EOI

14 Compliance matrix to the EOI Attach as required

15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc

Attach as required

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47

Annexure-D

GENERAL INSTRUCTIONS FOR EOI

1 We invite your proposal duly signed single part in a sealed envelope marked as

follows

Response to EOI MMDRPS Project

2 EOI Bidder related

21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above

22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them

3 Your EOI response should reach us on or before the due date and time Late

proposals received after the due date and time will not be considered

4 Meeting

In order to provide a better understanding of the requirement it is proposed to have a

meeting with the prospective vendors at ANTRIX Bangalore Vendors who are

desirous to attend the meeting may provide details of the representatives attending

the meeting in advance

5 VendorBidder shall discuss among others system engineering aspects design

optimum utilization of satellitecommunication resources the installation plan amp

methodology operations plan training plan warranty amp comprehensive AMC

methodology acceptance procedures and plans etc

6 Vendor shall prepare a detailed specifications document based on the selected

configurationoptionssystemscommitments and make presentation to ANTRIX The

draft specification document shall also include all aspects described above in para

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48

7 Delivery Schedule

The desired delivery schedule for the complete system is 7 to 8 months from the

placement of the purchase order Bidder shall provide the delivery schedule being

proposed along with milestones (like supply of hardwaresoftware installation testing

amp acceptance etc) in the EOI response

8 Any other system or sub system which is relevant for fulfilling implementation of the

scheme shall be brought to the attention by the vendor and detailed in EOI response

9 The vendor submitting response to this EOI and found technically suitable will only be

issued RFP at a later stage

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49

Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited

(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person

2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources

3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person

under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI

4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to

appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application

5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or

opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this

EOI document

Page 8: EOI for MMDRPS - Antrix Corporation for MMDRPS.pdfelectronics, computers, networking, power systems, furniture/fixtures, installation and commissioning. The proposed system will acquire

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 8

The complete End to End systems shall be supplied installed and commissioned and

operated as a turnkey project with a pre-decided Schedule for the activities

20 A brief description of the segments and requirements follows

21 RF Segment (Earth Station)

Three RF chains are required for the satellite data reception

bull 1st for INSAT-3D (IMAGER SOUNDER DRT Kalpana)

bull 2nd for INSAT-3DR (IMAGER SOUNDER DRT Kalpana)

bull 3rd for Hot-Standby (IMAGER SOUNDER DRT Kalpana)

This segment will include

bull Suitable dishparabolic antenna for Geo Satellite Reception (gt7 meter

elevationazimuth mounted steerable motorized auto tracking (Beacon) extended C

band (up to 49 GHz) with polarization and polariser drive motor as required

compliance to relevant ITU specs gain as required)

bull LNA Down converter subsystem with mainredundant configuration for extended C

band

bull IF subsystem consisting of BPSKQPSK demodulators DRTAWS burst

demodulatorsreceivers and decodersbit synchronizers (in redundant configuration)

bull Control Systems Network Management Software Remote monitoringmanagement

systems and Software RF cabling Instrument racks Power Systems

bull Antenna installation and commissioning operations and comprehensive support

22 Base band Data Reception Segment

Raw data from ground station for each of the data streams will be input to this system

Single data stream will be processed in each DR system It will include methods and

technologies (hardware andor firmwaresoftware) specifically developed by ISRO or

Bidders for receiving re-formatting the sensor(s) data streams as well as the DRTAWS

data streams

Major modules of this segment are

bull Bit synchronization

bull Frame synchronization

bull De-randomization De-commutation of data-stream

bull DRT receivers

bull Processing of various fields of data

bull Display of the Satellite Instrument HK data Quick look display

bull Raw data Archival

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 9

The methodology of the data acquisition and raw data storage will be such that failure of

acquisition-link elements does not result in the loss of raw data This segment does not

contain any detailed image processing functions The de-commutated band-separated

time-tagged video data will be transferred to the Data Processing computer through a well-

defined protocol along with auxiliary data for data products generation All interfaces of data

transfer protocols and the data formats shall be providedoutlined out in advance

Fig Indicative Configuration of One chain of Data Reception System for Met Sensor

VHRRCCDIMAGER

SOUNDER Serial Data Stream

To other

servers

through NW

Bit

Synchronizer

Data Acquisition

System

Data

Reception

Server

with

Software

Data

Processing

System RF

Section

Display System

for PQLD

Raw Data

Archival System

Hardware

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 10

Fig OVERALL LINE DIAGRAMFIGURE FOR MMDRPS

23 Data Processing

The ldquoData Processing Systemrdquo will cater to the requirements of processing of INSAT-3DR

INSAT 3D SounderImager INSAT-3A VHRR CCD and KALPANA-1 VHRR data The pre-

processed Data and other ancillary information will be archived on the central storage

system The Application Generation system uses this data from the central storage system

for retrieval of various meteorological parameters and images Further the system

configuration has multiple servers which will handle other conventional types of data and

AWSARGAMSGTS data with customized packages

The main ldquoData Processing Systemrdquo with complete redundancy will accept real time imaging

data of five streams from data acquisition system The front-end system will consist of five

Database

Management

System Applications GIS

Image Analysis

systems Backup Archival System

RF Receiver

+

Base Band

Data Reception

System

for All Sensors

+

P- QLD

+

RAW Archival

System

Data Processing

System

for IMAGER

SOUNDER CCD

VHRR

Antenna + LNA

Centralized

Storage

Applications

Product

Generation

Systems

Ancillary Data

Acquisition and

Processing System

Data

Dissemination

System

Aux Data

Product

Monitoring

amp

Management

System

IMD WEB

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 11

Linux-based servers All five servers will have four processors each For each set of main

and redundant data streams one processed data stream will be selected as prime for

parameter retrieval The data of the other stream will be purged All these machines will be

networked to a common 1(One) PB (Petabyte) Unified storage (both SANNAS partition)

through FC switches An additional 1 Petabyte will be used as back up and will be synced

with main 1 PB storage based on archive policy This configuration provides back-up

storage and redundancy

Kalpana-1 VHRR

redundant DP system

OFFLINE

(Tape Based)

ARCHIVAL

SYSTEM

IP Based SIDS

System amp

Display Units

Color Network Printer

BW Network Printer

5 Remote Image Analysis Client

Systems

LAN Switches

1G Copper

20 Image Analysis Client

Systems

1 PB

PRIMARY

STORAGE

Ethernet

Network

Network

SECONDARY

STORAGE

Insat-3A

DP System

Insat-3D Imager

DP System

BackupArchival

Server

PMMS Server

Data

Dissemination System

Kalpana-1 VHRR DP

System

Insat-3D IMG SND

DP System

Insat-3DR IMGSND

DP System

Database Management

System

Ancillary Data

Processing System

On line digital

processed data supply

server

RAPID

SERVER

Redundant

Backup

Archival Server

Redundant Data

Dissemination System

Insat-3A

Redundant DP

System

Insat-3D Imager

Redundant DP

System

Redundant

PMMS Server

Insat-3D IMGSND

Redundant DP

System

Insat-3DR IMGSND

Redundant DP System

Redundant Database

Management System

Redundant Ancillary

Data Processing

System

Redundant On line

digital processed

data supply server

Redundant RAPID

SERVER

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 12

Fig Data Processing Application Product Generation Centralized Storage System

24 Data Dissemination systems

As part of dissemination of imagesproducts to other systems the data products system will

use the ldquoData Dissemination Systemrdquo to transfer the images in the required format

Following Data Dissemination modes are planned as part of data dissemination activity

bull Transfer of Imagery to web site

bull Conversion of products to HRITLRIT format for dissemination to remote stations

bull Conversion of products to GTS format and transmission to Meteorological

communications computer

bull Encodingdecoding of products and AWSARGAMS data in WMO format and

transmission to Meteorological communications computers

bull Transfer of imagery to IP based SIDS system

bull GUI based and script based software for format conversion (NetCDF GeoTIFF

ASCII) of multiplebunch data files for offline supply data

bull Onlineoffline visualization and analysis of meteorological data through RAPID

25 Data Archival systems (Raw and Processed)

A suitable data archival system (Raw and Processed) shall be proposed by the vendors for

MMDRPS system This shall take into account the software and hardware for following

Base-band Data Reception System (DRS)

bull Software for archival replay

bull Raw data Archival in DP format

bull Disk archival

bull Additional raw data archive of two selected chains

bull Data Archive Disks for each base band chain with usable storage of 6TB or higher

bull Secondary archive drives of latest version

bull Raw Data Archival and management with secondary archival (back-up)

bull Digital Recording (Raw Archival)

bull Raw Archival server with storage system

Database Management System

bull Archival of Metadata for all Pre-processed data and Retrieval Parameters

bull Archival of AWSARGAMS and GTS Data

Ancillary Data Processing

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 13

bull Transfer Processing and Archival of Automatic Weather Station (AWSARGAMS)

Data

bull Transfer Processing and Archival of data received on Global Telecommunication

System (GTS)

26 All associated elements like NetworksLANWAN Powering Systems UPS Gensets

CablingConduiting and officecomputer furniture

27 Installation commissioning operationalization and operations (for pre-determined

period)

28 Project management documentation project activities like technical reviews

schedule management and staff deployment etc

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 14

Annexure-B

Deliverables

The MMDRPS system and Work Package will consist of the following major

segmentsactivities

(i) RF Segment with outdoor Antenna(s) and associated RFIF Receivers

Ground System comprising of the following elements

SlNo Particular Qty

72 m Antenna System

1 Foundation 3

2 Antenna Subreflector and Pedestal 3

3 Feed System 3

4 Control System 3

5 Antenna Control Unit 3

6 Beacon Tracking Receiver 3

RF Downlink System

1 LNA 6

2 LNA Control 3

3 Down Converters 15

Baseband System

1 Demodulator (Tunable) 15

Timing System

1 GPS Receiver 1+1

2 Time Code Reader 1+1

3 Networking Server 1+1

M amp C System

1 M amp C System (Hardware amp Software) 3

Interface elements

1 Cables

Lot as per

requirements

2 Racks

3 Patch Panels Jacks Couplers

Test Instruments

1 VSA NFA Handheld Spectrum Analyzer with

Oscilloscope Rack Mounted Spectrum Analyser

Signal Generator Power Meter

One each

Common for all

antenna

2 Oscilloscope

3 PC amp Color Printer

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 15

Overall system descriptions is in Annexure A

(ii) Baseband Reception Systems for (a) Satellite Met Sensors Data Streams

(b) AWS channels data stream(s)

a Deliverable

Name of Units No of Units

Bit Synchronizer 14 Data Acquisition System 14 Data Reception Server 18 Raw Data Archival Server and Storage System

2

Workstations for network PQLDRaw Archival

14

Network Elements 10 TCG with NTP 2 Rack mounted MSO 2 DR Software 7 sets AWS front end Receivers 4 sets Instrument Racks cabling accessories and LAN networking

as required

b Computer Configurations for DR Server (Broad Specifications)

Specification Quantity Configuration ndash 1 (Server) 9+9 2U Rack mounted 2-CPU server 8 Core Intel Xeon E5 V4 series CPU with minimum 3 GHz or better 25 MB cache or better Intel C610 Chipset or better

256 GB 2400 MHz DDR4 RDIMM with minimum 8 DIMMs

bull 2 x Enterprise 600GB SAS 6Gbs 10K RPM or Better

bull 10 x 4 TB SAS 7200 RPM hot plug HDDs in RAID-105 Minimum 4 nos of 1001000Mbps RJ ports and 2 x 10GbE RJ45 copper ports At-least 2 x PCI-E 30 (x16) Full-height 1 x PCI-E 30 (x8) Full-height Graphics port 1280 x 1024 (1 No) Graphics adaptor 17rdquo Rack mounted console DVDCD-writer OS Windows Server 2012 R2

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 16

c Workstations for Networked PQLD

Specification Quantity Configuration ndash 2 (Workstation) 12 2-CPU 14 core Intel Xeon E5 V4 series CPU with 25 GHz or better minimum 35 MB cache Intel C612 Chipset or latest

128 GB DDR4 RAM (as per latest speed and standards) 2 x 1000 GB HDD 2 x 2 TB Images storage HDDs Minimum 1 nos of 1001000Mbps RJ ports and 1 x 10GbE RJ45 copper port 1x Graphics adaptor with 4GB memory 30rdquo32rdquo Hi-resolution colour display monitor 4K resolution compatible with graphics card DVDCD-writer OS Windows Server 2012 R2 or Windows 10

d Raw Archival Server with Storage System

Specification Quantity Configuration ndash 3 (Server) 2 Intel Xeon E5 V4 series CPU or better as per latest series gt25 GHz

128 GB RAM 2x 1000 GB HDD 4x1000 TX network port 2 x10GbE RJ45 copper port Add on NASDAS with Raid Controller ndash 400 TB (As required) 27rdquo colour display monitor DVDCD - writer OS Windows Server 2012 R2 or Windows 10

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 17

(iii)Data Processing system(s) amp Data Dissemination system(s)

a Deliverables

SlNo Name of Units No of Units

Data Processing and Applications Systems

1 Data Processing Servers (K1VHRR 3A VHRR

3ACCD 3DIMG 3DSND 3DRIMG 3DRSND)

5+5

2 Data Ingest Servers 4

3 Database Server 2

4 Image Analysis Server 2

5 Data Dissemination Server SIDS Server 3

6 Web Server 3

7 Web Applications Server (GIS Web based

Visualisation and Analysis)

4

8 Ancillary Data Processing Server (GTS AWS BUFR) 2

9 Calibration and Validation Server 2

10 Image Analysis Clients 25

11 Central Data Flow Monitoring and Management 2

12 Web Monitoring 1

13 Data Quality Check 1

14 Backup and HSM 2

15 Data Visualisation Nodes 2

16 Video Wall 2

Centralised Hardware

1 1G10 G Switches and Networking (setspackages) 4

2 100 1000 LAN Switches and Networking 6

3 High Speed SSD Storage (50 TB) 1

4 Multi-Tier Data Storage System (1 PB and expandable) 1

5 125 KVA UPS (with redundant controllers plus

batteries for 30 minutes backup)

2

6 SIDS terminal along with STB 25

7 Multi monitor video wall 1

b Computer configurations

Data Processing and Applications Systems

1 Data Processing Servers (K1VHRR 3A VHRR 3ACCD 3DIMG 3DSND 3DRIMG

3DRSND)

5+5

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 18

SN Item Description of Requirement 1 Processor 6 x Intelreg Xeonreg Platinum series processors

with min 27GHz Min 33MB Cache 24 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C602J Chipset or Better

3 Memory Min 1TB DDR4 1866 MHz Registered Memory amp Upgradeable to 3TB of Memory

4 Memory Slots Min 96 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 2 x Gen 2 min4 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 8 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 6 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 6 USB ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 4U Rack Mountable

18 Redundant FAN Hot Plug redundant fans with N+1 Redundancy

19 Power Supply Redundant hot plug platinum min1400W power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management 21 Manageability

Features Should be able to manage systems through a web-browser OEM to provide its own systems management software

22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 19

2 Data Ingest Servers 4

3 Database Server 1

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 32GHz Min 25MB Cache 16 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256 GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024

15 Operating System Redhat Enterprise linux 7x with 3 years subscription

16 Operating System support

Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser OEM to provide its own systems management software

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 20

22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

4 Image Analysis Server 1

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E7-8890v4 processors with

min 24GHz Min 25MB Cache24 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots

5 Memory Features Advanced ECC Mirrored Memory Online Spare Memory

6 Network Controller Min 2 x 1GbE Network ports and Min 2 x 10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 21

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

5 Data Dissemination Server SIDS Server (Tower model) 2

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 23GHz Min 45MB Cache 18 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024

15 Operating System Redhat Enterprise linux 7x with 3 years subscription

16 Operating System support

Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser

OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 22

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

6 Web Server 2

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 32GHz Min 25MB Cache 8 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management 21 Manageability

Features Should be able to manage systems through a web-browser OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 23

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

7 Web Applications Server (GIS Web based Visualisation and Analysis) 4

SN Item Description

1 Make amp Model

2 CPU 4 x Intel Xeon Processor E-7 8890 V4 34 GHz or higher 24 core 60 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 1TB GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs 4 16TB SSD in RAID1

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 24

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

8 Ancillary Data Processing Server (GTS AWS BUFR) 2

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 256 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 25

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

9 Calibration and Validation Server 2

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 26

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel)

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

10 Image Analysis Clients 25

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-7 4830 V4 28 GHz or higher 14 core 25 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P2000 5 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM

18 Power Supply 900 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

11 Central Data Flow Monitoring and Management 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

12 Data Visualisation Nodes 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

13 Backup and HSM Server 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

14 Video Wall 2x2 configuration (LCD and Controller) 2+1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31

A LCD Group Specification Item Detailed Specification

System

Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall

Display technology Liquid Crystal Display

Display size and resolution

The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels

Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001

Architecture

The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime

Signal Interface

Input terminals

1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )

Output terminals 1x Digital DVI-D 1xRS422 RJ-45

Component input compatibility

480i 480P 720P 1080i 1080P

Scan rate Fh 30~75KHz Fv 50~85Hz

Video compatibility NTSC PAL SECAM

Timing compatibility

720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz

User controls

Power control 1 AC power ONOFF switch Wire control RS232C RS422 input

LED indicator System indicator display to show system status

IR remote IR remote OSD style list type OSD format

On Screen display Input selection picture image and tiling should be adjusted using OSD

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32

Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning

OSD Languages English

Wall control amp monitoring

Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience

Electrical AC power input range 90~240VAC 5060Hz 5A max

Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC

System Reliability

Operating temperature 0~40degC Operating relative humidity

20~80

MTBF gt= 50000 hours

B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the

same manufacturer Reputed Company The OEM should be an established

multinational in the field of video walls and should have installations around the world

Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos

Chassis 19rdquo industrial Rack mount Lockable front door to protect drives

Operating System Platform

Window 7- 64 bit

Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD

Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt

Supports Add on copper optical fiber adapters

Input Output supported

Serial ATA LAN

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33

2x RJ45 LAN ports USB 20 port

RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset

Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply

HDD Cooling FAN

LAN ports Scalability Display multiple source windows in any size

anywhere on the wall Control functions Brightness contrast saturation Hue

Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency

power supply AC Voltage 100 - 240V 50-60Hz

Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing

Wall management SW Scaling and display Software tp enable the user to display

multiple sources in any size and anywhere on the display wall

Auto Source Detection Software should support for auto source detection

Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts

Scenarios Software should able to Save and Load desktop layouts from Local or remote machines

Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user

Layout Preveiw Software should support layout preview option

Launch Application Software should be able to support

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34

Integration with 3rd party devices

System should offer interface to enable control from 3rd party devices like Creston AMX etc

Live Preview Software should able to provide live preview of video wall

Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall

Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)

Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere

on the display wall Inside the ticker window font size colour and background can be set

Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker

SNTP System should support SNTP function Protection System should have Hardware License key to

protect the software from unauthorized access

Pre- Qualification Requirements

OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India

(iv) Data Archival system(s) (Raw and Processed)

SN Name of Units No of Units

Centralised Hardware

1 High Speed SSD Storage (50 TB) 1

2 Multi-Tier Data Storage System (1 PB and expandable)

Primary and Secondary each

bull Unified storage device

bull Provision for online replication of luns

bull Provision for Fibre 10g (min 40g)

1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35

bull Provision for expansion should be there

3 LTODisk Based Library 1

4 SIDS terminal along with STB

Minimum 32 inch LED Screens having support for

following

AV HDMI USB RJ-45 along with built in Wifi

STB

Set top box should have programming support

Should have RJ-45 1Gbps and Wifi connectivity

Should have adequate support for python

Should have linux flavoured Operating system and provide

support for protocols like telnet ssh scp and ftp

25

(v) All associated elements like Network(s)LANWAN Powering Systems UPS

Gensets CablingConduiting and officecomputer furniturersquos

1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant

controllers plus batteries for 30 minutes backup)

2

a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis

b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum

VAH 90000)

c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation

Transformer for Input Side (Delta to Star Transformer Required)

Sr No

Description Parameters required

1 General Specifications 11 UPS topology On line double conversion VFI

SS 111 12 Architecture of the UPS Modular scalable redundant

based on Available kVA Power Modules

121 InOut phase Configuration

Three phase-Three phase single phase

122 Neutral Neutral Passing through

123 Output wave form on mains run

Sinusoidal

124 Output wave form on battery run

Sinusoidal

125 Bypass type Static and electro mechanic

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36

126 Transfer time Zero

127 UPS Module 100 kVA

128 UPS Chassis 120 kVA

13 Input

131 Nominal Voltage

400 V three phase 230V single phase

132 Voltage range -20 +15

133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power

To be furnished by the vender

134 Frequency

50 Hz to 60Hz (autosensing)

135 THDIin lt 3 al 100 of nominal load

136 Power Factor

gt 099 from 50 to 100 of nominal load

141 Output with mains

142 Nominal voltage 400 V three phase

143 Nominal power 100

144 Active power 100

145 Output waveform Sinusoidal

146 Voltage variation (static)

plusmn 1

147 Voltage variation (dynamic 0-100 100-0)

plusmn 1

148 Output voltage variation at unbalance load

plusmn 1

149 Phase displacement-100 unbalance load

120degplusmn 1deg

1410 Short circuit capability 300(p-p) for 1-sec

1411 THDv on nominal power (linear load)

lt 05

1412 THDv on nominal power (not linear load PF=07)

lt 1

1413 Frequency

50 Hz o 60 Hz (autosensing or selectable)

1414

Frequency tolerance Synchronized with input frequency or

plusmn 1 free run

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37

1415 Current Crest Factor

31 accordingly with IEC 62040-3

1416 Overload capability unity PF

bull 5 minutes or higher

bull 30 seconds or higher

110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention

15 Battery

151 Type

Lead Acid sealed free maintenance VRLA

152 Make

Exide Amco Panasonic Amara Raja

153 Model

To be furnished by the vendor

154 Nominal UPS Battery Voltage

252 Volt DC

155

Battery Backup time

30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)

156 Battery charger type

PWM hi efficiency one in each power module

157 Charging Cycle

Intelligent with boost charge and advanced management

159 Required VAH (12V x No of Battery x Battery AH)

Minimum 90000 VAH

1510 Weight of battery

To be furnished by the vendor

1511 Weight of battery cabinet

To be furnished by the vendor

1512 Dimensions of battery cabinet

To be furnished by the vendor

1513 Battery guaranty

2 years or more (free replacement)

16 Environmental specifications

161 Noise level 1m 42 divide 46 dBA

162 Working temperature range

from 0degC to +40degC

163 Stock temperature range

from -20degC to +50degC (excluded batteries)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38

164 Humidity range 20-80 not condensing

165 Protection degree IP21

17 Communication Interface

2 serial port RS232 1 logical level port 4 Dry contacts port

18 External Isolation Transformer required at Input Side

OEM Make 120 kVA

19 Standards

ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3

20 Protection

201 Overload (OL) To be complied [YesNo]

202 Short circuit (SC) To be complied [YesNo]

203 Input low voltage

To be complied [YesNo]

204 Output overvoltage

To be complied [YesNo]

205 Battery overcharging

To be complied [YesNo]

206 Battery over discharging

To be complied [YesNo]

21 Recommended Copper cable size in sq mm

To be furnished by the vendor

22 Recommended breaker rating in Amps

To be furnished by the vendor

23 Rectifier DC voltage ripples

lt1

24 Static bypass arrangement

241 Rated voltage (3 phase with neutral)

400V

242 Voltage variation plusmn20

243 Nominal frequency 50 Hz

244 Maintenance bypass switch

Inbuilt

25 Factory Test Certificate CE ISO 9001 amp ISO 14001

26 UPS Make Emerson Socomec Riello

AROS APC (Schneider) Numeric

27 UPS Model To be furnished by the vendor

28 Dimension and Weight of UPS

To be furnished by the vendor

29 3 years Warranty for total solution offered

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39

2 10 G Switches and Networking (setspackages)

Copper 10g Fiber 10g and FC SAN Switch

6

Features Specifications

Switching Architecture and Performance (Fibre10g Switch)

Interface Required

Minimum 48 ports of 10G SFP+ ports on day 1

Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1

Standards Support

Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC addrress

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies from day 1

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

Features Specifications

Switching Architecture and Performance (copper 10g switch)

Interface Required

Minimum 48 ports of 10GbaseT Rj45 ports

Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

switch should also support Multi-chassis link aggregation (MC-LAG)

Standards Support

Support 100100010GBASE-T copper interfaces 40GBASE QSFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42

8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC address

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

48 Port FC SAN Switch Specifications

SNo Specifications

1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports

2 The switch should support auto-sensing 2 4 8 10 and 16

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44

Gbitsec capabilities

3

The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)

4 The switch should be rack mountable

5 Non disruptive Microcode firmware Upgrades and hot code activation

6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end

7

Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic

8 The Switch should be configured with the Zoning and ISL Licenses

9

The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking

10 Support for web based management and should also support CLI

11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access

12

It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status

13

Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)

14 Should provide enterprise-class availability features such as redundant and hotpluggable components

15 Should have Front-to-back airflow and Back-to-front airflow

16 Port to Port latency should be 700 ns

17 The switch should support Inflight Compression and Encryption

18 The switch should have an option for DC power supply also

3 CablingConduiting

4 officecomputer furniturersquos

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45

(vi) Installation commissioning operationalization and operations (for pre-

determined period)

(vii) Project Management Documentation Project activities like Technical

Reviews Schedule Management and Staff deployment etc

(viii) Cabling conduiting as required

(ix) Office furniturersquos computers

(x) Embedded warranty for 3 years and comprehensive non comprehensive

AMC for 2 years

The complete End to End systems will be supplied installed commissioned and operated

as a turnkey project within pre-decided schedule The system requirements are listed in

Annexure-A

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46

Annexure-C

EOI Response Sheet

Requirement Response

Vendor Information

1 Name of Person and Organisation responsible for the information contained in EOI

2 Postal AddressTelephoneFaxemail address

3 ExperienceExpertise in A Meteorological system development and

deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related

field) E Data storage and management F Software design and development

Attach as required

4 Capability in indigenous development of data reception and processing facility (hardware and software)

Attach as required

5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration

Attach as required

6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure

Attach as required

7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs

Attach as required

8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables

Attach as required

9 Describe any third party alliances relationships and dependencies

10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc

Attach as required

11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules

Attach as required

12 Provide information on proposed methodology of carrying out the work

13 Details of deliverables and services offered as part of the EOI

14 Compliance matrix to the EOI Attach as required

15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc

Attach as required

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47

Annexure-D

GENERAL INSTRUCTIONS FOR EOI

1 We invite your proposal duly signed single part in a sealed envelope marked as

follows

Response to EOI MMDRPS Project

2 EOI Bidder related

21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above

22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them

3 Your EOI response should reach us on or before the due date and time Late

proposals received after the due date and time will not be considered

4 Meeting

In order to provide a better understanding of the requirement it is proposed to have a

meeting with the prospective vendors at ANTRIX Bangalore Vendors who are

desirous to attend the meeting may provide details of the representatives attending

the meeting in advance

5 VendorBidder shall discuss among others system engineering aspects design

optimum utilization of satellitecommunication resources the installation plan amp

methodology operations plan training plan warranty amp comprehensive AMC

methodology acceptance procedures and plans etc

6 Vendor shall prepare a detailed specifications document based on the selected

configurationoptionssystemscommitments and make presentation to ANTRIX The

draft specification document shall also include all aspects described above in para

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48

7 Delivery Schedule

The desired delivery schedule for the complete system is 7 to 8 months from the

placement of the purchase order Bidder shall provide the delivery schedule being

proposed along with milestones (like supply of hardwaresoftware installation testing

amp acceptance etc) in the EOI response

8 Any other system or sub system which is relevant for fulfilling implementation of the

scheme shall be brought to the attention by the vendor and detailed in EOI response

9 The vendor submitting response to this EOI and found technically suitable will only be

issued RFP at a later stage

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49

Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited

(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person

2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources

3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person

under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI

4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to

appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application

5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or

opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this

EOI document

Page 9: EOI for MMDRPS - Antrix Corporation for MMDRPS.pdfelectronics, computers, networking, power systems, furniture/fixtures, installation and commissioning. The proposed system will acquire

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 9

The methodology of the data acquisition and raw data storage will be such that failure of

acquisition-link elements does not result in the loss of raw data This segment does not

contain any detailed image processing functions The de-commutated band-separated

time-tagged video data will be transferred to the Data Processing computer through a well-

defined protocol along with auxiliary data for data products generation All interfaces of data

transfer protocols and the data formats shall be providedoutlined out in advance

Fig Indicative Configuration of One chain of Data Reception System for Met Sensor

VHRRCCDIMAGER

SOUNDER Serial Data Stream

To other

servers

through NW

Bit

Synchronizer

Data Acquisition

System

Data

Reception

Server

with

Software

Data

Processing

System RF

Section

Display System

for PQLD

Raw Data

Archival System

Hardware

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 10

Fig OVERALL LINE DIAGRAMFIGURE FOR MMDRPS

23 Data Processing

The ldquoData Processing Systemrdquo will cater to the requirements of processing of INSAT-3DR

INSAT 3D SounderImager INSAT-3A VHRR CCD and KALPANA-1 VHRR data The pre-

processed Data and other ancillary information will be archived on the central storage

system The Application Generation system uses this data from the central storage system

for retrieval of various meteorological parameters and images Further the system

configuration has multiple servers which will handle other conventional types of data and

AWSARGAMSGTS data with customized packages

The main ldquoData Processing Systemrdquo with complete redundancy will accept real time imaging

data of five streams from data acquisition system The front-end system will consist of five

Database

Management

System Applications GIS

Image Analysis

systems Backup Archival System

RF Receiver

+

Base Band

Data Reception

System

for All Sensors

+

P- QLD

+

RAW Archival

System

Data Processing

System

for IMAGER

SOUNDER CCD

VHRR

Antenna + LNA

Centralized

Storage

Applications

Product

Generation

Systems

Ancillary Data

Acquisition and

Processing System

Data

Dissemination

System

Aux Data

Product

Monitoring

amp

Management

System

IMD WEB

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 11

Linux-based servers All five servers will have four processors each For each set of main

and redundant data streams one processed data stream will be selected as prime for

parameter retrieval The data of the other stream will be purged All these machines will be

networked to a common 1(One) PB (Petabyte) Unified storage (both SANNAS partition)

through FC switches An additional 1 Petabyte will be used as back up and will be synced

with main 1 PB storage based on archive policy This configuration provides back-up

storage and redundancy

Kalpana-1 VHRR

redundant DP system

OFFLINE

(Tape Based)

ARCHIVAL

SYSTEM

IP Based SIDS

System amp

Display Units

Color Network Printer

BW Network Printer

5 Remote Image Analysis Client

Systems

LAN Switches

1G Copper

20 Image Analysis Client

Systems

1 PB

PRIMARY

STORAGE

Ethernet

Network

Network

SECONDARY

STORAGE

Insat-3A

DP System

Insat-3D Imager

DP System

BackupArchival

Server

PMMS Server

Data

Dissemination System

Kalpana-1 VHRR DP

System

Insat-3D IMG SND

DP System

Insat-3DR IMGSND

DP System

Database Management

System

Ancillary Data

Processing System

On line digital

processed data supply

server

RAPID

SERVER

Redundant

Backup

Archival Server

Redundant Data

Dissemination System

Insat-3A

Redundant DP

System

Insat-3D Imager

Redundant DP

System

Redundant

PMMS Server

Insat-3D IMGSND

Redundant DP

System

Insat-3DR IMGSND

Redundant DP System

Redundant Database

Management System

Redundant Ancillary

Data Processing

System

Redundant On line

digital processed

data supply server

Redundant RAPID

SERVER

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 12

Fig Data Processing Application Product Generation Centralized Storage System

24 Data Dissemination systems

As part of dissemination of imagesproducts to other systems the data products system will

use the ldquoData Dissemination Systemrdquo to transfer the images in the required format

Following Data Dissemination modes are planned as part of data dissemination activity

bull Transfer of Imagery to web site

bull Conversion of products to HRITLRIT format for dissemination to remote stations

bull Conversion of products to GTS format and transmission to Meteorological

communications computer

bull Encodingdecoding of products and AWSARGAMS data in WMO format and

transmission to Meteorological communications computers

bull Transfer of imagery to IP based SIDS system

bull GUI based and script based software for format conversion (NetCDF GeoTIFF

ASCII) of multiplebunch data files for offline supply data

bull Onlineoffline visualization and analysis of meteorological data through RAPID

25 Data Archival systems (Raw and Processed)

A suitable data archival system (Raw and Processed) shall be proposed by the vendors for

MMDRPS system This shall take into account the software and hardware for following

Base-band Data Reception System (DRS)

bull Software for archival replay

bull Raw data Archival in DP format

bull Disk archival

bull Additional raw data archive of two selected chains

bull Data Archive Disks for each base band chain with usable storage of 6TB or higher

bull Secondary archive drives of latest version

bull Raw Data Archival and management with secondary archival (back-up)

bull Digital Recording (Raw Archival)

bull Raw Archival server with storage system

Database Management System

bull Archival of Metadata for all Pre-processed data and Retrieval Parameters

bull Archival of AWSARGAMS and GTS Data

Ancillary Data Processing

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 13

bull Transfer Processing and Archival of Automatic Weather Station (AWSARGAMS)

Data

bull Transfer Processing and Archival of data received on Global Telecommunication

System (GTS)

26 All associated elements like NetworksLANWAN Powering Systems UPS Gensets

CablingConduiting and officecomputer furniture

27 Installation commissioning operationalization and operations (for pre-determined

period)

28 Project management documentation project activities like technical reviews

schedule management and staff deployment etc

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 14

Annexure-B

Deliverables

The MMDRPS system and Work Package will consist of the following major

segmentsactivities

(i) RF Segment with outdoor Antenna(s) and associated RFIF Receivers

Ground System comprising of the following elements

SlNo Particular Qty

72 m Antenna System

1 Foundation 3

2 Antenna Subreflector and Pedestal 3

3 Feed System 3

4 Control System 3

5 Antenna Control Unit 3

6 Beacon Tracking Receiver 3

RF Downlink System

1 LNA 6

2 LNA Control 3

3 Down Converters 15

Baseband System

1 Demodulator (Tunable) 15

Timing System

1 GPS Receiver 1+1

2 Time Code Reader 1+1

3 Networking Server 1+1

M amp C System

1 M amp C System (Hardware amp Software) 3

Interface elements

1 Cables

Lot as per

requirements

2 Racks

3 Patch Panels Jacks Couplers

Test Instruments

1 VSA NFA Handheld Spectrum Analyzer with

Oscilloscope Rack Mounted Spectrum Analyser

Signal Generator Power Meter

One each

Common for all

antenna

2 Oscilloscope

3 PC amp Color Printer

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 15

Overall system descriptions is in Annexure A

(ii) Baseband Reception Systems for (a) Satellite Met Sensors Data Streams

(b) AWS channels data stream(s)

a Deliverable

Name of Units No of Units

Bit Synchronizer 14 Data Acquisition System 14 Data Reception Server 18 Raw Data Archival Server and Storage System

2

Workstations for network PQLDRaw Archival

14

Network Elements 10 TCG with NTP 2 Rack mounted MSO 2 DR Software 7 sets AWS front end Receivers 4 sets Instrument Racks cabling accessories and LAN networking

as required

b Computer Configurations for DR Server (Broad Specifications)

Specification Quantity Configuration ndash 1 (Server) 9+9 2U Rack mounted 2-CPU server 8 Core Intel Xeon E5 V4 series CPU with minimum 3 GHz or better 25 MB cache or better Intel C610 Chipset or better

256 GB 2400 MHz DDR4 RDIMM with minimum 8 DIMMs

bull 2 x Enterprise 600GB SAS 6Gbs 10K RPM or Better

bull 10 x 4 TB SAS 7200 RPM hot plug HDDs in RAID-105 Minimum 4 nos of 1001000Mbps RJ ports and 2 x 10GbE RJ45 copper ports At-least 2 x PCI-E 30 (x16) Full-height 1 x PCI-E 30 (x8) Full-height Graphics port 1280 x 1024 (1 No) Graphics adaptor 17rdquo Rack mounted console DVDCD-writer OS Windows Server 2012 R2

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 16

c Workstations for Networked PQLD

Specification Quantity Configuration ndash 2 (Workstation) 12 2-CPU 14 core Intel Xeon E5 V4 series CPU with 25 GHz or better minimum 35 MB cache Intel C612 Chipset or latest

128 GB DDR4 RAM (as per latest speed and standards) 2 x 1000 GB HDD 2 x 2 TB Images storage HDDs Minimum 1 nos of 1001000Mbps RJ ports and 1 x 10GbE RJ45 copper port 1x Graphics adaptor with 4GB memory 30rdquo32rdquo Hi-resolution colour display monitor 4K resolution compatible with graphics card DVDCD-writer OS Windows Server 2012 R2 or Windows 10

d Raw Archival Server with Storage System

Specification Quantity Configuration ndash 3 (Server) 2 Intel Xeon E5 V4 series CPU or better as per latest series gt25 GHz

128 GB RAM 2x 1000 GB HDD 4x1000 TX network port 2 x10GbE RJ45 copper port Add on NASDAS with Raid Controller ndash 400 TB (As required) 27rdquo colour display monitor DVDCD - writer OS Windows Server 2012 R2 or Windows 10

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 17

(iii)Data Processing system(s) amp Data Dissemination system(s)

a Deliverables

SlNo Name of Units No of Units

Data Processing and Applications Systems

1 Data Processing Servers (K1VHRR 3A VHRR

3ACCD 3DIMG 3DSND 3DRIMG 3DRSND)

5+5

2 Data Ingest Servers 4

3 Database Server 2

4 Image Analysis Server 2

5 Data Dissemination Server SIDS Server 3

6 Web Server 3

7 Web Applications Server (GIS Web based

Visualisation and Analysis)

4

8 Ancillary Data Processing Server (GTS AWS BUFR) 2

9 Calibration and Validation Server 2

10 Image Analysis Clients 25

11 Central Data Flow Monitoring and Management 2

12 Web Monitoring 1

13 Data Quality Check 1

14 Backup and HSM 2

15 Data Visualisation Nodes 2

16 Video Wall 2

Centralised Hardware

1 1G10 G Switches and Networking (setspackages) 4

2 100 1000 LAN Switches and Networking 6

3 High Speed SSD Storage (50 TB) 1

4 Multi-Tier Data Storage System (1 PB and expandable) 1

5 125 KVA UPS (with redundant controllers plus

batteries for 30 minutes backup)

2

6 SIDS terminal along with STB 25

7 Multi monitor video wall 1

b Computer configurations

Data Processing and Applications Systems

1 Data Processing Servers (K1VHRR 3A VHRR 3ACCD 3DIMG 3DSND 3DRIMG

3DRSND)

5+5

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 18

SN Item Description of Requirement 1 Processor 6 x Intelreg Xeonreg Platinum series processors

with min 27GHz Min 33MB Cache 24 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C602J Chipset or Better

3 Memory Min 1TB DDR4 1866 MHz Registered Memory amp Upgradeable to 3TB of Memory

4 Memory Slots Min 96 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 2 x Gen 2 min4 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 8 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 6 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 6 USB ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 4U Rack Mountable

18 Redundant FAN Hot Plug redundant fans with N+1 Redundancy

19 Power Supply Redundant hot plug platinum min1400W power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management 21 Manageability

Features Should be able to manage systems through a web-browser OEM to provide its own systems management software

22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 19

2 Data Ingest Servers 4

3 Database Server 1

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 32GHz Min 25MB Cache 16 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256 GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024

15 Operating System Redhat Enterprise linux 7x with 3 years subscription

16 Operating System support

Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser OEM to provide its own systems management software

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 20

22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

4 Image Analysis Server 1

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E7-8890v4 processors with

min 24GHz Min 25MB Cache24 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots

5 Memory Features Advanced ECC Mirrored Memory Online Spare Memory

6 Network Controller Min 2 x 1GbE Network ports and Min 2 x 10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 21

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

5 Data Dissemination Server SIDS Server (Tower model) 2

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 23GHz Min 45MB Cache 18 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024

15 Operating System Redhat Enterprise linux 7x with 3 years subscription

16 Operating System support

Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser

OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 22

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

6 Web Server 2

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 32GHz Min 25MB Cache 8 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management 21 Manageability

Features Should be able to manage systems through a web-browser OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 23

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

7 Web Applications Server (GIS Web based Visualisation and Analysis) 4

SN Item Description

1 Make amp Model

2 CPU 4 x Intel Xeon Processor E-7 8890 V4 34 GHz or higher 24 core 60 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 1TB GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs 4 16TB SSD in RAID1

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 24

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

8 Ancillary Data Processing Server (GTS AWS BUFR) 2

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 256 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 25

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

9 Calibration and Validation Server 2

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 26

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel)

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

10 Image Analysis Clients 25

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-7 4830 V4 28 GHz or higher 14 core 25 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P2000 5 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM

18 Power Supply 900 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

11 Central Data Flow Monitoring and Management 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

12 Data Visualisation Nodes 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

13 Backup and HSM Server 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

14 Video Wall 2x2 configuration (LCD and Controller) 2+1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31

A LCD Group Specification Item Detailed Specification

System

Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall

Display technology Liquid Crystal Display

Display size and resolution

The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels

Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001

Architecture

The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime

Signal Interface

Input terminals

1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )

Output terminals 1x Digital DVI-D 1xRS422 RJ-45

Component input compatibility

480i 480P 720P 1080i 1080P

Scan rate Fh 30~75KHz Fv 50~85Hz

Video compatibility NTSC PAL SECAM

Timing compatibility

720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz

User controls

Power control 1 AC power ONOFF switch Wire control RS232C RS422 input

LED indicator System indicator display to show system status

IR remote IR remote OSD style list type OSD format

On Screen display Input selection picture image and tiling should be adjusted using OSD

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32

Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning

OSD Languages English

Wall control amp monitoring

Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience

Electrical AC power input range 90~240VAC 5060Hz 5A max

Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC

System Reliability

Operating temperature 0~40degC Operating relative humidity

20~80

MTBF gt= 50000 hours

B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the

same manufacturer Reputed Company The OEM should be an established

multinational in the field of video walls and should have installations around the world

Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos

Chassis 19rdquo industrial Rack mount Lockable front door to protect drives

Operating System Platform

Window 7- 64 bit

Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD

Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt

Supports Add on copper optical fiber adapters

Input Output supported

Serial ATA LAN

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33

2x RJ45 LAN ports USB 20 port

RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset

Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply

HDD Cooling FAN

LAN ports Scalability Display multiple source windows in any size

anywhere on the wall Control functions Brightness contrast saturation Hue

Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency

power supply AC Voltage 100 - 240V 50-60Hz

Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing

Wall management SW Scaling and display Software tp enable the user to display

multiple sources in any size and anywhere on the display wall

Auto Source Detection Software should support for auto source detection

Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts

Scenarios Software should able to Save and Load desktop layouts from Local or remote machines

Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user

Layout Preveiw Software should support layout preview option

Launch Application Software should be able to support

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34

Integration with 3rd party devices

System should offer interface to enable control from 3rd party devices like Creston AMX etc

Live Preview Software should able to provide live preview of video wall

Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall

Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)

Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere

on the display wall Inside the ticker window font size colour and background can be set

Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker

SNTP System should support SNTP function Protection System should have Hardware License key to

protect the software from unauthorized access

Pre- Qualification Requirements

OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India

(iv) Data Archival system(s) (Raw and Processed)

SN Name of Units No of Units

Centralised Hardware

1 High Speed SSD Storage (50 TB) 1

2 Multi-Tier Data Storage System (1 PB and expandable)

Primary and Secondary each

bull Unified storage device

bull Provision for online replication of luns

bull Provision for Fibre 10g (min 40g)

1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35

bull Provision for expansion should be there

3 LTODisk Based Library 1

4 SIDS terminal along with STB

Minimum 32 inch LED Screens having support for

following

AV HDMI USB RJ-45 along with built in Wifi

STB

Set top box should have programming support

Should have RJ-45 1Gbps and Wifi connectivity

Should have adequate support for python

Should have linux flavoured Operating system and provide

support for protocols like telnet ssh scp and ftp

25

(v) All associated elements like Network(s)LANWAN Powering Systems UPS

Gensets CablingConduiting and officecomputer furniturersquos

1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant

controllers plus batteries for 30 minutes backup)

2

a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis

b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum

VAH 90000)

c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation

Transformer for Input Side (Delta to Star Transformer Required)

Sr No

Description Parameters required

1 General Specifications 11 UPS topology On line double conversion VFI

SS 111 12 Architecture of the UPS Modular scalable redundant

based on Available kVA Power Modules

121 InOut phase Configuration

Three phase-Three phase single phase

122 Neutral Neutral Passing through

123 Output wave form on mains run

Sinusoidal

124 Output wave form on battery run

Sinusoidal

125 Bypass type Static and electro mechanic

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36

126 Transfer time Zero

127 UPS Module 100 kVA

128 UPS Chassis 120 kVA

13 Input

131 Nominal Voltage

400 V three phase 230V single phase

132 Voltage range -20 +15

133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power

To be furnished by the vender

134 Frequency

50 Hz to 60Hz (autosensing)

135 THDIin lt 3 al 100 of nominal load

136 Power Factor

gt 099 from 50 to 100 of nominal load

141 Output with mains

142 Nominal voltage 400 V three phase

143 Nominal power 100

144 Active power 100

145 Output waveform Sinusoidal

146 Voltage variation (static)

plusmn 1

147 Voltage variation (dynamic 0-100 100-0)

plusmn 1

148 Output voltage variation at unbalance load

plusmn 1

149 Phase displacement-100 unbalance load

120degplusmn 1deg

1410 Short circuit capability 300(p-p) for 1-sec

1411 THDv on nominal power (linear load)

lt 05

1412 THDv on nominal power (not linear load PF=07)

lt 1

1413 Frequency

50 Hz o 60 Hz (autosensing or selectable)

1414

Frequency tolerance Synchronized with input frequency or

plusmn 1 free run

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37

1415 Current Crest Factor

31 accordingly with IEC 62040-3

1416 Overload capability unity PF

bull 5 minutes or higher

bull 30 seconds or higher

110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention

15 Battery

151 Type

Lead Acid sealed free maintenance VRLA

152 Make

Exide Amco Panasonic Amara Raja

153 Model

To be furnished by the vendor

154 Nominal UPS Battery Voltage

252 Volt DC

155

Battery Backup time

30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)

156 Battery charger type

PWM hi efficiency one in each power module

157 Charging Cycle

Intelligent with boost charge and advanced management

159 Required VAH (12V x No of Battery x Battery AH)

Minimum 90000 VAH

1510 Weight of battery

To be furnished by the vendor

1511 Weight of battery cabinet

To be furnished by the vendor

1512 Dimensions of battery cabinet

To be furnished by the vendor

1513 Battery guaranty

2 years or more (free replacement)

16 Environmental specifications

161 Noise level 1m 42 divide 46 dBA

162 Working temperature range

from 0degC to +40degC

163 Stock temperature range

from -20degC to +50degC (excluded batteries)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38

164 Humidity range 20-80 not condensing

165 Protection degree IP21

17 Communication Interface

2 serial port RS232 1 logical level port 4 Dry contacts port

18 External Isolation Transformer required at Input Side

OEM Make 120 kVA

19 Standards

ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3

20 Protection

201 Overload (OL) To be complied [YesNo]

202 Short circuit (SC) To be complied [YesNo]

203 Input low voltage

To be complied [YesNo]

204 Output overvoltage

To be complied [YesNo]

205 Battery overcharging

To be complied [YesNo]

206 Battery over discharging

To be complied [YesNo]

21 Recommended Copper cable size in sq mm

To be furnished by the vendor

22 Recommended breaker rating in Amps

To be furnished by the vendor

23 Rectifier DC voltage ripples

lt1

24 Static bypass arrangement

241 Rated voltage (3 phase with neutral)

400V

242 Voltage variation plusmn20

243 Nominal frequency 50 Hz

244 Maintenance bypass switch

Inbuilt

25 Factory Test Certificate CE ISO 9001 amp ISO 14001

26 UPS Make Emerson Socomec Riello

AROS APC (Schneider) Numeric

27 UPS Model To be furnished by the vendor

28 Dimension and Weight of UPS

To be furnished by the vendor

29 3 years Warranty for total solution offered

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39

2 10 G Switches and Networking (setspackages)

Copper 10g Fiber 10g and FC SAN Switch

6

Features Specifications

Switching Architecture and Performance (Fibre10g Switch)

Interface Required

Minimum 48 ports of 10G SFP+ ports on day 1

Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1

Standards Support

Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC addrress

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies from day 1

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

Features Specifications

Switching Architecture and Performance (copper 10g switch)

Interface Required

Minimum 48 ports of 10GbaseT Rj45 ports

Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

switch should also support Multi-chassis link aggregation (MC-LAG)

Standards Support

Support 100100010GBASE-T copper interfaces 40GBASE QSFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42

8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC address

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

48 Port FC SAN Switch Specifications

SNo Specifications

1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports

2 The switch should support auto-sensing 2 4 8 10 and 16

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44

Gbitsec capabilities

3

The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)

4 The switch should be rack mountable

5 Non disruptive Microcode firmware Upgrades and hot code activation

6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end

7

Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic

8 The Switch should be configured with the Zoning and ISL Licenses

9

The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking

10 Support for web based management and should also support CLI

11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access

12

It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status

13

Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)

14 Should provide enterprise-class availability features such as redundant and hotpluggable components

15 Should have Front-to-back airflow and Back-to-front airflow

16 Port to Port latency should be 700 ns

17 The switch should support Inflight Compression and Encryption

18 The switch should have an option for DC power supply also

3 CablingConduiting

4 officecomputer furniturersquos

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45

(vi) Installation commissioning operationalization and operations (for pre-

determined period)

(vii) Project Management Documentation Project activities like Technical

Reviews Schedule Management and Staff deployment etc

(viii) Cabling conduiting as required

(ix) Office furniturersquos computers

(x) Embedded warranty for 3 years and comprehensive non comprehensive

AMC for 2 years

The complete End to End systems will be supplied installed commissioned and operated

as a turnkey project within pre-decided schedule The system requirements are listed in

Annexure-A

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46

Annexure-C

EOI Response Sheet

Requirement Response

Vendor Information

1 Name of Person and Organisation responsible for the information contained in EOI

2 Postal AddressTelephoneFaxemail address

3 ExperienceExpertise in A Meteorological system development and

deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related

field) E Data storage and management F Software design and development

Attach as required

4 Capability in indigenous development of data reception and processing facility (hardware and software)

Attach as required

5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration

Attach as required

6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure

Attach as required

7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs

Attach as required

8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables

Attach as required

9 Describe any third party alliances relationships and dependencies

10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc

Attach as required

11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules

Attach as required

12 Provide information on proposed methodology of carrying out the work

13 Details of deliverables and services offered as part of the EOI

14 Compliance matrix to the EOI Attach as required

15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc

Attach as required

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47

Annexure-D

GENERAL INSTRUCTIONS FOR EOI

1 We invite your proposal duly signed single part in a sealed envelope marked as

follows

Response to EOI MMDRPS Project

2 EOI Bidder related

21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above

22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them

3 Your EOI response should reach us on or before the due date and time Late

proposals received after the due date and time will not be considered

4 Meeting

In order to provide a better understanding of the requirement it is proposed to have a

meeting with the prospective vendors at ANTRIX Bangalore Vendors who are

desirous to attend the meeting may provide details of the representatives attending

the meeting in advance

5 VendorBidder shall discuss among others system engineering aspects design

optimum utilization of satellitecommunication resources the installation plan amp

methodology operations plan training plan warranty amp comprehensive AMC

methodology acceptance procedures and plans etc

6 Vendor shall prepare a detailed specifications document based on the selected

configurationoptionssystemscommitments and make presentation to ANTRIX The

draft specification document shall also include all aspects described above in para

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48

7 Delivery Schedule

The desired delivery schedule for the complete system is 7 to 8 months from the

placement of the purchase order Bidder shall provide the delivery schedule being

proposed along with milestones (like supply of hardwaresoftware installation testing

amp acceptance etc) in the EOI response

8 Any other system or sub system which is relevant for fulfilling implementation of the

scheme shall be brought to the attention by the vendor and detailed in EOI response

9 The vendor submitting response to this EOI and found technically suitable will only be

issued RFP at a later stage

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49

Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited

(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person

2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources

3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person

under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI

4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to

appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application

5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or

opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this

EOI document

Page 10: EOI for MMDRPS - Antrix Corporation for MMDRPS.pdfelectronics, computers, networking, power systems, furniture/fixtures, installation and commissioning. The proposed system will acquire

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 10

Fig OVERALL LINE DIAGRAMFIGURE FOR MMDRPS

23 Data Processing

The ldquoData Processing Systemrdquo will cater to the requirements of processing of INSAT-3DR

INSAT 3D SounderImager INSAT-3A VHRR CCD and KALPANA-1 VHRR data The pre-

processed Data and other ancillary information will be archived on the central storage

system The Application Generation system uses this data from the central storage system

for retrieval of various meteorological parameters and images Further the system

configuration has multiple servers which will handle other conventional types of data and

AWSARGAMSGTS data with customized packages

The main ldquoData Processing Systemrdquo with complete redundancy will accept real time imaging

data of five streams from data acquisition system The front-end system will consist of five

Database

Management

System Applications GIS

Image Analysis

systems Backup Archival System

RF Receiver

+

Base Band

Data Reception

System

for All Sensors

+

P- QLD

+

RAW Archival

System

Data Processing

System

for IMAGER

SOUNDER CCD

VHRR

Antenna + LNA

Centralized

Storage

Applications

Product

Generation

Systems

Ancillary Data

Acquisition and

Processing System

Data

Dissemination

System

Aux Data

Product

Monitoring

amp

Management

System

IMD WEB

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 11

Linux-based servers All five servers will have four processors each For each set of main

and redundant data streams one processed data stream will be selected as prime for

parameter retrieval The data of the other stream will be purged All these machines will be

networked to a common 1(One) PB (Petabyte) Unified storage (both SANNAS partition)

through FC switches An additional 1 Petabyte will be used as back up and will be synced

with main 1 PB storage based on archive policy This configuration provides back-up

storage and redundancy

Kalpana-1 VHRR

redundant DP system

OFFLINE

(Tape Based)

ARCHIVAL

SYSTEM

IP Based SIDS

System amp

Display Units

Color Network Printer

BW Network Printer

5 Remote Image Analysis Client

Systems

LAN Switches

1G Copper

20 Image Analysis Client

Systems

1 PB

PRIMARY

STORAGE

Ethernet

Network

Network

SECONDARY

STORAGE

Insat-3A

DP System

Insat-3D Imager

DP System

BackupArchival

Server

PMMS Server

Data

Dissemination System

Kalpana-1 VHRR DP

System

Insat-3D IMG SND

DP System

Insat-3DR IMGSND

DP System

Database Management

System

Ancillary Data

Processing System

On line digital

processed data supply

server

RAPID

SERVER

Redundant

Backup

Archival Server

Redundant Data

Dissemination System

Insat-3A

Redundant DP

System

Insat-3D Imager

Redundant DP

System

Redundant

PMMS Server

Insat-3D IMGSND

Redundant DP

System

Insat-3DR IMGSND

Redundant DP System

Redundant Database

Management System

Redundant Ancillary

Data Processing

System

Redundant On line

digital processed

data supply server

Redundant RAPID

SERVER

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 12

Fig Data Processing Application Product Generation Centralized Storage System

24 Data Dissemination systems

As part of dissemination of imagesproducts to other systems the data products system will

use the ldquoData Dissemination Systemrdquo to transfer the images in the required format

Following Data Dissemination modes are planned as part of data dissemination activity

bull Transfer of Imagery to web site

bull Conversion of products to HRITLRIT format for dissemination to remote stations

bull Conversion of products to GTS format and transmission to Meteorological

communications computer

bull Encodingdecoding of products and AWSARGAMS data in WMO format and

transmission to Meteorological communications computers

bull Transfer of imagery to IP based SIDS system

bull GUI based and script based software for format conversion (NetCDF GeoTIFF

ASCII) of multiplebunch data files for offline supply data

bull Onlineoffline visualization and analysis of meteorological data through RAPID

25 Data Archival systems (Raw and Processed)

A suitable data archival system (Raw and Processed) shall be proposed by the vendors for

MMDRPS system This shall take into account the software and hardware for following

Base-band Data Reception System (DRS)

bull Software for archival replay

bull Raw data Archival in DP format

bull Disk archival

bull Additional raw data archive of two selected chains

bull Data Archive Disks for each base band chain with usable storage of 6TB or higher

bull Secondary archive drives of latest version

bull Raw Data Archival and management with secondary archival (back-up)

bull Digital Recording (Raw Archival)

bull Raw Archival server with storage system

Database Management System

bull Archival of Metadata for all Pre-processed data and Retrieval Parameters

bull Archival of AWSARGAMS and GTS Data

Ancillary Data Processing

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 13

bull Transfer Processing and Archival of Automatic Weather Station (AWSARGAMS)

Data

bull Transfer Processing and Archival of data received on Global Telecommunication

System (GTS)

26 All associated elements like NetworksLANWAN Powering Systems UPS Gensets

CablingConduiting and officecomputer furniture

27 Installation commissioning operationalization and operations (for pre-determined

period)

28 Project management documentation project activities like technical reviews

schedule management and staff deployment etc

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 14

Annexure-B

Deliverables

The MMDRPS system and Work Package will consist of the following major

segmentsactivities

(i) RF Segment with outdoor Antenna(s) and associated RFIF Receivers

Ground System comprising of the following elements

SlNo Particular Qty

72 m Antenna System

1 Foundation 3

2 Antenna Subreflector and Pedestal 3

3 Feed System 3

4 Control System 3

5 Antenna Control Unit 3

6 Beacon Tracking Receiver 3

RF Downlink System

1 LNA 6

2 LNA Control 3

3 Down Converters 15

Baseband System

1 Demodulator (Tunable) 15

Timing System

1 GPS Receiver 1+1

2 Time Code Reader 1+1

3 Networking Server 1+1

M amp C System

1 M amp C System (Hardware amp Software) 3

Interface elements

1 Cables

Lot as per

requirements

2 Racks

3 Patch Panels Jacks Couplers

Test Instruments

1 VSA NFA Handheld Spectrum Analyzer with

Oscilloscope Rack Mounted Spectrum Analyser

Signal Generator Power Meter

One each

Common for all

antenna

2 Oscilloscope

3 PC amp Color Printer

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 15

Overall system descriptions is in Annexure A

(ii) Baseband Reception Systems for (a) Satellite Met Sensors Data Streams

(b) AWS channels data stream(s)

a Deliverable

Name of Units No of Units

Bit Synchronizer 14 Data Acquisition System 14 Data Reception Server 18 Raw Data Archival Server and Storage System

2

Workstations for network PQLDRaw Archival

14

Network Elements 10 TCG with NTP 2 Rack mounted MSO 2 DR Software 7 sets AWS front end Receivers 4 sets Instrument Racks cabling accessories and LAN networking

as required

b Computer Configurations for DR Server (Broad Specifications)

Specification Quantity Configuration ndash 1 (Server) 9+9 2U Rack mounted 2-CPU server 8 Core Intel Xeon E5 V4 series CPU with minimum 3 GHz or better 25 MB cache or better Intel C610 Chipset or better

256 GB 2400 MHz DDR4 RDIMM with minimum 8 DIMMs

bull 2 x Enterprise 600GB SAS 6Gbs 10K RPM or Better

bull 10 x 4 TB SAS 7200 RPM hot plug HDDs in RAID-105 Minimum 4 nos of 1001000Mbps RJ ports and 2 x 10GbE RJ45 copper ports At-least 2 x PCI-E 30 (x16) Full-height 1 x PCI-E 30 (x8) Full-height Graphics port 1280 x 1024 (1 No) Graphics adaptor 17rdquo Rack mounted console DVDCD-writer OS Windows Server 2012 R2

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 16

c Workstations for Networked PQLD

Specification Quantity Configuration ndash 2 (Workstation) 12 2-CPU 14 core Intel Xeon E5 V4 series CPU with 25 GHz or better minimum 35 MB cache Intel C612 Chipset or latest

128 GB DDR4 RAM (as per latest speed and standards) 2 x 1000 GB HDD 2 x 2 TB Images storage HDDs Minimum 1 nos of 1001000Mbps RJ ports and 1 x 10GbE RJ45 copper port 1x Graphics adaptor with 4GB memory 30rdquo32rdquo Hi-resolution colour display monitor 4K resolution compatible with graphics card DVDCD-writer OS Windows Server 2012 R2 or Windows 10

d Raw Archival Server with Storage System

Specification Quantity Configuration ndash 3 (Server) 2 Intel Xeon E5 V4 series CPU or better as per latest series gt25 GHz

128 GB RAM 2x 1000 GB HDD 4x1000 TX network port 2 x10GbE RJ45 copper port Add on NASDAS with Raid Controller ndash 400 TB (As required) 27rdquo colour display monitor DVDCD - writer OS Windows Server 2012 R2 or Windows 10

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 17

(iii)Data Processing system(s) amp Data Dissemination system(s)

a Deliverables

SlNo Name of Units No of Units

Data Processing and Applications Systems

1 Data Processing Servers (K1VHRR 3A VHRR

3ACCD 3DIMG 3DSND 3DRIMG 3DRSND)

5+5

2 Data Ingest Servers 4

3 Database Server 2

4 Image Analysis Server 2

5 Data Dissemination Server SIDS Server 3

6 Web Server 3

7 Web Applications Server (GIS Web based

Visualisation and Analysis)

4

8 Ancillary Data Processing Server (GTS AWS BUFR) 2

9 Calibration and Validation Server 2

10 Image Analysis Clients 25

11 Central Data Flow Monitoring and Management 2

12 Web Monitoring 1

13 Data Quality Check 1

14 Backup and HSM 2

15 Data Visualisation Nodes 2

16 Video Wall 2

Centralised Hardware

1 1G10 G Switches and Networking (setspackages) 4

2 100 1000 LAN Switches and Networking 6

3 High Speed SSD Storage (50 TB) 1

4 Multi-Tier Data Storage System (1 PB and expandable) 1

5 125 KVA UPS (with redundant controllers plus

batteries for 30 minutes backup)

2

6 SIDS terminal along with STB 25

7 Multi monitor video wall 1

b Computer configurations

Data Processing and Applications Systems

1 Data Processing Servers (K1VHRR 3A VHRR 3ACCD 3DIMG 3DSND 3DRIMG

3DRSND)

5+5

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 18

SN Item Description of Requirement 1 Processor 6 x Intelreg Xeonreg Platinum series processors

with min 27GHz Min 33MB Cache 24 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C602J Chipset or Better

3 Memory Min 1TB DDR4 1866 MHz Registered Memory amp Upgradeable to 3TB of Memory

4 Memory Slots Min 96 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 2 x Gen 2 min4 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 8 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 6 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 6 USB ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 4U Rack Mountable

18 Redundant FAN Hot Plug redundant fans with N+1 Redundancy

19 Power Supply Redundant hot plug platinum min1400W power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management 21 Manageability

Features Should be able to manage systems through a web-browser OEM to provide its own systems management software

22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 19

2 Data Ingest Servers 4

3 Database Server 1

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 32GHz Min 25MB Cache 16 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256 GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024

15 Operating System Redhat Enterprise linux 7x with 3 years subscription

16 Operating System support

Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser OEM to provide its own systems management software

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 20

22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

4 Image Analysis Server 1

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E7-8890v4 processors with

min 24GHz Min 25MB Cache24 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots

5 Memory Features Advanced ECC Mirrored Memory Online Spare Memory

6 Network Controller Min 2 x 1GbE Network ports and Min 2 x 10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 21

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

5 Data Dissemination Server SIDS Server (Tower model) 2

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 23GHz Min 45MB Cache 18 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024

15 Operating System Redhat Enterprise linux 7x with 3 years subscription

16 Operating System support

Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser

OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 22

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

6 Web Server 2

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 32GHz Min 25MB Cache 8 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management 21 Manageability

Features Should be able to manage systems through a web-browser OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 23

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

7 Web Applications Server (GIS Web based Visualisation and Analysis) 4

SN Item Description

1 Make amp Model

2 CPU 4 x Intel Xeon Processor E-7 8890 V4 34 GHz or higher 24 core 60 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 1TB GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs 4 16TB SSD in RAID1

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 24

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

8 Ancillary Data Processing Server (GTS AWS BUFR) 2

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 256 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 25

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

9 Calibration and Validation Server 2

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 26

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel)

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

10 Image Analysis Clients 25

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-7 4830 V4 28 GHz or higher 14 core 25 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P2000 5 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM

18 Power Supply 900 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

11 Central Data Flow Monitoring and Management 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

12 Data Visualisation Nodes 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

13 Backup and HSM Server 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

14 Video Wall 2x2 configuration (LCD and Controller) 2+1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31

A LCD Group Specification Item Detailed Specification

System

Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall

Display technology Liquid Crystal Display

Display size and resolution

The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels

Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001

Architecture

The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime

Signal Interface

Input terminals

1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )

Output terminals 1x Digital DVI-D 1xRS422 RJ-45

Component input compatibility

480i 480P 720P 1080i 1080P

Scan rate Fh 30~75KHz Fv 50~85Hz

Video compatibility NTSC PAL SECAM

Timing compatibility

720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz

User controls

Power control 1 AC power ONOFF switch Wire control RS232C RS422 input

LED indicator System indicator display to show system status

IR remote IR remote OSD style list type OSD format

On Screen display Input selection picture image and tiling should be adjusted using OSD

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32

Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning

OSD Languages English

Wall control amp monitoring

Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience

Electrical AC power input range 90~240VAC 5060Hz 5A max

Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC

System Reliability

Operating temperature 0~40degC Operating relative humidity

20~80

MTBF gt= 50000 hours

B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the

same manufacturer Reputed Company The OEM should be an established

multinational in the field of video walls and should have installations around the world

Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos

Chassis 19rdquo industrial Rack mount Lockable front door to protect drives

Operating System Platform

Window 7- 64 bit

Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD

Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt

Supports Add on copper optical fiber adapters

Input Output supported

Serial ATA LAN

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33

2x RJ45 LAN ports USB 20 port

RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset

Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply

HDD Cooling FAN

LAN ports Scalability Display multiple source windows in any size

anywhere on the wall Control functions Brightness contrast saturation Hue

Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency

power supply AC Voltage 100 - 240V 50-60Hz

Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing

Wall management SW Scaling and display Software tp enable the user to display

multiple sources in any size and anywhere on the display wall

Auto Source Detection Software should support for auto source detection

Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts

Scenarios Software should able to Save and Load desktop layouts from Local or remote machines

Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user

Layout Preveiw Software should support layout preview option

Launch Application Software should be able to support

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34

Integration with 3rd party devices

System should offer interface to enable control from 3rd party devices like Creston AMX etc

Live Preview Software should able to provide live preview of video wall

Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall

Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)

Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere

on the display wall Inside the ticker window font size colour and background can be set

Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker

SNTP System should support SNTP function Protection System should have Hardware License key to

protect the software from unauthorized access

Pre- Qualification Requirements

OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India

(iv) Data Archival system(s) (Raw and Processed)

SN Name of Units No of Units

Centralised Hardware

1 High Speed SSD Storage (50 TB) 1

2 Multi-Tier Data Storage System (1 PB and expandable)

Primary and Secondary each

bull Unified storage device

bull Provision for online replication of luns

bull Provision for Fibre 10g (min 40g)

1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35

bull Provision for expansion should be there

3 LTODisk Based Library 1

4 SIDS terminal along with STB

Minimum 32 inch LED Screens having support for

following

AV HDMI USB RJ-45 along with built in Wifi

STB

Set top box should have programming support

Should have RJ-45 1Gbps and Wifi connectivity

Should have adequate support for python

Should have linux flavoured Operating system and provide

support for protocols like telnet ssh scp and ftp

25

(v) All associated elements like Network(s)LANWAN Powering Systems UPS

Gensets CablingConduiting and officecomputer furniturersquos

1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant

controllers plus batteries for 30 minutes backup)

2

a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis

b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum

VAH 90000)

c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation

Transformer for Input Side (Delta to Star Transformer Required)

Sr No

Description Parameters required

1 General Specifications 11 UPS topology On line double conversion VFI

SS 111 12 Architecture of the UPS Modular scalable redundant

based on Available kVA Power Modules

121 InOut phase Configuration

Three phase-Three phase single phase

122 Neutral Neutral Passing through

123 Output wave form on mains run

Sinusoidal

124 Output wave form on battery run

Sinusoidal

125 Bypass type Static and electro mechanic

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36

126 Transfer time Zero

127 UPS Module 100 kVA

128 UPS Chassis 120 kVA

13 Input

131 Nominal Voltage

400 V three phase 230V single phase

132 Voltage range -20 +15

133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power

To be furnished by the vender

134 Frequency

50 Hz to 60Hz (autosensing)

135 THDIin lt 3 al 100 of nominal load

136 Power Factor

gt 099 from 50 to 100 of nominal load

141 Output with mains

142 Nominal voltage 400 V three phase

143 Nominal power 100

144 Active power 100

145 Output waveform Sinusoidal

146 Voltage variation (static)

plusmn 1

147 Voltage variation (dynamic 0-100 100-0)

plusmn 1

148 Output voltage variation at unbalance load

plusmn 1

149 Phase displacement-100 unbalance load

120degplusmn 1deg

1410 Short circuit capability 300(p-p) for 1-sec

1411 THDv on nominal power (linear load)

lt 05

1412 THDv on nominal power (not linear load PF=07)

lt 1

1413 Frequency

50 Hz o 60 Hz (autosensing or selectable)

1414

Frequency tolerance Synchronized with input frequency or

plusmn 1 free run

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37

1415 Current Crest Factor

31 accordingly with IEC 62040-3

1416 Overload capability unity PF

bull 5 minutes or higher

bull 30 seconds or higher

110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention

15 Battery

151 Type

Lead Acid sealed free maintenance VRLA

152 Make

Exide Amco Panasonic Amara Raja

153 Model

To be furnished by the vendor

154 Nominal UPS Battery Voltage

252 Volt DC

155

Battery Backup time

30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)

156 Battery charger type

PWM hi efficiency one in each power module

157 Charging Cycle

Intelligent with boost charge and advanced management

159 Required VAH (12V x No of Battery x Battery AH)

Minimum 90000 VAH

1510 Weight of battery

To be furnished by the vendor

1511 Weight of battery cabinet

To be furnished by the vendor

1512 Dimensions of battery cabinet

To be furnished by the vendor

1513 Battery guaranty

2 years or more (free replacement)

16 Environmental specifications

161 Noise level 1m 42 divide 46 dBA

162 Working temperature range

from 0degC to +40degC

163 Stock temperature range

from -20degC to +50degC (excluded batteries)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38

164 Humidity range 20-80 not condensing

165 Protection degree IP21

17 Communication Interface

2 serial port RS232 1 logical level port 4 Dry contacts port

18 External Isolation Transformer required at Input Side

OEM Make 120 kVA

19 Standards

ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3

20 Protection

201 Overload (OL) To be complied [YesNo]

202 Short circuit (SC) To be complied [YesNo]

203 Input low voltage

To be complied [YesNo]

204 Output overvoltage

To be complied [YesNo]

205 Battery overcharging

To be complied [YesNo]

206 Battery over discharging

To be complied [YesNo]

21 Recommended Copper cable size in sq mm

To be furnished by the vendor

22 Recommended breaker rating in Amps

To be furnished by the vendor

23 Rectifier DC voltage ripples

lt1

24 Static bypass arrangement

241 Rated voltage (3 phase with neutral)

400V

242 Voltage variation plusmn20

243 Nominal frequency 50 Hz

244 Maintenance bypass switch

Inbuilt

25 Factory Test Certificate CE ISO 9001 amp ISO 14001

26 UPS Make Emerson Socomec Riello

AROS APC (Schneider) Numeric

27 UPS Model To be furnished by the vendor

28 Dimension and Weight of UPS

To be furnished by the vendor

29 3 years Warranty for total solution offered

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39

2 10 G Switches and Networking (setspackages)

Copper 10g Fiber 10g and FC SAN Switch

6

Features Specifications

Switching Architecture and Performance (Fibre10g Switch)

Interface Required

Minimum 48 ports of 10G SFP+ ports on day 1

Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1

Standards Support

Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC addrress

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies from day 1

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

Features Specifications

Switching Architecture and Performance (copper 10g switch)

Interface Required

Minimum 48 ports of 10GbaseT Rj45 ports

Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

switch should also support Multi-chassis link aggregation (MC-LAG)

Standards Support

Support 100100010GBASE-T copper interfaces 40GBASE QSFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42

8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC address

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

48 Port FC SAN Switch Specifications

SNo Specifications

1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports

2 The switch should support auto-sensing 2 4 8 10 and 16

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44

Gbitsec capabilities

3

The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)

4 The switch should be rack mountable

5 Non disruptive Microcode firmware Upgrades and hot code activation

6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end

7

Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic

8 The Switch should be configured with the Zoning and ISL Licenses

9

The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking

10 Support for web based management and should also support CLI

11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access

12

It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status

13

Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)

14 Should provide enterprise-class availability features such as redundant and hotpluggable components

15 Should have Front-to-back airflow and Back-to-front airflow

16 Port to Port latency should be 700 ns

17 The switch should support Inflight Compression and Encryption

18 The switch should have an option for DC power supply also

3 CablingConduiting

4 officecomputer furniturersquos

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45

(vi) Installation commissioning operationalization and operations (for pre-

determined period)

(vii) Project Management Documentation Project activities like Technical

Reviews Schedule Management and Staff deployment etc

(viii) Cabling conduiting as required

(ix) Office furniturersquos computers

(x) Embedded warranty for 3 years and comprehensive non comprehensive

AMC for 2 years

The complete End to End systems will be supplied installed commissioned and operated

as a turnkey project within pre-decided schedule The system requirements are listed in

Annexure-A

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46

Annexure-C

EOI Response Sheet

Requirement Response

Vendor Information

1 Name of Person and Organisation responsible for the information contained in EOI

2 Postal AddressTelephoneFaxemail address

3 ExperienceExpertise in A Meteorological system development and

deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related

field) E Data storage and management F Software design and development

Attach as required

4 Capability in indigenous development of data reception and processing facility (hardware and software)

Attach as required

5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration

Attach as required

6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure

Attach as required

7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs

Attach as required

8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables

Attach as required

9 Describe any third party alliances relationships and dependencies

10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc

Attach as required

11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules

Attach as required

12 Provide information on proposed methodology of carrying out the work

13 Details of deliverables and services offered as part of the EOI

14 Compliance matrix to the EOI Attach as required

15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc

Attach as required

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47

Annexure-D

GENERAL INSTRUCTIONS FOR EOI

1 We invite your proposal duly signed single part in a sealed envelope marked as

follows

Response to EOI MMDRPS Project

2 EOI Bidder related

21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above

22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them

3 Your EOI response should reach us on or before the due date and time Late

proposals received after the due date and time will not be considered

4 Meeting

In order to provide a better understanding of the requirement it is proposed to have a

meeting with the prospective vendors at ANTRIX Bangalore Vendors who are

desirous to attend the meeting may provide details of the representatives attending

the meeting in advance

5 VendorBidder shall discuss among others system engineering aspects design

optimum utilization of satellitecommunication resources the installation plan amp

methodology operations plan training plan warranty amp comprehensive AMC

methodology acceptance procedures and plans etc

6 Vendor shall prepare a detailed specifications document based on the selected

configurationoptionssystemscommitments and make presentation to ANTRIX The

draft specification document shall also include all aspects described above in para

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48

7 Delivery Schedule

The desired delivery schedule for the complete system is 7 to 8 months from the

placement of the purchase order Bidder shall provide the delivery schedule being

proposed along with milestones (like supply of hardwaresoftware installation testing

amp acceptance etc) in the EOI response

8 Any other system or sub system which is relevant for fulfilling implementation of the

scheme shall be brought to the attention by the vendor and detailed in EOI response

9 The vendor submitting response to this EOI and found technically suitable will only be

issued RFP at a later stage

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49

Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited

(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person

2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources

3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person

under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI

4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to

appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application

5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or

opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this

EOI document

Page 11: EOI for MMDRPS - Antrix Corporation for MMDRPS.pdfelectronics, computers, networking, power systems, furniture/fixtures, installation and commissioning. The proposed system will acquire

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 11

Linux-based servers All five servers will have four processors each For each set of main

and redundant data streams one processed data stream will be selected as prime for

parameter retrieval The data of the other stream will be purged All these machines will be

networked to a common 1(One) PB (Petabyte) Unified storage (both SANNAS partition)

through FC switches An additional 1 Petabyte will be used as back up and will be synced

with main 1 PB storage based on archive policy This configuration provides back-up

storage and redundancy

Kalpana-1 VHRR

redundant DP system

OFFLINE

(Tape Based)

ARCHIVAL

SYSTEM

IP Based SIDS

System amp

Display Units

Color Network Printer

BW Network Printer

5 Remote Image Analysis Client

Systems

LAN Switches

1G Copper

20 Image Analysis Client

Systems

1 PB

PRIMARY

STORAGE

Ethernet

Network

Network

SECONDARY

STORAGE

Insat-3A

DP System

Insat-3D Imager

DP System

BackupArchival

Server

PMMS Server

Data

Dissemination System

Kalpana-1 VHRR DP

System

Insat-3D IMG SND

DP System

Insat-3DR IMGSND

DP System

Database Management

System

Ancillary Data

Processing System

On line digital

processed data supply

server

RAPID

SERVER

Redundant

Backup

Archival Server

Redundant Data

Dissemination System

Insat-3A

Redundant DP

System

Insat-3D Imager

Redundant DP

System

Redundant

PMMS Server

Insat-3D IMGSND

Redundant DP

System

Insat-3DR IMGSND

Redundant DP System

Redundant Database

Management System

Redundant Ancillary

Data Processing

System

Redundant On line

digital processed

data supply server

Redundant RAPID

SERVER

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 12

Fig Data Processing Application Product Generation Centralized Storage System

24 Data Dissemination systems

As part of dissemination of imagesproducts to other systems the data products system will

use the ldquoData Dissemination Systemrdquo to transfer the images in the required format

Following Data Dissemination modes are planned as part of data dissemination activity

bull Transfer of Imagery to web site

bull Conversion of products to HRITLRIT format for dissemination to remote stations

bull Conversion of products to GTS format and transmission to Meteorological

communications computer

bull Encodingdecoding of products and AWSARGAMS data in WMO format and

transmission to Meteorological communications computers

bull Transfer of imagery to IP based SIDS system

bull GUI based and script based software for format conversion (NetCDF GeoTIFF

ASCII) of multiplebunch data files for offline supply data

bull Onlineoffline visualization and analysis of meteorological data through RAPID

25 Data Archival systems (Raw and Processed)

A suitable data archival system (Raw and Processed) shall be proposed by the vendors for

MMDRPS system This shall take into account the software and hardware for following

Base-band Data Reception System (DRS)

bull Software for archival replay

bull Raw data Archival in DP format

bull Disk archival

bull Additional raw data archive of two selected chains

bull Data Archive Disks for each base band chain with usable storage of 6TB or higher

bull Secondary archive drives of latest version

bull Raw Data Archival and management with secondary archival (back-up)

bull Digital Recording (Raw Archival)

bull Raw Archival server with storage system

Database Management System

bull Archival of Metadata for all Pre-processed data and Retrieval Parameters

bull Archival of AWSARGAMS and GTS Data

Ancillary Data Processing

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 13

bull Transfer Processing and Archival of Automatic Weather Station (AWSARGAMS)

Data

bull Transfer Processing and Archival of data received on Global Telecommunication

System (GTS)

26 All associated elements like NetworksLANWAN Powering Systems UPS Gensets

CablingConduiting and officecomputer furniture

27 Installation commissioning operationalization and operations (for pre-determined

period)

28 Project management documentation project activities like technical reviews

schedule management and staff deployment etc

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 14

Annexure-B

Deliverables

The MMDRPS system and Work Package will consist of the following major

segmentsactivities

(i) RF Segment with outdoor Antenna(s) and associated RFIF Receivers

Ground System comprising of the following elements

SlNo Particular Qty

72 m Antenna System

1 Foundation 3

2 Antenna Subreflector and Pedestal 3

3 Feed System 3

4 Control System 3

5 Antenna Control Unit 3

6 Beacon Tracking Receiver 3

RF Downlink System

1 LNA 6

2 LNA Control 3

3 Down Converters 15

Baseband System

1 Demodulator (Tunable) 15

Timing System

1 GPS Receiver 1+1

2 Time Code Reader 1+1

3 Networking Server 1+1

M amp C System

1 M amp C System (Hardware amp Software) 3

Interface elements

1 Cables

Lot as per

requirements

2 Racks

3 Patch Panels Jacks Couplers

Test Instruments

1 VSA NFA Handheld Spectrum Analyzer with

Oscilloscope Rack Mounted Spectrum Analyser

Signal Generator Power Meter

One each

Common for all

antenna

2 Oscilloscope

3 PC amp Color Printer

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 15

Overall system descriptions is in Annexure A

(ii) Baseband Reception Systems for (a) Satellite Met Sensors Data Streams

(b) AWS channels data stream(s)

a Deliverable

Name of Units No of Units

Bit Synchronizer 14 Data Acquisition System 14 Data Reception Server 18 Raw Data Archival Server and Storage System

2

Workstations for network PQLDRaw Archival

14

Network Elements 10 TCG with NTP 2 Rack mounted MSO 2 DR Software 7 sets AWS front end Receivers 4 sets Instrument Racks cabling accessories and LAN networking

as required

b Computer Configurations for DR Server (Broad Specifications)

Specification Quantity Configuration ndash 1 (Server) 9+9 2U Rack mounted 2-CPU server 8 Core Intel Xeon E5 V4 series CPU with minimum 3 GHz or better 25 MB cache or better Intel C610 Chipset or better

256 GB 2400 MHz DDR4 RDIMM with minimum 8 DIMMs

bull 2 x Enterprise 600GB SAS 6Gbs 10K RPM or Better

bull 10 x 4 TB SAS 7200 RPM hot plug HDDs in RAID-105 Minimum 4 nos of 1001000Mbps RJ ports and 2 x 10GbE RJ45 copper ports At-least 2 x PCI-E 30 (x16) Full-height 1 x PCI-E 30 (x8) Full-height Graphics port 1280 x 1024 (1 No) Graphics adaptor 17rdquo Rack mounted console DVDCD-writer OS Windows Server 2012 R2

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 16

c Workstations for Networked PQLD

Specification Quantity Configuration ndash 2 (Workstation) 12 2-CPU 14 core Intel Xeon E5 V4 series CPU with 25 GHz or better minimum 35 MB cache Intel C612 Chipset or latest

128 GB DDR4 RAM (as per latest speed and standards) 2 x 1000 GB HDD 2 x 2 TB Images storage HDDs Minimum 1 nos of 1001000Mbps RJ ports and 1 x 10GbE RJ45 copper port 1x Graphics adaptor with 4GB memory 30rdquo32rdquo Hi-resolution colour display monitor 4K resolution compatible with graphics card DVDCD-writer OS Windows Server 2012 R2 or Windows 10

d Raw Archival Server with Storage System

Specification Quantity Configuration ndash 3 (Server) 2 Intel Xeon E5 V4 series CPU or better as per latest series gt25 GHz

128 GB RAM 2x 1000 GB HDD 4x1000 TX network port 2 x10GbE RJ45 copper port Add on NASDAS with Raid Controller ndash 400 TB (As required) 27rdquo colour display monitor DVDCD - writer OS Windows Server 2012 R2 or Windows 10

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 17

(iii)Data Processing system(s) amp Data Dissemination system(s)

a Deliverables

SlNo Name of Units No of Units

Data Processing and Applications Systems

1 Data Processing Servers (K1VHRR 3A VHRR

3ACCD 3DIMG 3DSND 3DRIMG 3DRSND)

5+5

2 Data Ingest Servers 4

3 Database Server 2

4 Image Analysis Server 2

5 Data Dissemination Server SIDS Server 3

6 Web Server 3

7 Web Applications Server (GIS Web based

Visualisation and Analysis)

4

8 Ancillary Data Processing Server (GTS AWS BUFR) 2

9 Calibration and Validation Server 2

10 Image Analysis Clients 25

11 Central Data Flow Monitoring and Management 2

12 Web Monitoring 1

13 Data Quality Check 1

14 Backup and HSM 2

15 Data Visualisation Nodes 2

16 Video Wall 2

Centralised Hardware

1 1G10 G Switches and Networking (setspackages) 4

2 100 1000 LAN Switches and Networking 6

3 High Speed SSD Storage (50 TB) 1

4 Multi-Tier Data Storage System (1 PB and expandable) 1

5 125 KVA UPS (with redundant controllers plus

batteries for 30 minutes backup)

2

6 SIDS terminal along with STB 25

7 Multi monitor video wall 1

b Computer configurations

Data Processing and Applications Systems

1 Data Processing Servers (K1VHRR 3A VHRR 3ACCD 3DIMG 3DSND 3DRIMG

3DRSND)

5+5

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 18

SN Item Description of Requirement 1 Processor 6 x Intelreg Xeonreg Platinum series processors

with min 27GHz Min 33MB Cache 24 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C602J Chipset or Better

3 Memory Min 1TB DDR4 1866 MHz Registered Memory amp Upgradeable to 3TB of Memory

4 Memory Slots Min 96 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 2 x Gen 2 min4 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 8 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 6 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 6 USB ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 4U Rack Mountable

18 Redundant FAN Hot Plug redundant fans with N+1 Redundancy

19 Power Supply Redundant hot plug platinum min1400W power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management 21 Manageability

Features Should be able to manage systems through a web-browser OEM to provide its own systems management software

22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 19

2 Data Ingest Servers 4

3 Database Server 1

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 32GHz Min 25MB Cache 16 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256 GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024

15 Operating System Redhat Enterprise linux 7x with 3 years subscription

16 Operating System support

Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser OEM to provide its own systems management software

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 20

22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

4 Image Analysis Server 1

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E7-8890v4 processors with

min 24GHz Min 25MB Cache24 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots

5 Memory Features Advanced ECC Mirrored Memory Online Spare Memory

6 Network Controller Min 2 x 1GbE Network ports and Min 2 x 10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 21

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

5 Data Dissemination Server SIDS Server (Tower model) 2

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 23GHz Min 45MB Cache 18 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024

15 Operating System Redhat Enterprise linux 7x with 3 years subscription

16 Operating System support

Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser

OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 22

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

6 Web Server 2

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 32GHz Min 25MB Cache 8 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management 21 Manageability

Features Should be able to manage systems through a web-browser OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 23

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

7 Web Applications Server (GIS Web based Visualisation and Analysis) 4

SN Item Description

1 Make amp Model

2 CPU 4 x Intel Xeon Processor E-7 8890 V4 34 GHz or higher 24 core 60 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 1TB GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs 4 16TB SSD in RAID1

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 24

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

8 Ancillary Data Processing Server (GTS AWS BUFR) 2

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 256 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 25

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

9 Calibration and Validation Server 2

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 26

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel)

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

10 Image Analysis Clients 25

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-7 4830 V4 28 GHz or higher 14 core 25 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P2000 5 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM

18 Power Supply 900 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

11 Central Data Flow Monitoring and Management 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

12 Data Visualisation Nodes 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

13 Backup and HSM Server 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

14 Video Wall 2x2 configuration (LCD and Controller) 2+1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31

A LCD Group Specification Item Detailed Specification

System

Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall

Display technology Liquid Crystal Display

Display size and resolution

The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels

Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001

Architecture

The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime

Signal Interface

Input terminals

1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )

Output terminals 1x Digital DVI-D 1xRS422 RJ-45

Component input compatibility

480i 480P 720P 1080i 1080P

Scan rate Fh 30~75KHz Fv 50~85Hz

Video compatibility NTSC PAL SECAM

Timing compatibility

720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz

User controls

Power control 1 AC power ONOFF switch Wire control RS232C RS422 input

LED indicator System indicator display to show system status

IR remote IR remote OSD style list type OSD format

On Screen display Input selection picture image and tiling should be adjusted using OSD

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32

Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning

OSD Languages English

Wall control amp monitoring

Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience

Electrical AC power input range 90~240VAC 5060Hz 5A max

Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC

System Reliability

Operating temperature 0~40degC Operating relative humidity

20~80

MTBF gt= 50000 hours

B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the

same manufacturer Reputed Company The OEM should be an established

multinational in the field of video walls and should have installations around the world

Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos

Chassis 19rdquo industrial Rack mount Lockable front door to protect drives

Operating System Platform

Window 7- 64 bit

Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD

Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt

Supports Add on copper optical fiber adapters

Input Output supported

Serial ATA LAN

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33

2x RJ45 LAN ports USB 20 port

RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset

Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply

HDD Cooling FAN

LAN ports Scalability Display multiple source windows in any size

anywhere on the wall Control functions Brightness contrast saturation Hue

Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency

power supply AC Voltage 100 - 240V 50-60Hz

Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing

Wall management SW Scaling and display Software tp enable the user to display

multiple sources in any size and anywhere on the display wall

Auto Source Detection Software should support for auto source detection

Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts

Scenarios Software should able to Save and Load desktop layouts from Local or remote machines

Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user

Layout Preveiw Software should support layout preview option

Launch Application Software should be able to support

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34

Integration with 3rd party devices

System should offer interface to enable control from 3rd party devices like Creston AMX etc

Live Preview Software should able to provide live preview of video wall

Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall

Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)

Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere

on the display wall Inside the ticker window font size colour and background can be set

Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker

SNTP System should support SNTP function Protection System should have Hardware License key to

protect the software from unauthorized access

Pre- Qualification Requirements

OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India

(iv) Data Archival system(s) (Raw and Processed)

SN Name of Units No of Units

Centralised Hardware

1 High Speed SSD Storage (50 TB) 1

2 Multi-Tier Data Storage System (1 PB and expandable)

Primary and Secondary each

bull Unified storage device

bull Provision for online replication of luns

bull Provision for Fibre 10g (min 40g)

1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35

bull Provision for expansion should be there

3 LTODisk Based Library 1

4 SIDS terminal along with STB

Minimum 32 inch LED Screens having support for

following

AV HDMI USB RJ-45 along with built in Wifi

STB

Set top box should have programming support

Should have RJ-45 1Gbps and Wifi connectivity

Should have adequate support for python

Should have linux flavoured Operating system and provide

support for protocols like telnet ssh scp and ftp

25

(v) All associated elements like Network(s)LANWAN Powering Systems UPS

Gensets CablingConduiting and officecomputer furniturersquos

1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant

controllers plus batteries for 30 minutes backup)

2

a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis

b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum

VAH 90000)

c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation

Transformer for Input Side (Delta to Star Transformer Required)

Sr No

Description Parameters required

1 General Specifications 11 UPS topology On line double conversion VFI

SS 111 12 Architecture of the UPS Modular scalable redundant

based on Available kVA Power Modules

121 InOut phase Configuration

Three phase-Three phase single phase

122 Neutral Neutral Passing through

123 Output wave form on mains run

Sinusoidal

124 Output wave form on battery run

Sinusoidal

125 Bypass type Static and electro mechanic

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36

126 Transfer time Zero

127 UPS Module 100 kVA

128 UPS Chassis 120 kVA

13 Input

131 Nominal Voltage

400 V three phase 230V single phase

132 Voltage range -20 +15

133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power

To be furnished by the vender

134 Frequency

50 Hz to 60Hz (autosensing)

135 THDIin lt 3 al 100 of nominal load

136 Power Factor

gt 099 from 50 to 100 of nominal load

141 Output with mains

142 Nominal voltage 400 V three phase

143 Nominal power 100

144 Active power 100

145 Output waveform Sinusoidal

146 Voltage variation (static)

plusmn 1

147 Voltage variation (dynamic 0-100 100-0)

plusmn 1

148 Output voltage variation at unbalance load

plusmn 1

149 Phase displacement-100 unbalance load

120degplusmn 1deg

1410 Short circuit capability 300(p-p) for 1-sec

1411 THDv on nominal power (linear load)

lt 05

1412 THDv on nominal power (not linear load PF=07)

lt 1

1413 Frequency

50 Hz o 60 Hz (autosensing or selectable)

1414

Frequency tolerance Synchronized with input frequency or

plusmn 1 free run

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37

1415 Current Crest Factor

31 accordingly with IEC 62040-3

1416 Overload capability unity PF

bull 5 minutes or higher

bull 30 seconds or higher

110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention

15 Battery

151 Type

Lead Acid sealed free maintenance VRLA

152 Make

Exide Amco Panasonic Amara Raja

153 Model

To be furnished by the vendor

154 Nominal UPS Battery Voltage

252 Volt DC

155

Battery Backup time

30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)

156 Battery charger type

PWM hi efficiency one in each power module

157 Charging Cycle

Intelligent with boost charge and advanced management

159 Required VAH (12V x No of Battery x Battery AH)

Minimum 90000 VAH

1510 Weight of battery

To be furnished by the vendor

1511 Weight of battery cabinet

To be furnished by the vendor

1512 Dimensions of battery cabinet

To be furnished by the vendor

1513 Battery guaranty

2 years or more (free replacement)

16 Environmental specifications

161 Noise level 1m 42 divide 46 dBA

162 Working temperature range

from 0degC to +40degC

163 Stock temperature range

from -20degC to +50degC (excluded batteries)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38

164 Humidity range 20-80 not condensing

165 Protection degree IP21

17 Communication Interface

2 serial port RS232 1 logical level port 4 Dry contacts port

18 External Isolation Transformer required at Input Side

OEM Make 120 kVA

19 Standards

ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3

20 Protection

201 Overload (OL) To be complied [YesNo]

202 Short circuit (SC) To be complied [YesNo]

203 Input low voltage

To be complied [YesNo]

204 Output overvoltage

To be complied [YesNo]

205 Battery overcharging

To be complied [YesNo]

206 Battery over discharging

To be complied [YesNo]

21 Recommended Copper cable size in sq mm

To be furnished by the vendor

22 Recommended breaker rating in Amps

To be furnished by the vendor

23 Rectifier DC voltage ripples

lt1

24 Static bypass arrangement

241 Rated voltage (3 phase with neutral)

400V

242 Voltage variation plusmn20

243 Nominal frequency 50 Hz

244 Maintenance bypass switch

Inbuilt

25 Factory Test Certificate CE ISO 9001 amp ISO 14001

26 UPS Make Emerson Socomec Riello

AROS APC (Schneider) Numeric

27 UPS Model To be furnished by the vendor

28 Dimension and Weight of UPS

To be furnished by the vendor

29 3 years Warranty for total solution offered

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39

2 10 G Switches and Networking (setspackages)

Copper 10g Fiber 10g and FC SAN Switch

6

Features Specifications

Switching Architecture and Performance (Fibre10g Switch)

Interface Required

Minimum 48 ports of 10G SFP+ ports on day 1

Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1

Standards Support

Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC addrress

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies from day 1

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

Features Specifications

Switching Architecture and Performance (copper 10g switch)

Interface Required

Minimum 48 ports of 10GbaseT Rj45 ports

Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

switch should also support Multi-chassis link aggregation (MC-LAG)

Standards Support

Support 100100010GBASE-T copper interfaces 40GBASE QSFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42

8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC address

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

48 Port FC SAN Switch Specifications

SNo Specifications

1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports

2 The switch should support auto-sensing 2 4 8 10 and 16

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44

Gbitsec capabilities

3

The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)

4 The switch should be rack mountable

5 Non disruptive Microcode firmware Upgrades and hot code activation

6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end

7

Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic

8 The Switch should be configured with the Zoning and ISL Licenses

9

The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking

10 Support for web based management and should also support CLI

11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access

12

It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status

13

Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)

14 Should provide enterprise-class availability features such as redundant and hotpluggable components

15 Should have Front-to-back airflow and Back-to-front airflow

16 Port to Port latency should be 700 ns

17 The switch should support Inflight Compression and Encryption

18 The switch should have an option for DC power supply also

3 CablingConduiting

4 officecomputer furniturersquos

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45

(vi) Installation commissioning operationalization and operations (for pre-

determined period)

(vii) Project Management Documentation Project activities like Technical

Reviews Schedule Management and Staff deployment etc

(viii) Cabling conduiting as required

(ix) Office furniturersquos computers

(x) Embedded warranty for 3 years and comprehensive non comprehensive

AMC for 2 years

The complete End to End systems will be supplied installed commissioned and operated

as a turnkey project within pre-decided schedule The system requirements are listed in

Annexure-A

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46

Annexure-C

EOI Response Sheet

Requirement Response

Vendor Information

1 Name of Person and Organisation responsible for the information contained in EOI

2 Postal AddressTelephoneFaxemail address

3 ExperienceExpertise in A Meteorological system development and

deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related

field) E Data storage and management F Software design and development

Attach as required

4 Capability in indigenous development of data reception and processing facility (hardware and software)

Attach as required

5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration

Attach as required

6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure

Attach as required

7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs

Attach as required

8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables

Attach as required

9 Describe any third party alliances relationships and dependencies

10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc

Attach as required

11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules

Attach as required

12 Provide information on proposed methodology of carrying out the work

13 Details of deliverables and services offered as part of the EOI

14 Compliance matrix to the EOI Attach as required

15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc

Attach as required

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47

Annexure-D

GENERAL INSTRUCTIONS FOR EOI

1 We invite your proposal duly signed single part in a sealed envelope marked as

follows

Response to EOI MMDRPS Project

2 EOI Bidder related

21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above

22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them

3 Your EOI response should reach us on or before the due date and time Late

proposals received after the due date and time will not be considered

4 Meeting

In order to provide a better understanding of the requirement it is proposed to have a

meeting with the prospective vendors at ANTRIX Bangalore Vendors who are

desirous to attend the meeting may provide details of the representatives attending

the meeting in advance

5 VendorBidder shall discuss among others system engineering aspects design

optimum utilization of satellitecommunication resources the installation plan amp

methodology operations plan training plan warranty amp comprehensive AMC

methodology acceptance procedures and plans etc

6 Vendor shall prepare a detailed specifications document based on the selected

configurationoptionssystemscommitments and make presentation to ANTRIX The

draft specification document shall also include all aspects described above in para

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48

7 Delivery Schedule

The desired delivery schedule for the complete system is 7 to 8 months from the

placement of the purchase order Bidder shall provide the delivery schedule being

proposed along with milestones (like supply of hardwaresoftware installation testing

amp acceptance etc) in the EOI response

8 Any other system or sub system which is relevant for fulfilling implementation of the

scheme shall be brought to the attention by the vendor and detailed in EOI response

9 The vendor submitting response to this EOI and found technically suitable will only be

issued RFP at a later stage

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49

Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited

(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person

2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources

3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person

under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI

4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to

appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application

5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or

opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this

EOI document

Page 12: EOI for MMDRPS - Antrix Corporation for MMDRPS.pdfelectronics, computers, networking, power systems, furniture/fixtures, installation and commissioning. The proposed system will acquire

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 12

Fig Data Processing Application Product Generation Centralized Storage System

24 Data Dissemination systems

As part of dissemination of imagesproducts to other systems the data products system will

use the ldquoData Dissemination Systemrdquo to transfer the images in the required format

Following Data Dissemination modes are planned as part of data dissemination activity

bull Transfer of Imagery to web site

bull Conversion of products to HRITLRIT format for dissemination to remote stations

bull Conversion of products to GTS format and transmission to Meteorological

communications computer

bull Encodingdecoding of products and AWSARGAMS data in WMO format and

transmission to Meteorological communications computers

bull Transfer of imagery to IP based SIDS system

bull GUI based and script based software for format conversion (NetCDF GeoTIFF

ASCII) of multiplebunch data files for offline supply data

bull Onlineoffline visualization and analysis of meteorological data through RAPID

25 Data Archival systems (Raw and Processed)

A suitable data archival system (Raw and Processed) shall be proposed by the vendors for

MMDRPS system This shall take into account the software and hardware for following

Base-band Data Reception System (DRS)

bull Software for archival replay

bull Raw data Archival in DP format

bull Disk archival

bull Additional raw data archive of two selected chains

bull Data Archive Disks for each base band chain with usable storage of 6TB or higher

bull Secondary archive drives of latest version

bull Raw Data Archival and management with secondary archival (back-up)

bull Digital Recording (Raw Archival)

bull Raw Archival server with storage system

Database Management System

bull Archival of Metadata for all Pre-processed data and Retrieval Parameters

bull Archival of AWSARGAMS and GTS Data

Ancillary Data Processing

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 13

bull Transfer Processing and Archival of Automatic Weather Station (AWSARGAMS)

Data

bull Transfer Processing and Archival of data received on Global Telecommunication

System (GTS)

26 All associated elements like NetworksLANWAN Powering Systems UPS Gensets

CablingConduiting and officecomputer furniture

27 Installation commissioning operationalization and operations (for pre-determined

period)

28 Project management documentation project activities like technical reviews

schedule management and staff deployment etc

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 14

Annexure-B

Deliverables

The MMDRPS system and Work Package will consist of the following major

segmentsactivities

(i) RF Segment with outdoor Antenna(s) and associated RFIF Receivers

Ground System comprising of the following elements

SlNo Particular Qty

72 m Antenna System

1 Foundation 3

2 Antenna Subreflector and Pedestal 3

3 Feed System 3

4 Control System 3

5 Antenna Control Unit 3

6 Beacon Tracking Receiver 3

RF Downlink System

1 LNA 6

2 LNA Control 3

3 Down Converters 15

Baseband System

1 Demodulator (Tunable) 15

Timing System

1 GPS Receiver 1+1

2 Time Code Reader 1+1

3 Networking Server 1+1

M amp C System

1 M amp C System (Hardware amp Software) 3

Interface elements

1 Cables

Lot as per

requirements

2 Racks

3 Patch Panels Jacks Couplers

Test Instruments

1 VSA NFA Handheld Spectrum Analyzer with

Oscilloscope Rack Mounted Spectrum Analyser

Signal Generator Power Meter

One each

Common for all

antenna

2 Oscilloscope

3 PC amp Color Printer

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 15

Overall system descriptions is in Annexure A

(ii) Baseband Reception Systems for (a) Satellite Met Sensors Data Streams

(b) AWS channels data stream(s)

a Deliverable

Name of Units No of Units

Bit Synchronizer 14 Data Acquisition System 14 Data Reception Server 18 Raw Data Archival Server and Storage System

2

Workstations for network PQLDRaw Archival

14

Network Elements 10 TCG with NTP 2 Rack mounted MSO 2 DR Software 7 sets AWS front end Receivers 4 sets Instrument Racks cabling accessories and LAN networking

as required

b Computer Configurations for DR Server (Broad Specifications)

Specification Quantity Configuration ndash 1 (Server) 9+9 2U Rack mounted 2-CPU server 8 Core Intel Xeon E5 V4 series CPU with minimum 3 GHz or better 25 MB cache or better Intel C610 Chipset or better

256 GB 2400 MHz DDR4 RDIMM with minimum 8 DIMMs

bull 2 x Enterprise 600GB SAS 6Gbs 10K RPM or Better

bull 10 x 4 TB SAS 7200 RPM hot plug HDDs in RAID-105 Minimum 4 nos of 1001000Mbps RJ ports and 2 x 10GbE RJ45 copper ports At-least 2 x PCI-E 30 (x16) Full-height 1 x PCI-E 30 (x8) Full-height Graphics port 1280 x 1024 (1 No) Graphics adaptor 17rdquo Rack mounted console DVDCD-writer OS Windows Server 2012 R2

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 16

c Workstations for Networked PQLD

Specification Quantity Configuration ndash 2 (Workstation) 12 2-CPU 14 core Intel Xeon E5 V4 series CPU with 25 GHz or better minimum 35 MB cache Intel C612 Chipset or latest

128 GB DDR4 RAM (as per latest speed and standards) 2 x 1000 GB HDD 2 x 2 TB Images storage HDDs Minimum 1 nos of 1001000Mbps RJ ports and 1 x 10GbE RJ45 copper port 1x Graphics adaptor with 4GB memory 30rdquo32rdquo Hi-resolution colour display monitor 4K resolution compatible with graphics card DVDCD-writer OS Windows Server 2012 R2 or Windows 10

d Raw Archival Server with Storage System

Specification Quantity Configuration ndash 3 (Server) 2 Intel Xeon E5 V4 series CPU or better as per latest series gt25 GHz

128 GB RAM 2x 1000 GB HDD 4x1000 TX network port 2 x10GbE RJ45 copper port Add on NASDAS with Raid Controller ndash 400 TB (As required) 27rdquo colour display monitor DVDCD - writer OS Windows Server 2012 R2 or Windows 10

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 17

(iii)Data Processing system(s) amp Data Dissemination system(s)

a Deliverables

SlNo Name of Units No of Units

Data Processing and Applications Systems

1 Data Processing Servers (K1VHRR 3A VHRR

3ACCD 3DIMG 3DSND 3DRIMG 3DRSND)

5+5

2 Data Ingest Servers 4

3 Database Server 2

4 Image Analysis Server 2

5 Data Dissemination Server SIDS Server 3

6 Web Server 3

7 Web Applications Server (GIS Web based

Visualisation and Analysis)

4

8 Ancillary Data Processing Server (GTS AWS BUFR) 2

9 Calibration and Validation Server 2

10 Image Analysis Clients 25

11 Central Data Flow Monitoring and Management 2

12 Web Monitoring 1

13 Data Quality Check 1

14 Backup and HSM 2

15 Data Visualisation Nodes 2

16 Video Wall 2

Centralised Hardware

1 1G10 G Switches and Networking (setspackages) 4

2 100 1000 LAN Switches and Networking 6

3 High Speed SSD Storage (50 TB) 1

4 Multi-Tier Data Storage System (1 PB and expandable) 1

5 125 KVA UPS (with redundant controllers plus

batteries for 30 minutes backup)

2

6 SIDS terminal along with STB 25

7 Multi monitor video wall 1

b Computer configurations

Data Processing and Applications Systems

1 Data Processing Servers (K1VHRR 3A VHRR 3ACCD 3DIMG 3DSND 3DRIMG

3DRSND)

5+5

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 18

SN Item Description of Requirement 1 Processor 6 x Intelreg Xeonreg Platinum series processors

with min 27GHz Min 33MB Cache 24 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C602J Chipset or Better

3 Memory Min 1TB DDR4 1866 MHz Registered Memory amp Upgradeable to 3TB of Memory

4 Memory Slots Min 96 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 2 x Gen 2 min4 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 8 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 6 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 6 USB ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 4U Rack Mountable

18 Redundant FAN Hot Plug redundant fans with N+1 Redundancy

19 Power Supply Redundant hot plug platinum min1400W power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management 21 Manageability

Features Should be able to manage systems through a web-browser OEM to provide its own systems management software

22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 19

2 Data Ingest Servers 4

3 Database Server 1

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 32GHz Min 25MB Cache 16 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256 GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024

15 Operating System Redhat Enterprise linux 7x with 3 years subscription

16 Operating System support

Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser OEM to provide its own systems management software

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 20

22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

4 Image Analysis Server 1

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E7-8890v4 processors with

min 24GHz Min 25MB Cache24 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots

5 Memory Features Advanced ECC Mirrored Memory Online Spare Memory

6 Network Controller Min 2 x 1GbE Network ports and Min 2 x 10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 21

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

5 Data Dissemination Server SIDS Server (Tower model) 2

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 23GHz Min 45MB Cache 18 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024

15 Operating System Redhat Enterprise linux 7x with 3 years subscription

16 Operating System support

Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser

OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 22

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

6 Web Server 2

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 32GHz Min 25MB Cache 8 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management 21 Manageability

Features Should be able to manage systems through a web-browser OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 23

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

7 Web Applications Server (GIS Web based Visualisation and Analysis) 4

SN Item Description

1 Make amp Model

2 CPU 4 x Intel Xeon Processor E-7 8890 V4 34 GHz or higher 24 core 60 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 1TB GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs 4 16TB SSD in RAID1

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 24

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

8 Ancillary Data Processing Server (GTS AWS BUFR) 2

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 256 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 25

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

9 Calibration and Validation Server 2

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 26

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel)

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

10 Image Analysis Clients 25

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-7 4830 V4 28 GHz or higher 14 core 25 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P2000 5 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM

18 Power Supply 900 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

11 Central Data Flow Monitoring and Management 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

12 Data Visualisation Nodes 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

13 Backup and HSM Server 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

14 Video Wall 2x2 configuration (LCD and Controller) 2+1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31

A LCD Group Specification Item Detailed Specification

System

Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall

Display technology Liquid Crystal Display

Display size and resolution

The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels

Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001

Architecture

The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime

Signal Interface

Input terminals

1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )

Output terminals 1x Digital DVI-D 1xRS422 RJ-45

Component input compatibility

480i 480P 720P 1080i 1080P

Scan rate Fh 30~75KHz Fv 50~85Hz

Video compatibility NTSC PAL SECAM

Timing compatibility

720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz

User controls

Power control 1 AC power ONOFF switch Wire control RS232C RS422 input

LED indicator System indicator display to show system status

IR remote IR remote OSD style list type OSD format

On Screen display Input selection picture image and tiling should be adjusted using OSD

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32

Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning

OSD Languages English

Wall control amp monitoring

Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience

Electrical AC power input range 90~240VAC 5060Hz 5A max

Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC

System Reliability

Operating temperature 0~40degC Operating relative humidity

20~80

MTBF gt= 50000 hours

B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the

same manufacturer Reputed Company The OEM should be an established

multinational in the field of video walls and should have installations around the world

Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos

Chassis 19rdquo industrial Rack mount Lockable front door to protect drives

Operating System Platform

Window 7- 64 bit

Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD

Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt

Supports Add on copper optical fiber adapters

Input Output supported

Serial ATA LAN

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33

2x RJ45 LAN ports USB 20 port

RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset

Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply

HDD Cooling FAN

LAN ports Scalability Display multiple source windows in any size

anywhere on the wall Control functions Brightness contrast saturation Hue

Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency

power supply AC Voltage 100 - 240V 50-60Hz

Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing

Wall management SW Scaling and display Software tp enable the user to display

multiple sources in any size and anywhere on the display wall

Auto Source Detection Software should support for auto source detection

Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts

Scenarios Software should able to Save and Load desktop layouts from Local or remote machines

Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user

Layout Preveiw Software should support layout preview option

Launch Application Software should be able to support

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34

Integration with 3rd party devices

System should offer interface to enable control from 3rd party devices like Creston AMX etc

Live Preview Software should able to provide live preview of video wall

Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall

Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)

Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere

on the display wall Inside the ticker window font size colour and background can be set

Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker

SNTP System should support SNTP function Protection System should have Hardware License key to

protect the software from unauthorized access

Pre- Qualification Requirements

OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India

(iv) Data Archival system(s) (Raw and Processed)

SN Name of Units No of Units

Centralised Hardware

1 High Speed SSD Storage (50 TB) 1

2 Multi-Tier Data Storage System (1 PB and expandable)

Primary and Secondary each

bull Unified storage device

bull Provision for online replication of luns

bull Provision for Fibre 10g (min 40g)

1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35

bull Provision for expansion should be there

3 LTODisk Based Library 1

4 SIDS terminal along with STB

Minimum 32 inch LED Screens having support for

following

AV HDMI USB RJ-45 along with built in Wifi

STB

Set top box should have programming support

Should have RJ-45 1Gbps and Wifi connectivity

Should have adequate support for python

Should have linux flavoured Operating system and provide

support for protocols like telnet ssh scp and ftp

25

(v) All associated elements like Network(s)LANWAN Powering Systems UPS

Gensets CablingConduiting and officecomputer furniturersquos

1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant

controllers plus batteries for 30 minutes backup)

2

a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis

b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum

VAH 90000)

c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation

Transformer for Input Side (Delta to Star Transformer Required)

Sr No

Description Parameters required

1 General Specifications 11 UPS topology On line double conversion VFI

SS 111 12 Architecture of the UPS Modular scalable redundant

based on Available kVA Power Modules

121 InOut phase Configuration

Three phase-Three phase single phase

122 Neutral Neutral Passing through

123 Output wave form on mains run

Sinusoidal

124 Output wave form on battery run

Sinusoidal

125 Bypass type Static and electro mechanic

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36

126 Transfer time Zero

127 UPS Module 100 kVA

128 UPS Chassis 120 kVA

13 Input

131 Nominal Voltage

400 V three phase 230V single phase

132 Voltage range -20 +15

133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power

To be furnished by the vender

134 Frequency

50 Hz to 60Hz (autosensing)

135 THDIin lt 3 al 100 of nominal load

136 Power Factor

gt 099 from 50 to 100 of nominal load

141 Output with mains

142 Nominal voltage 400 V three phase

143 Nominal power 100

144 Active power 100

145 Output waveform Sinusoidal

146 Voltage variation (static)

plusmn 1

147 Voltage variation (dynamic 0-100 100-0)

plusmn 1

148 Output voltage variation at unbalance load

plusmn 1

149 Phase displacement-100 unbalance load

120degplusmn 1deg

1410 Short circuit capability 300(p-p) for 1-sec

1411 THDv on nominal power (linear load)

lt 05

1412 THDv on nominal power (not linear load PF=07)

lt 1

1413 Frequency

50 Hz o 60 Hz (autosensing or selectable)

1414

Frequency tolerance Synchronized with input frequency or

plusmn 1 free run

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37

1415 Current Crest Factor

31 accordingly with IEC 62040-3

1416 Overload capability unity PF

bull 5 minutes or higher

bull 30 seconds or higher

110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention

15 Battery

151 Type

Lead Acid sealed free maintenance VRLA

152 Make

Exide Amco Panasonic Amara Raja

153 Model

To be furnished by the vendor

154 Nominal UPS Battery Voltage

252 Volt DC

155

Battery Backup time

30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)

156 Battery charger type

PWM hi efficiency one in each power module

157 Charging Cycle

Intelligent with boost charge and advanced management

159 Required VAH (12V x No of Battery x Battery AH)

Minimum 90000 VAH

1510 Weight of battery

To be furnished by the vendor

1511 Weight of battery cabinet

To be furnished by the vendor

1512 Dimensions of battery cabinet

To be furnished by the vendor

1513 Battery guaranty

2 years or more (free replacement)

16 Environmental specifications

161 Noise level 1m 42 divide 46 dBA

162 Working temperature range

from 0degC to +40degC

163 Stock temperature range

from -20degC to +50degC (excluded batteries)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38

164 Humidity range 20-80 not condensing

165 Protection degree IP21

17 Communication Interface

2 serial port RS232 1 logical level port 4 Dry contacts port

18 External Isolation Transformer required at Input Side

OEM Make 120 kVA

19 Standards

ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3

20 Protection

201 Overload (OL) To be complied [YesNo]

202 Short circuit (SC) To be complied [YesNo]

203 Input low voltage

To be complied [YesNo]

204 Output overvoltage

To be complied [YesNo]

205 Battery overcharging

To be complied [YesNo]

206 Battery over discharging

To be complied [YesNo]

21 Recommended Copper cable size in sq mm

To be furnished by the vendor

22 Recommended breaker rating in Amps

To be furnished by the vendor

23 Rectifier DC voltage ripples

lt1

24 Static bypass arrangement

241 Rated voltage (3 phase with neutral)

400V

242 Voltage variation plusmn20

243 Nominal frequency 50 Hz

244 Maintenance bypass switch

Inbuilt

25 Factory Test Certificate CE ISO 9001 amp ISO 14001

26 UPS Make Emerson Socomec Riello

AROS APC (Schneider) Numeric

27 UPS Model To be furnished by the vendor

28 Dimension and Weight of UPS

To be furnished by the vendor

29 3 years Warranty for total solution offered

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39

2 10 G Switches and Networking (setspackages)

Copper 10g Fiber 10g and FC SAN Switch

6

Features Specifications

Switching Architecture and Performance (Fibre10g Switch)

Interface Required

Minimum 48 ports of 10G SFP+ ports on day 1

Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1

Standards Support

Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC addrress

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies from day 1

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

Features Specifications

Switching Architecture and Performance (copper 10g switch)

Interface Required

Minimum 48 ports of 10GbaseT Rj45 ports

Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

switch should also support Multi-chassis link aggregation (MC-LAG)

Standards Support

Support 100100010GBASE-T copper interfaces 40GBASE QSFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42

8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC address

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

48 Port FC SAN Switch Specifications

SNo Specifications

1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports

2 The switch should support auto-sensing 2 4 8 10 and 16

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44

Gbitsec capabilities

3

The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)

4 The switch should be rack mountable

5 Non disruptive Microcode firmware Upgrades and hot code activation

6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end

7

Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic

8 The Switch should be configured with the Zoning and ISL Licenses

9

The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking

10 Support for web based management and should also support CLI

11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access

12

It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status

13

Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)

14 Should provide enterprise-class availability features such as redundant and hotpluggable components

15 Should have Front-to-back airflow and Back-to-front airflow

16 Port to Port latency should be 700 ns

17 The switch should support Inflight Compression and Encryption

18 The switch should have an option for DC power supply also

3 CablingConduiting

4 officecomputer furniturersquos

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45

(vi) Installation commissioning operationalization and operations (for pre-

determined period)

(vii) Project Management Documentation Project activities like Technical

Reviews Schedule Management and Staff deployment etc

(viii) Cabling conduiting as required

(ix) Office furniturersquos computers

(x) Embedded warranty for 3 years and comprehensive non comprehensive

AMC for 2 years

The complete End to End systems will be supplied installed commissioned and operated

as a turnkey project within pre-decided schedule The system requirements are listed in

Annexure-A

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46

Annexure-C

EOI Response Sheet

Requirement Response

Vendor Information

1 Name of Person and Organisation responsible for the information contained in EOI

2 Postal AddressTelephoneFaxemail address

3 ExperienceExpertise in A Meteorological system development and

deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related

field) E Data storage and management F Software design and development

Attach as required

4 Capability in indigenous development of data reception and processing facility (hardware and software)

Attach as required

5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration

Attach as required

6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure

Attach as required

7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs

Attach as required

8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables

Attach as required

9 Describe any third party alliances relationships and dependencies

10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc

Attach as required

11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules

Attach as required

12 Provide information on proposed methodology of carrying out the work

13 Details of deliverables and services offered as part of the EOI

14 Compliance matrix to the EOI Attach as required

15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc

Attach as required

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47

Annexure-D

GENERAL INSTRUCTIONS FOR EOI

1 We invite your proposal duly signed single part in a sealed envelope marked as

follows

Response to EOI MMDRPS Project

2 EOI Bidder related

21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above

22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them

3 Your EOI response should reach us on or before the due date and time Late

proposals received after the due date and time will not be considered

4 Meeting

In order to provide a better understanding of the requirement it is proposed to have a

meeting with the prospective vendors at ANTRIX Bangalore Vendors who are

desirous to attend the meeting may provide details of the representatives attending

the meeting in advance

5 VendorBidder shall discuss among others system engineering aspects design

optimum utilization of satellitecommunication resources the installation plan amp

methodology operations plan training plan warranty amp comprehensive AMC

methodology acceptance procedures and plans etc

6 Vendor shall prepare a detailed specifications document based on the selected

configurationoptionssystemscommitments and make presentation to ANTRIX The

draft specification document shall also include all aspects described above in para

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48

7 Delivery Schedule

The desired delivery schedule for the complete system is 7 to 8 months from the

placement of the purchase order Bidder shall provide the delivery schedule being

proposed along with milestones (like supply of hardwaresoftware installation testing

amp acceptance etc) in the EOI response

8 Any other system or sub system which is relevant for fulfilling implementation of the

scheme shall be brought to the attention by the vendor and detailed in EOI response

9 The vendor submitting response to this EOI and found technically suitable will only be

issued RFP at a later stage

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49

Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited

(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person

2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources

3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person

under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI

4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to

appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application

5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or

opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this

EOI document

Page 13: EOI for MMDRPS - Antrix Corporation for MMDRPS.pdfelectronics, computers, networking, power systems, furniture/fixtures, installation and commissioning. The proposed system will acquire

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 13

bull Transfer Processing and Archival of Automatic Weather Station (AWSARGAMS)

Data

bull Transfer Processing and Archival of data received on Global Telecommunication

System (GTS)

26 All associated elements like NetworksLANWAN Powering Systems UPS Gensets

CablingConduiting and officecomputer furniture

27 Installation commissioning operationalization and operations (for pre-determined

period)

28 Project management documentation project activities like technical reviews

schedule management and staff deployment etc

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 14

Annexure-B

Deliverables

The MMDRPS system and Work Package will consist of the following major

segmentsactivities

(i) RF Segment with outdoor Antenna(s) and associated RFIF Receivers

Ground System comprising of the following elements

SlNo Particular Qty

72 m Antenna System

1 Foundation 3

2 Antenna Subreflector and Pedestal 3

3 Feed System 3

4 Control System 3

5 Antenna Control Unit 3

6 Beacon Tracking Receiver 3

RF Downlink System

1 LNA 6

2 LNA Control 3

3 Down Converters 15

Baseband System

1 Demodulator (Tunable) 15

Timing System

1 GPS Receiver 1+1

2 Time Code Reader 1+1

3 Networking Server 1+1

M amp C System

1 M amp C System (Hardware amp Software) 3

Interface elements

1 Cables

Lot as per

requirements

2 Racks

3 Patch Panels Jacks Couplers

Test Instruments

1 VSA NFA Handheld Spectrum Analyzer with

Oscilloscope Rack Mounted Spectrum Analyser

Signal Generator Power Meter

One each

Common for all

antenna

2 Oscilloscope

3 PC amp Color Printer

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 15

Overall system descriptions is in Annexure A

(ii) Baseband Reception Systems for (a) Satellite Met Sensors Data Streams

(b) AWS channels data stream(s)

a Deliverable

Name of Units No of Units

Bit Synchronizer 14 Data Acquisition System 14 Data Reception Server 18 Raw Data Archival Server and Storage System

2

Workstations for network PQLDRaw Archival

14

Network Elements 10 TCG with NTP 2 Rack mounted MSO 2 DR Software 7 sets AWS front end Receivers 4 sets Instrument Racks cabling accessories and LAN networking

as required

b Computer Configurations for DR Server (Broad Specifications)

Specification Quantity Configuration ndash 1 (Server) 9+9 2U Rack mounted 2-CPU server 8 Core Intel Xeon E5 V4 series CPU with minimum 3 GHz or better 25 MB cache or better Intel C610 Chipset or better

256 GB 2400 MHz DDR4 RDIMM with minimum 8 DIMMs

bull 2 x Enterprise 600GB SAS 6Gbs 10K RPM or Better

bull 10 x 4 TB SAS 7200 RPM hot plug HDDs in RAID-105 Minimum 4 nos of 1001000Mbps RJ ports and 2 x 10GbE RJ45 copper ports At-least 2 x PCI-E 30 (x16) Full-height 1 x PCI-E 30 (x8) Full-height Graphics port 1280 x 1024 (1 No) Graphics adaptor 17rdquo Rack mounted console DVDCD-writer OS Windows Server 2012 R2

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 16

c Workstations for Networked PQLD

Specification Quantity Configuration ndash 2 (Workstation) 12 2-CPU 14 core Intel Xeon E5 V4 series CPU with 25 GHz or better minimum 35 MB cache Intel C612 Chipset or latest

128 GB DDR4 RAM (as per latest speed and standards) 2 x 1000 GB HDD 2 x 2 TB Images storage HDDs Minimum 1 nos of 1001000Mbps RJ ports and 1 x 10GbE RJ45 copper port 1x Graphics adaptor with 4GB memory 30rdquo32rdquo Hi-resolution colour display monitor 4K resolution compatible with graphics card DVDCD-writer OS Windows Server 2012 R2 or Windows 10

d Raw Archival Server with Storage System

Specification Quantity Configuration ndash 3 (Server) 2 Intel Xeon E5 V4 series CPU or better as per latest series gt25 GHz

128 GB RAM 2x 1000 GB HDD 4x1000 TX network port 2 x10GbE RJ45 copper port Add on NASDAS with Raid Controller ndash 400 TB (As required) 27rdquo colour display monitor DVDCD - writer OS Windows Server 2012 R2 or Windows 10

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 17

(iii)Data Processing system(s) amp Data Dissemination system(s)

a Deliverables

SlNo Name of Units No of Units

Data Processing and Applications Systems

1 Data Processing Servers (K1VHRR 3A VHRR

3ACCD 3DIMG 3DSND 3DRIMG 3DRSND)

5+5

2 Data Ingest Servers 4

3 Database Server 2

4 Image Analysis Server 2

5 Data Dissemination Server SIDS Server 3

6 Web Server 3

7 Web Applications Server (GIS Web based

Visualisation and Analysis)

4

8 Ancillary Data Processing Server (GTS AWS BUFR) 2

9 Calibration and Validation Server 2

10 Image Analysis Clients 25

11 Central Data Flow Monitoring and Management 2

12 Web Monitoring 1

13 Data Quality Check 1

14 Backup and HSM 2

15 Data Visualisation Nodes 2

16 Video Wall 2

Centralised Hardware

1 1G10 G Switches and Networking (setspackages) 4

2 100 1000 LAN Switches and Networking 6

3 High Speed SSD Storage (50 TB) 1

4 Multi-Tier Data Storage System (1 PB and expandable) 1

5 125 KVA UPS (with redundant controllers plus

batteries for 30 minutes backup)

2

6 SIDS terminal along with STB 25

7 Multi monitor video wall 1

b Computer configurations

Data Processing and Applications Systems

1 Data Processing Servers (K1VHRR 3A VHRR 3ACCD 3DIMG 3DSND 3DRIMG

3DRSND)

5+5

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 18

SN Item Description of Requirement 1 Processor 6 x Intelreg Xeonreg Platinum series processors

with min 27GHz Min 33MB Cache 24 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C602J Chipset or Better

3 Memory Min 1TB DDR4 1866 MHz Registered Memory amp Upgradeable to 3TB of Memory

4 Memory Slots Min 96 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 2 x Gen 2 min4 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 8 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 6 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 6 USB ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 4U Rack Mountable

18 Redundant FAN Hot Plug redundant fans with N+1 Redundancy

19 Power Supply Redundant hot plug platinum min1400W power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management 21 Manageability

Features Should be able to manage systems through a web-browser OEM to provide its own systems management software

22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 19

2 Data Ingest Servers 4

3 Database Server 1

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 32GHz Min 25MB Cache 16 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256 GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024

15 Operating System Redhat Enterprise linux 7x with 3 years subscription

16 Operating System support

Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser OEM to provide its own systems management software

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 20

22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

4 Image Analysis Server 1

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E7-8890v4 processors with

min 24GHz Min 25MB Cache24 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots

5 Memory Features Advanced ECC Mirrored Memory Online Spare Memory

6 Network Controller Min 2 x 1GbE Network ports and Min 2 x 10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 21

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

5 Data Dissemination Server SIDS Server (Tower model) 2

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 23GHz Min 45MB Cache 18 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024

15 Operating System Redhat Enterprise linux 7x with 3 years subscription

16 Operating System support

Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser

OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 22

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

6 Web Server 2

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 32GHz Min 25MB Cache 8 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management 21 Manageability

Features Should be able to manage systems through a web-browser OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 23

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

7 Web Applications Server (GIS Web based Visualisation and Analysis) 4

SN Item Description

1 Make amp Model

2 CPU 4 x Intel Xeon Processor E-7 8890 V4 34 GHz or higher 24 core 60 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 1TB GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs 4 16TB SSD in RAID1

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 24

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

8 Ancillary Data Processing Server (GTS AWS BUFR) 2

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 256 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 25

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

9 Calibration and Validation Server 2

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 26

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel)

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

10 Image Analysis Clients 25

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-7 4830 V4 28 GHz or higher 14 core 25 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P2000 5 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM

18 Power Supply 900 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

11 Central Data Flow Monitoring and Management 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

12 Data Visualisation Nodes 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

13 Backup and HSM Server 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

14 Video Wall 2x2 configuration (LCD and Controller) 2+1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31

A LCD Group Specification Item Detailed Specification

System

Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall

Display technology Liquid Crystal Display

Display size and resolution

The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels

Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001

Architecture

The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime

Signal Interface

Input terminals

1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )

Output terminals 1x Digital DVI-D 1xRS422 RJ-45

Component input compatibility

480i 480P 720P 1080i 1080P

Scan rate Fh 30~75KHz Fv 50~85Hz

Video compatibility NTSC PAL SECAM

Timing compatibility

720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz

User controls

Power control 1 AC power ONOFF switch Wire control RS232C RS422 input

LED indicator System indicator display to show system status

IR remote IR remote OSD style list type OSD format

On Screen display Input selection picture image and tiling should be adjusted using OSD

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32

Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning

OSD Languages English

Wall control amp monitoring

Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience

Electrical AC power input range 90~240VAC 5060Hz 5A max

Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC

System Reliability

Operating temperature 0~40degC Operating relative humidity

20~80

MTBF gt= 50000 hours

B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the

same manufacturer Reputed Company The OEM should be an established

multinational in the field of video walls and should have installations around the world

Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos

Chassis 19rdquo industrial Rack mount Lockable front door to protect drives

Operating System Platform

Window 7- 64 bit

Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD

Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt

Supports Add on copper optical fiber adapters

Input Output supported

Serial ATA LAN

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33

2x RJ45 LAN ports USB 20 port

RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset

Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply

HDD Cooling FAN

LAN ports Scalability Display multiple source windows in any size

anywhere on the wall Control functions Brightness contrast saturation Hue

Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency

power supply AC Voltage 100 - 240V 50-60Hz

Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing

Wall management SW Scaling and display Software tp enable the user to display

multiple sources in any size and anywhere on the display wall

Auto Source Detection Software should support for auto source detection

Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts

Scenarios Software should able to Save and Load desktop layouts from Local or remote machines

Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user

Layout Preveiw Software should support layout preview option

Launch Application Software should be able to support

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34

Integration with 3rd party devices

System should offer interface to enable control from 3rd party devices like Creston AMX etc

Live Preview Software should able to provide live preview of video wall

Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall

Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)

Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere

on the display wall Inside the ticker window font size colour and background can be set

Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker

SNTP System should support SNTP function Protection System should have Hardware License key to

protect the software from unauthorized access

Pre- Qualification Requirements

OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India

(iv) Data Archival system(s) (Raw and Processed)

SN Name of Units No of Units

Centralised Hardware

1 High Speed SSD Storage (50 TB) 1

2 Multi-Tier Data Storage System (1 PB and expandable)

Primary and Secondary each

bull Unified storage device

bull Provision for online replication of luns

bull Provision for Fibre 10g (min 40g)

1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35

bull Provision for expansion should be there

3 LTODisk Based Library 1

4 SIDS terminal along with STB

Minimum 32 inch LED Screens having support for

following

AV HDMI USB RJ-45 along with built in Wifi

STB

Set top box should have programming support

Should have RJ-45 1Gbps and Wifi connectivity

Should have adequate support for python

Should have linux flavoured Operating system and provide

support for protocols like telnet ssh scp and ftp

25

(v) All associated elements like Network(s)LANWAN Powering Systems UPS

Gensets CablingConduiting and officecomputer furniturersquos

1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant

controllers plus batteries for 30 minutes backup)

2

a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis

b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum

VAH 90000)

c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation

Transformer for Input Side (Delta to Star Transformer Required)

Sr No

Description Parameters required

1 General Specifications 11 UPS topology On line double conversion VFI

SS 111 12 Architecture of the UPS Modular scalable redundant

based on Available kVA Power Modules

121 InOut phase Configuration

Three phase-Three phase single phase

122 Neutral Neutral Passing through

123 Output wave form on mains run

Sinusoidal

124 Output wave form on battery run

Sinusoidal

125 Bypass type Static and electro mechanic

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36

126 Transfer time Zero

127 UPS Module 100 kVA

128 UPS Chassis 120 kVA

13 Input

131 Nominal Voltage

400 V three phase 230V single phase

132 Voltage range -20 +15

133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power

To be furnished by the vender

134 Frequency

50 Hz to 60Hz (autosensing)

135 THDIin lt 3 al 100 of nominal load

136 Power Factor

gt 099 from 50 to 100 of nominal load

141 Output with mains

142 Nominal voltage 400 V three phase

143 Nominal power 100

144 Active power 100

145 Output waveform Sinusoidal

146 Voltage variation (static)

plusmn 1

147 Voltage variation (dynamic 0-100 100-0)

plusmn 1

148 Output voltage variation at unbalance load

plusmn 1

149 Phase displacement-100 unbalance load

120degplusmn 1deg

1410 Short circuit capability 300(p-p) for 1-sec

1411 THDv on nominal power (linear load)

lt 05

1412 THDv on nominal power (not linear load PF=07)

lt 1

1413 Frequency

50 Hz o 60 Hz (autosensing or selectable)

1414

Frequency tolerance Synchronized with input frequency or

plusmn 1 free run

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37

1415 Current Crest Factor

31 accordingly with IEC 62040-3

1416 Overload capability unity PF

bull 5 minutes or higher

bull 30 seconds or higher

110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention

15 Battery

151 Type

Lead Acid sealed free maintenance VRLA

152 Make

Exide Amco Panasonic Amara Raja

153 Model

To be furnished by the vendor

154 Nominal UPS Battery Voltage

252 Volt DC

155

Battery Backup time

30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)

156 Battery charger type

PWM hi efficiency one in each power module

157 Charging Cycle

Intelligent with boost charge and advanced management

159 Required VAH (12V x No of Battery x Battery AH)

Minimum 90000 VAH

1510 Weight of battery

To be furnished by the vendor

1511 Weight of battery cabinet

To be furnished by the vendor

1512 Dimensions of battery cabinet

To be furnished by the vendor

1513 Battery guaranty

2 years or more (free replacement)

16 Environmental specifications

161 Noise level 1m 42 divide 46 dBA

162 Working temperature range

from 0degC to +40degC

163 Stock temperature range

from -20degC to +50degC (excluded batteries)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38

164 Humidity range 20-80 not condensing

165 Protection degree IP21

17 Communication Interface

2 serial port RS232 1 logical level port 4 Dry contacts port

18 External Isolation Transformer required at Input Side

OEM Make 120 kVA

19 Standards

ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3

20 Protection

201 Overload (OL) To be complied [YesNo]

202 Short circuit (SC) To be complied [YesNo]

203 Input low voltage

To be complied [YesNo]

204 Output overvoltage

To be complied [YesNo]

205 Battery overcharging

To be complied [YesNo]

206 Battery over discharging

To be complied [YesNo]

21 Recommended Copper cable size in sq mm

To be furnished by the vendor

22 Recommended breaker rating in Amps

To be furnished by the vendor

23 Rectifier DC voltage ripples

lt1

24 Static bypass arrangement

241 Rated voltage (3 phase with neutral)

400V

242 Voltage variation plusmn20

243 Nominal frequency 50 Hz

244 Maintenance bypass switch

Inbuilt

25 Factory Test Certificate CE ISO 9001 amp ISO 14001

26 UPS Make Emerson Socomec Riello

AROS APC (Schneider) Numeric

27 UPS Model To be furnished by the vendor

28 Dimension and Weight of UPS

To be furnished by the vendor

29 3 years Warranty for total solution offered

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39

2 10 G Switches and Networking (setspackages)

Copper 10g Fiber 10g and FC SAN Switch

6

Features Specifications

Switching Architecture and Performance (Fibre10g Switch)

Interface Required

Minimum 48 ports of 10G SFP+ ports on day 1

Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1

Standards Support

Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC addrress

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies from day 1

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

Features Specifications

Switching Architecture and Performance (copper 10g switch)

Interface Required

Minimum 48 ports of 10GbaseT Rj45 ports

Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

switch should also support Multi-chassis link aggregation (MC-LAG)

Standards Support

Support 100100010GBASE-T copper interfaces 40GBASE QSFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42

8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC address

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

48 Port FC SAN Switch Specifications

SNo Specifications

1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports

2 The switch should support auto-sensing 2 4 8 10 and 16

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44

Gbitsec capabilities

3

The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)

4 The switch should be rack mountable

5 Non disruptive Microcode firmware Upgrades and hot code activation

6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end

7

Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic

8 The Switch should be configured with the Zoning and ISL Licenses

9

The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking

10 Support for web based management and should also support CLI

11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access

12

It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status

13

Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)

14 Should provide enterprise-class availability features such as redundant and hotpluggable components

15 Should have Front-to-back airflow and Back-to-front airflow

16 Port to Port latency should be 700 ns

17 The switch should support Inflight Compression and Encryption

18 The switch should have an option for DC power supply also

3 CablingConduiting

4 officecomputer furniturersquos

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45

(vi) Installation commissioning operationalization and operations (for pre-

determined period)

(vii) Project Management Documentation Project activities like Technical

Reviews Schedule Management and Staff deployment etc

(viii) Cabling conduiting as required

(ix) Office furniturersquos computers

(x) Embedded warranty for 3 years and comprehensive non comprehensive

AMC for 2 years

The complete End to End systems will be supplied installed commissioned and operated

as a turnkey project within pre-decided schedule The system requirements are listed in

Annexure-A

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46

Annexure-C

EOI Response Sheet

Requirement Response

Vendor Information

1 Name of Person and Organisation responsible for the information contained in EOI

2 Postal AddressTelephoneFaxemail address

3 ExperienceExpertise in A Meteorological system development and

deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related

field) E Data storage and management F Software design and development

Attach as required

4 Capability in indigenous development of data reception and processing facility (hardware and software)

Attach as required

5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration

Attach as required

6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure

Attach as required

7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs

Attach as required

8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables

Attach as required

9 Describe any third party alliances relationships and dependencies

10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc

Attach as required

11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules

Attach as required

12 Provide information on proposed methodology of carrying out the work

13 Details of deliverables and services offered as part of the EOI

14 Compliance matrix to the EOI Attach as required

15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc

Attach as required

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47

Annexure-D

GENERAL INSTRUCTIONS FOR EOI

1 We invite your proposal duly signed single part in a sealed envelope marked as

follows

Response to EOI MMDRPS Project

2 EOI Bidder related

21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above

22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them

3 Your EOI response should reach us on or before the due date and time Late

proposals received after the due date and time will not be considered

4 Meeting

In order to provide a better understanding of the requirement it is proposed to have a

meeting with the prospective vendors at ANTRIX Bangalore Vendors who are

desirous to attend the meeting may provide details of the representatives attending

the meeting in advance

5 VendorBidder shall discuss among others system engineering aspects design

optimum utilization of satellitecommunication resources the installation plan amp

methodology operations plan training plan warranty amp comprehensive AMC

methodology acceptance procedures and plans etc

6 Vendor shall prepare a detailed specifications document based on the selected

configurationoptionssystemscommitments and make presentation to ANTRIX The

draft specification document shall also include all aspects described above in para

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48

7 Delivery Schedule

The desired delivery schedule for the complete system is 7 to 8 months from the

placement of the purchase order Bidder shall provide the delivery schedule being

proposed along with milestones (like supply of hardwaresoftware installation testing

amp acceptance etc) in the EOI response

8 Any other system or sub system which is relevant for fulfilling implementation of the

scheme shall be brought to the attention by the vendor and detailed in EOI response

9 The vendor submitting response to this EOI and found technically suitable will only be

issued RFP at a later stage

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49

Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited

(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person

2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources

3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person

under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI

4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to

appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application

5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or

opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this

EOI document

Page 14: EOI for MMDRPS - Antrix Corporation for MMDRPS.pdfelectronics, computers, networking, power systems, furniture/fixtures, installation and commissioning. The proposed system will acquire

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 14

Annexure-B

Deliverables

The MMDRPS system and Work Package will consist of the following major

segmentsactivities

(i) RF Segment with outdoor Antenna(s) and associated RFIF Receivers

Ground System comprising of the following elements

SlNo Particular Qty

72 m Antenna System

1 Foundation 3

2 Antenna Subreflector and Pedestal 3

3 Feed System 3

4 Control System 3

5 Antenna Control Unit 3

6 Beacon Tracking Receiver 3

RF Downlink System

1 LNA 6

2 LNA Control 3

3 Down Converters 15

Baseband System

1 Demodulator (Tunable) 15

Timing System

1 GPS Receiver 1+1

2 Time Code Reader 1+1

3 Networking Server 1+1

M amp C System

1 M amp C System (Hardware amp Software) 3

Interface elements

1 Cables

Lot as per

requirements

2 Racks

3 Patch Panels Jacks Couplers

Test Instruments

1 VSA NFA Handheld Spectrum Analyzer with

Oscilloscope Rack Mounted Spectrum Analyser

Signal Generator Power Meter

One each

Common for all

antenna

2 Oscilloscope

3 PC amp Color Printer

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 15

Overall system descriptions is in Annexure A

(ii) Baseband Reception Systems for (a) Satellite Met Sensors Data Streams

(b) AWS channels data stream(s)

a Deliverable

Name of Units No of Units

Bit Synchronizer 14 Data Acquisition System 14 Data Reception Server 18 Raw Data Archival Server and Storage System

2

Workstations for network PQLDRaw Archival

14

Network Elements 10 TCG with NTP 2 Rack mounted MSO 2 DR Software 7 sets AWS front end Receivers 4 sets Instrument Racks cabling accessories and LAN networking

as required

b Computer Configurations for DR Server (Broad Specifications)

Specification Quantity Configuration ndash 1 (Server) 9+9 2U Rack mounted 2-CPU server 8 Core Intel Xeon E5 V4 series CPU with minimum 3 GHz or better 25 MB cache or better Intel C610 Chipset or better

256 GB 2400 MHz DDR4 RDIMM with minimum 8 DIMMs

bull 2 x Enterprise 600GB SAS 6Gbs 10K RPM or Better

bull 10 x 4 TB SAS 7200 RPM hot plug HDDs in RAID-105 Minimum 4 nos of 1001000Mbps RJ ports and 2 x 10GbE RJ45 copper ports At-least 2 x PCI-E 30 (x16) Full-height 1 x PCI-E 30 (x8) Full-height Graphics port 1280 x 1024 (1 No) Graphics adaptor 17rdquo Rack mounted console DVDCD-writer OS Windows Server 2012 R2

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 16

c Workstations for Networked PQLD

Specification Quantity Configuration ndash 2 (Workstation) 12 2-CPU 14 core Intel Xeon E5 V4 series CPU with 25 GHz or better minimum 35 MB cache Intel C612 Chipset or latest

128 GB DDR4 RAM (as per latest speed and standards) 2 x 1000 GB HDD 2 x 2 TB Images storage HDDs Minimum 1 nos of 1001000Mbps RJ ports and 1 x 10GbE RJ45 copper port 1x Graphics adaptor with 4GB memory 30rdquo32rdquo Hi-resolution colour display monitor 4K resolution compatible with graphics card DVDCD-writer OS Windows Server 2012 R2 or Windows 10

d Raw Archival Server with Storage System

Specification Quantity Configuration ndash 3 (Server) 2 Intel Xeon E5 V4 series CPU or better as per latest series gt25 GHz

128 GB RAM 2x 1000 GB HDD 4x1000 TX network port 2 x10GbE RJ45 copper port Add on NASDAS with Raid Controller ndash 400 TB (As required) 27rdquo colour display monitor DVDCD - writer OS Windows Server 2012 R2 or Windows 10

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 17

(iii)Data Processing system(s) amp Data Dissemination system(s)

a Deliverables

SlNo Name of Units No of Units

Data Processing and Applications Systems

1 Data Processing Servers (K1VHRR 3A VHRR

3ACCD 3DIMG 3DSND 3DRIMG 3DRSND)

5+5

2 Data Ingest Servers 4

3 Database Server 2

4 Image Analysis Server 2

5 Data Dissemination Server SIDS Server 3

6 Web Server 3

7 Web Applications Server (GIS Web based

Visualisation and Analysis)

4

8 Ancillary Data Processing Server (GTS AWS BUFR) 2

9 Calibration and Validation Server 2

10 Image Analysis Clients 25

11 Central Data Flow Monitoring and Management 2

12 Web Monitoring 1

13 Data Quality Check 1

14 Backup and HSM 2

15 Data Visualisation Nodes 2

16 Video Wall 2

Centralised Hardware

1 1G10 G Switches and Networking (setspackages) 4

2 100 1000 LAN Switches and Networking 6

3 High Speed SSD Storage (50 TB) 1

4 Multi-Tier Data Storage System (1 PB and expandable) 1

5 125 KVA UPS (with redundant controllers plus

batteries for 30 minutes backup)

2

6 SIDS terminal along with STB 25

7 Multi monitor video wall 1

b Computer configurations

Data Processing and Applications Systems

1 Data Processing Servers (K1VHRR 3A VHRR 3ACCD 3DIMG 3DSND 3DRIMG

3DRSND)

5+5

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 18

SN Item Description of Requirement 1 Processor 6 x Intelreg Xeonreg Platinum series processors

with min 27GHz Min 33MB Cache 24 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C602J Chipset or Better

3 Memory Min 1TB DDR4 1866 MHz Registered Memory amp Upgradeable to 3TB of Memory

4 Memory Slots Min 96 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 2 x Gen 2 min4 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 8 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 6 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 6 USB ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 4U Rack Mountable

18 Redundant FAN Hot Plug redundant fans with N+1 Redundancy

19 Power Supply Redundant hot plug platinum min1400W power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management 21 Manageability

Features Should be able to manage systems through a web-browser OEM to provide its own systems management software

22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 19

2 Data Ingest Servers 4

3 Database Server 1

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 32GHz Min 25MB Cache 16 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256 GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024

15 Operating System Redhat Enterprise linux 7x with 3 years subscription

16 Operating System support

Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser OEM to provide its own systems management software

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 20

22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

4 Image Analysis Server 1

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E7-8890v4 processors with

min 24GHz Min 25MB Cache24 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots

5 Memory Features Advanced ECC Mirrored Memory Online Spare Memory

6 Network Controller Min 2 x 1GbE Network ports and Min 2 x 10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 21

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

5 Data Dissemination Server SIDS Server (Tower model) 2

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 23GHz Min 45MB Cache 18 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024

15 Operating System Redhat Enterprise linux 7x with 3 years subscription

16 Operating System support

Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser

OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 22

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

6 Web Server 2

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 32GHz Min 25MB Cache 8 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management 21 Manageability

Features Should be able to manage systems through a web-browser OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 23

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

7 Web Applications Server (GIS Web based Visualisation and Analysis) 4

SN Item Description

1 Make amp Model

2 CPU 4 x Intel Xeon Processor E-7 8890 V4 34 GHz or higher 24 core 60 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 1TB GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs 4 16TB SSD in RAID1

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 24

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

8 Ancillary Data Processing Server (GTS AWS BUFR) 2

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 256 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 25

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

9 Calibration and Validation Server 2

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 26

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel)

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

10 Image Analysis Clients 25

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-7 4830 V4 28 GHz or higher 14 core 25 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P2000 5 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM

18 Power Supply 900 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

11 Central Data Flow Monitoring and Management 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

12 Data Visualisation Nodes 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

13 Backup and HSM Server 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

14 Video Wall 2x2 configuration (LCD and Controller) 2+1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31

A LCD Group Specification Item Detailed Specification

System

Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall

Display technology Liquid Crystal Display

Display size and resolution

The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels

Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001

Architecture

The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime

Signal Interface

Input terminals

1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )

Output terminals 1x Digital DVI-D 1xRS422 RJ-45

Component input compatibility

480i 480P 720P 1080i 1080P

Scan rate Fh 30~75KHz Fv 50~85Hz

Video compatibility NTSC PAL SECAM

Timing compatibility

720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz

User controls

Power control 1 AC power ONOFF switch Wire control RS232C RS422 input

LED indicator System indicator display to show system status

IR remote IR remote OSD style list type OSD format

On Screen display Input selection picture image and tiling should be adjusted using OSD

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32

Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning

OSD Languages English

Wall control amp monitoring

Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience

Electrical AC power input range 90~240VAC 5060Hz 5A max

Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC

System Reliability

Operating temperature 0~40degC Operating relative humidity

20~80

MTBF gt= 50000 hours

B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the

same manufacturer Reputed Company The OEM should be an established

multinational in the field of video walls and should have installations around the world

Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos

Chassis 19rdquo industrial Rack mount Lockable front door to protect drives

Operating System Platform

Window 7- 64 bit

Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD

Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt

Supports Add on copper optical fiber adapters

Input Output supported

Serial ATA LAN

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33

2x RJ45 LAN ports USB 20 port

RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset

Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply

HDD Cooling FAN

LAN ports Scalability Display multiple source windows in any size

anywhere on the wall Control functions Brightness contrast saturation Hue

Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency

power supply AC Voltage 100 - 240V 50-60Hz

Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing

Wall management SW Scaling and display Software tp enable the user to display

multiple sources in any size and anywhere on the display wall

Auto Source Detection Software should support for auto source detection

Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts

Scenarios Software should able to Save and Load desktop layouts from Local or remote machines

Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user

Layout Preveiw Software should support layout preview option

Launch Application Software should be able to support

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34

Integration with 3rd party devices

System should offer interface to enable control from 3rd party devices like Creston AMX etc

Live Preview Software should able to provide live preview of video wall

Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall

Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)

Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere

on the display wall Inside the ticker window font size colour and background can be set

Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker

SNTP System should support SNTP function Protection System should have Hardware License key to

protect the software from unauthorized access

Pre- Qualification Requirements

OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India

(iv) Data Archival system(s) (Raw and Processed)

SN Name of Units No of Units

Centralised Hardware

1 High Speed SSD Storage (50 TB) 1

2 Multi-Tier Data Storage System (1 PB and expandable)

Primary and Secondary each

bull Unified storage device

bull Provision for online replication of luns

bull Provision for Fibre 10g (min 40g)

1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35

bull Provision for expansion should be there

3 LTODisk Based Library 1

4 SIDS terminal along with STB

Minimum 32 inch LED Screens having support for

following

AV HDMI USB RJ-45 along with built in Wifi

STB

Set top box should have programming support

Should have RJ-45 1Gbps and Wifi connectivity

Should have adequate support for python

Should have linux flavoured Operating system and provide

support for protocols like telnet ssh scp and ftp

25

(v) All associated elements like Network(s)LANWAN Powering Systems UPS

Gensets CablingConduiting and officecomputer furniturersquos

1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant

controllers plus batteries for 30 minutes backup)

2

a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis

b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum

VAH 90000)

c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation

Transformer for Input Side (Delta to Star Transformer Required)

Sr No

Description Parameters required

1 General Specifications 11 UPS topology On line double conversion VFI

SS 111 12 Architecture of the UPS Modular scalable redundant

based on Available kVA Power Modules

121 InOut phase Configuration

Three phase-Three phase single phase

122 Neutral Neutral Passing through

123 Output wave form on mains run

Sinusoidal

124 Output wave form on battery run

Sinusoidal

125 Bypass type Static and electro mechanic

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36

126 Transfer time Zero

127 UPS Module 100 kVA

128 UPS Chassis 120 kVA

13 Input

131 Nominal Voltage

400 V three phase 230V single phase

132 Voltage range -20 +15

133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power

To be furnished by the vender

134 Frequency

50 Hz to 60Hz (autosensing)

135 THDIin lt 3 al 100 of nominal load

136 Power Factor

gt 099 from 50 to 100 of nominal load

141 Output with mains

142 Nominal voltage 400 V three phase

143 Nominal power 100

144 Active power 100

145 Output waveform Sinusoidal

146 Voltage variation (static)

plusmn 1

147 Voltage variation (dynamic 0-100 100-0)

plusmn 1

148 Output voltage variation at unbalance load

plusmn 1

149 Phase displacement-100 unbalance load

120degplusmn 1deg

1410 Short circuit capability 300(p-p) for 1-sec

1411 THDv on nominal power (linear load)

lt 05

1412 THDv on nominal power (not linear load PF=07)

lt 1

1413 Frequency

50 Hz o 60 Hz (autosensing or selectable)

1414

Frequency tolerance Synchronized with input frequency or

plusmn 1 free run

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37

1415 Current Crest Factor

31 accordingly with IEC 62040-3

1416 Overload capability unity PF

bull 5 minutes or higher

bull 30 seconds or higher

110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention

15 Battery

151 Type

Lead Acid sealed free maintenance VRLA

152 Make

Exide Amco Panasonic Amara Raja

153 Model

To be furnished by the vendor

154 Nominal UPS Battery Voltage

252 Volt DC

155

Battery Backup time

30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)

156 Battery charger type

PWM hi efficiency one in each power module

157 Charging Cycle

Intelligent with boost charge and advanced management

159 Required VAH (12V x No of Battery x Battery AH)

Minimum 90000 VAH

1510 Weight of battery

To be furnished by the vendor

1511 Weight of battery cabinet

To be furnished by the vendor

1512 Dimensions of battery cabinet

To be furnished by the vendor

1513 Battery guaranty

2 years or more (free replacement)

16 Environmental specifications

161 Noise level 1m 42 divide 46 dBA

162 Working temperature range

from 0degC to +40degC

163 Stock temperature range

from -20degC to +50degC (excluded batteries)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38

164 Humidity range 20-80 not condensing

165 Protection degree IP21

17 Communication Interface

2 serial port RS232 1 logical level port 4 Dry contacts port

18 External Isolation Transformer required at Input Side

OEM Make 120 kVA

19 Standards

ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3

20 Protection

201 Overload (OL) To be complied [YesNo]

202 Short circuit (SC) To be complied [YesNo]

203 Input low voltage

To be complied [YesNo]

204 Output overvoltage

To be complied [YesNo]

205 Battery overcharging

To be complied [YesNo]

206 Battery over discharging

To be complied [YesNo]

21 Recommended Copper cable size in sq mm

To be furnished by the vendor

22 Recommended breaker rating in Amps

To be furnished by the vendor

23 Rectifier DC voltage ripples

lt1

24 Static bypass arrangement

241 Rated voltage (3 phase with neutral)

400V

242 Voltage variation plusmn20

243 Nominal frequency 50 Hz

244 Maintenance bypass switch

Inbuilt

25 Factory Test Certificate CE ISO 9001 amp ISO 14001

26 UPS Make Emerson Socomec Riello

AROS APC (Schneider) Numeric

27 UPS Model To be furnished by the vendor

28 Dimension and Weight of UPS

To be furnished by the vendor

29 3 years Warranty for total solution offered

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39

2 10 G Switches and Networking (setspackages)

Copper 10g Fiber 10g and FC SAN Switch

6

Features Specifications

Switching Architecture and Performance (Fibre10g Switch)

Interface Required

Minimum 48 ports of 10G SFP+ ports on day 1

Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1

Standards Support

Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC addrress

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies from day 1

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

Features Specifications

Switching Architecture and Performance (copper 10g switch)

Interface Required

Minimum 48 ports of 10GbaseT Rj45 ports

Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

switch should also support Multi-chassis link aggregation (MC-LAG)

Standards Support

Support 100100010GBASE-T copper interfaces 40GBASE QSFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42

8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC address

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

48 Port FC SAN Switch Specifications

SNo Specifications

1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports

2 The switch should support auto-sensing 2 4 8 10 and 16

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44

Gbitsec capabilities

3

The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)

4 The switch should be rack mountable

5 Non disruptive Microcode firmware Upgrades and hot code activation

6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end

7

Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic

8 The Switch should be configured with the Zoning and ISL Licenses

9

The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking

10 Support for web based management and should also support CLI

11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access

12

It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status

13

Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)

14 Should provide enterprise-class availability features such as redundant and hotpluggable components

15 Should have Front-to-back airflow and Back-to-front airflow

16 Port to Port latency should be 700 ns

17 The switch should support Inflight Compression and Encryption

18 The switch should have an option for DC power supply also

3 CablingConduiting

4 officecomputer furniturersquos

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45

(vi) Installation commissioning operationalization and operations (for pre-

determined period)

(vii) Project Management Documentation Project activities like Technical

Reviews Schedule Management and Staff deployment etc

(viii) Cabling conduiting as required

(ix) Office furniturersquos computers

(x) Embedded warranty for 3 years and comprehensive non comprehensive

AMC for 2 years

The complete End to End systems will be supplied installed commissioned and operated

as a turnkey project within pre-decided schedule The system requirements are listed in

Annexure-A

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46

Annexure-C

EOI Response Sheet

Requirement Response

Vendor Information

1 Name of Person and Organisation responsible for the information contained in EOI

2 Postal AddressTelephoneFaxemail address

3 ExperienceExpertise in A Meteorological system development and

deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related

field) E Data storage and management F Software design and development

Attach as required

4 Capability in indigenous development of data reception and processing facility (hardware and software)

Attach as required

5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration

Attach as required

6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure

Attach as required

7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs

Attach as required

8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables

Attach as required

9 Describe any third party alliances relationships and dependencies

10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc

Attach as required

11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules

Attach as required

12 Provide information on proposed methodology of carrying out the work

13 Details of deliverables and services offered as part of the EOI

14 Compliance matrix to the EOI Attach as required

15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc

Attach as required

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47

Annexure-D

GENERAL INSTRUCTIONS FOR EOI

1 We invite your proposal duly signed single part in a sealed envelope marked as

follows

Response to EOI MMDRPS Project

2 EOI Bidder related

21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above

22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them

3 Your EOI response should reach us on or before the due date and time Late

proposals received after the due date and time will not be considered

4 Meeting

In order to provide a better understanding of the requirement it is proposed to have a

meeting with the prospective vendors at ANTRIX Bangalore Vendors who are

desirous to attend the meeting may provide details of the representatives attending

the meeting in advance

5 VendorBidder shall discuss among others system engineering aspects design

optimum utilization of satellitecommunication resources the installation plan amp

methodology operations plan training plan warranty amp comprehensive AMC

methodology acceptance procedures and plans etc

6 Vendor shall prepare a detailed specifications document based on the selected

configurationoptionssystemscommitments and make presentation to ANTRIX The

draft specification document shall also include all aspects described above in para

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48

7 Delivery Schedule

The desired delivery schedule for the complete system is 7 to 8 months from the

placement of the purchase order Bidder shall provide the delivery schedule being

proposed along with milestones (like supply of hardwaresoftware installation testing

amp acceptance etc) in the EOI response

8 Any other system or sub system which is relevant for fulfilling implementation of the

scheme shall be brought to the attention by the vendor and detailed in EOI response

9 The vendor submitting response to this EOI and found technically suitable will only be

issued RFP at a later stage

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49

Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited

(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person

2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources

3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person

under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI

4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to

appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application

5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or

opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this

EOI document

Page 15: EOI for MMDRPS - Antrix Corporation for MMDRPS.pdfelectronics, computers, networking, power systems, furniture/fixtures, installation and commissioning. The proposed system will acquire

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 15

Overall system descriptions is in Annexure A

(ii) Baseband Reception Systems for (a) Satellite Met Sensors Data Streams

(b) AWS channels data stream(s)

a Deliverable

Name of Units No of Units

Bit Synchronizer 14 Data Acquisition System 14 Data Reception Server 18 Raw Data Archival Server and Storage System

2

Workstations for network PQLDRaw Archival

14

Network Elements 10 TCG with NTP 2 Rack mounted MSO 2 DR Software 7 sets AWS front end Receivers 4 sets Instrument Racks cabling accessories and LAN networking

as required

b Computer Configurations for DR Server (Broad Specifications)

Specification Quantity Configuration ndash 1 (Server) 9+9 2U Rack mounted 2-CPU server 8 Core Intel Xeon E5 V4 series CPU with minimum 3 GHz or better 25 MB cache or better Intel C610 Chipset or better

256 GB 2400 MHz DDR4 RDIMM with minimum 8 DIMMs

bull 2 x Enterprise 600GB SAS 6Gbs 10K RPM or Better

bull 10 x 4 TB SAS 7200 RPM hot plug HDDs in RAID-105 Minimum 4 nos of 1001000Mbps RJ ports and 2 x 10GbE RJ45 copper ports At-least 2 x PCI-E 30 (x16) Full-height 1 x PCI-E 30 (x8) Full-height Graphics port 1280 x 1024 (1 No) Graphics adaptor 17rdquo Rack mounted console DVDCD-writer OS Windows Server 2012 R2

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 16

c Workstations for Networked PQLD

Specification Quantity Configuration ndash 2 (Workstation) 12 2-CPU 14 core Intel Xeon E5 V4 series CPU with 25 GHz or better minimum 35 MB cache Intel C612 Chipset or latest

128 GB DDR4 RAM (as per latest speed and standards) 2 x 1000 GB HDD 2 x 2 TB Images storage HDDs Minimum 1 nos of 1001000Mbps RJ ports and 1 x 10GbE RJ45 copper port 1x Graphics adaptor with 4GB memory 30rdquo32rdquo Hi-resolution colour display monitor 4K resolution compatible with graphics card DVDCD-writer OS Windows Server 2012 R2 or Windows 10

d Raw Archival Server with Storage System

Specification Quantity Configuration ndash 3 (Server) 2 Intel Xeon E5 V4 series CPU or better as per latest series gt25 GHz

128 GB RAM 2x 1000 GB HDD 4x1000 TX network port 2 x10GbE RJ45 copper port Add on NASDAS with Raid Controller ndash 400 TB (As required) 27rdquo colour display monitor DVDCD - writer OS Windows Server 2012 R2 or Windows 10

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 17

(iii)Data Processing system(s) amp Data Dissemination system(s)

a Deliverables

SlNo Name of Units No of Units

Data Processing and Applications Systems

1 Data Processing Servers (K1VHRR 3A VHRR

3ACCD 3DIMG 3DSND 3DRIMG 3DRSND)

5+5

2 Data Ingest Servers 4

3 Database Server 2

4 Image Analysis Server 2

5 Data Dissemination Server SIDS Server 3

6 Web Server 3

7 Web Applications Server (GIS Web based

Visualisation and Analysis)

4

8 Ancillary Data Processing Server (GTS AWS BUFR) 2

9 Calibration and Validation Server 2

10 Image Analysis Clients 25

11 Central Data Flow Monitoring and Management 2

12 Web Monitoring 1

13 Data Quality Check 1

14 Backup and HSM 2

15 Data Visualisation Nodes 2

16 Video Wall 2

Centralised Hardware

1 1G10 G Switches and Networking (setspackages) 4

2 100 1000 LAN Switches and Networking 6

3 High Speed SSD Storage (50 TB) 1

4 Multi-Tier Data Storage System (1 PB and expandable) 1

5 125 KVA UPS (with redundant controllers plus

batteries for 30 minutes backup)

2

6 SIDS terminal along with STB 25

7 Multi monitor video wall 1

b Computer configurations

Data Processing and Applications Systems

1 Data Processing Servers (K1VHRR 3A VHRR 3ACCD 3DIMG 3DSND 3DRIMG

3DRSND)

5+5

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 18

SN Item Description of Requirement 1 Processor 6 x Intelreg Xeonreg Platinum series processors

with min 27GHz Min 33MB Cache 24 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C602J Chipset or Better

3 Memory Min 1TB DDR4 1866 MHz Registered Memory amp Upgradeable to 3TB of Memory

4 Memory Slots Min 96 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 2 x Gen 2 min4 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 8 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 6 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 6 USB ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 4U Rack Mountable

18 Redundant FAN Hot Plug redundant fans with N+1 Redundancy

19 Power Supply Redundant hot plug platinum min1400W power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management 21 Manageability

Features Should be able to manage systems through a web-browser OEM to provide its own systems management software

22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 19

2 Data Ingest Servers 4

3 Database Server 1

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 32GHz Min 25MB Cache 16 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256 GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024

15 Operating System Redhat Enterprise linux 7x with 3 years subscription

16 Operating System support

Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser OEM to provide its own systems management software

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 20

22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

4 Image Analysis Server 1

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E7-8890v4 processors with

min 24GHz Min 25MB Cache24 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots

5 Memory Features Advanced ECC Mirrored Memory Online Spare Memory

6 Network Controller Min 2 x 1GbE Network ports and Min 2 x 10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 21

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

5 Data Dissemination Server SIDS Server (Tower model) 2

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 23GHz Min 45MB Cache 18 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024

15 Operating System Redhat Enterprise linux 7x with 3 years subscription

16 Operating System support

Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser

OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 22

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

6 Web Server 2

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 32GHz Min 25MB Cache 8 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management 21 Manageability

Features Should be able to manage systems through a web-browser OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 23

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

7 Web Applications Server (GIS Web based Visualisation and Analysis) 4

SN Item Description

1 Make amp Model

2 CPU 4 x Intel Xeon Processor E-7 8890 V4 34 GHz or higher 24 core 60 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 1TB GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs 4 16TB SSD in RAID1

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 24

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

8 Ancillary Data Processing Server (GTS AWS BUFR) 2

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 256 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 25

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

9 Calibration and Validation Server 2

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 26

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel)

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

10 Image Analysis Clients 25

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-7 4830 V4 28 GHz or higher 14 core 25 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P2000 5 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM

18 Power Supply 900 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

11 Central Data Flow Monitoring and Management 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

12 Data Visualisation Nodes 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

13 Backup and HSM Server 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

14 Video Wall 2x2 configuration (LCD and Controller) 2+1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31

A LCD Group Specification Item Detailed Specification

System

Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall

Display technology Liquid Crystal Display

Display size and resolution

The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels

Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001

Architecture

The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime

Signal Interface

Input terminals

1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )

Output terminals 1x Digital DVI-D 1xRS422 RJ-45

Component input compatibility

480i 480P 720P 1080i 1080P

Scan rate Fh 30~75KHz Fv 50~85Hz

Video compatibility NTSC PAL SECAM

Timing compatibility

720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz

User controls

Power control 1 AC power ONOFF switch Wire control RS232C RS422 input

LED indicator System indicator display to show system status

IR remote IR remote OSD style list type OSD format

On Screen display Input selection picture image and tiling should be adjusted using OSD

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32

Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning

OSD Languages English

Wall control amp monitoring

Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience

Electrical AC power input range 90~240VAC 5060Hz 5A max

Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC

System Reliability

Operating temperature 0~40degC Operating relative humidity

20~80

MTBF gt= 50000 hours

B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the

same manufacturer Reputed Company The OEM should be an established

multinational in the field of video walls and should have installations around the world

Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos

Chassis 19rdquo industrial Rack mount Lockable front door to protect drives

Operating System Platform

Window 7- 64 bit

Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD

Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt

Supports Add on copper optical fiber adapters

Input Output supported

Serial ATA LAN

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33

2x RJ45 LAN ports USB 20 port

RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset

Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply

HDD Cooling FAN

LAN ports Scalability Display multiple source windows in any size

anywhere on the wall Control functions Brightness contrast saturation Hue

Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency

power supply AC Voltage 100 - 240V 50-60Hz

Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing

Wall management SW Scaling and display Software tp enable the user to display

multiple sources in any size and anywhere on the display wall

Auto Source Detection Software should support for auto source detection

Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts

Scenarios Software should able to Save and Load desktop layouts from Local or remote machines

Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user

Layout Preveiw Software should support layout preview option

Launch Application Software should be able to support

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34

Integration with 3rd party devices

System should offer interface to enable control from 3rd party devices like Creston AMX etc

Live Preview Software should able to provide live preview of video wall

Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall

Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)

Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere

on the display wall Inside the ticker window font size colour and background can be set

Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker

SNTP System should support SNTP function Protection System should have Hardware License key to

protect the software from unauthorized access

Pre- Qualification Requirements

OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India

(iv) Data Archival system(s) (Raw and Processed)

SN Name of Units No of Units

Centralised Hardware

1 High Speed SSD Storage (50 TB) 1

2 Multi-Tier Data Storage System (1 PB and expandable)

Primary and Secondary each

bull Unified storage device

bull Provision for online replication of luns

bull Provision for Fibre 10g (min 40g)

1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35

bull Provision for expansion should be there

3 LTODisk Based Library 1

4 SIDS terminal along with STB

Minimum 32 inch LED Screens having support for

following

AV HDMI USB RJ-45 along with built in Wifi

STB

Set top box should have programming support

Should have RJ-45 1Gbps and Wifi connectivity

Should have adequate support for python

Should have linux flavoured Operating system and provide

support for protocols like telnet ssh scp and ftp

25

(v) All associated elements like Network(s)LANWAN Powering Systems UPS

Gensets CablingConduiting and officecomputer furniturersquos

1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant

controllers plus batteries for 30 minutes backup)

2

a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis

b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum

VAH 90000)

c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation

Transformer for Input Side (Delta to Star Transformer Required)

Sr No

Description Parameters required

1 General Specifications 11 UPS topology On line double conversion VFI

SS 111 12 Architecture of the UPS Modular scalable redundant

based on Available kVA Power Modules

121 InOut phase Configuration

Three phase-Three phase single phase

122 Neutral Neutral Passing through

123 Output wave form on mains run

Sinusoidal

124 Output wave form on battery run

Sinusoidal

125 Bypass type Static and electro mechanic

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36

126 Transfer time Zero

127 UPS Module 100 kVA

128 UPS Chassis 120 kVA

13 Input

131 Nominal Voltage

400 V three phase 230V single phase

132 Voltage range -20 +15

133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power

To be furnished by the vender

134 Frequency

50 Hz to 60Hz (autosensing)

135 THDIin lt 3 al 100 of nominal load

136 Power Factor

gt 099 from 50 to 100 of nominal load

141 Output with mains

142 Nominal voltage 400 V three phase

143 Nominal power 100

144 Active power 100

145 Output waveform Sinusoidal

146 Voltage variation (static)

plusmn 1

147 Voltage variation (dynamic 0-100 100-0)

plusmn 1

148 Output voltage variation at unbalance load

plusmn 1

149 Phase displacement-100 unbalance load

120degplusmn 1deg

1410 Short circuit capability 300(p-p) for 1-sec

1411 THDv on nominal power (linear load)

lt 05

1412 THDv on nominal power (not linear load PF=07)

lt 1

1413 Frequency

50 Hz o 60 Hz (autosensing or selectable)

1414

Frequency tolerance Synchronized with input frequency or

plusmn 1 free run

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37

1415 Current Crest Factor

31 accordingly with IEC 62040-3

1416 Overload capability unity PF

bull 5 minutes or higher

bull 30 seconds or higher

110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention

15 Battery

151 Type

Lead Acid sealed free maintenance VRLA

152 Make

Exide Amco Panasonic Amara Raja

153 Model

To be furnished by the vendor

154 Nominal UPS Battery Voltage

252 Volt DC

155

Battery Backup time

30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)

156 Battery charger type

PWM hi efficiency one in each power module

157 Charging Cycle

Intelligent with boost charge and advanced management

159 Required VAH (12V x No of Battery x Battery AH)

Minimum 90000 VAH

1510 Weight of battery

To be furnished by the vendor

1511 Weight of battery cabinet

To be furnished by the vendor

1512 Dimensions of battery cabinet

To be furnished by the vendor

1513 Battery guaranty

2 years or more (free replacement)

16 Environmental specifications

161 Noise level 1m 42 divide 46 dBA

162 Working temperature range

from 0degC to +40degC

163 Stock temperature range

from -20degC to +50degC (excluded batteries)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38

164 Humidity range 20-80 not condensing

165 Protection degree IP21

17 Communication Interface

2 serial port RS232 1 logical level port 4 Dry contacts port

18 External Isolation Transformer required at Input Side

OEM Make 120 kVA

19 Standards

ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3

20 Protection

201 Overload (OL) To be complied [YesNo]

202 Short circuit (SC) To be complied [YesNo]

203 Input low voltage

To be complied [YesNo]

204 Output overvoltage

To be complied [YesNo]

205 Battery overcharging

To be complied [YesNo]

206 Battery over discharging

To be complied [YesNo]

21 Recommended Copper cable size in sq mm

To be furnished by the vendor

22 Recommended breaker rating in Amps

To be furnished by the vendor

23 Rectifier DC voltage ripples

lt1

24 Static bypass arrangement

241 Rated voltage (3 phase with neutral)

400V

242 Voltage variation plusmn20

243 Nominal frequency 50 Hz

244 Maintenance bypass switch

Inbuilt

25 Factory Test Certificate CE ISO 9001 amp ISO 14001

26 UPS Make Emerson Socomec Riello

AROS APC (Schneider) Numeric

27 UPS Model To be furnished by the vendor

28 Dimension and Weight of UPS

To be furnished by the vendor

29 3 years Warranty for total solution offered

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39

2 10 G Switches and Networking (setspackages)

Copper 10g Fiber 10g and FC SAN Switch

6

Features Specifications

Switching Architecture and Performance (Fibre10g Switch)

Interface Required

Minimum 48 ports of 10G SFP+ ports on day 1

Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1

Standards Support

Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC addrress

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies from day 1

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

Features Specifications

Switching Architecture and Performance (copper 10g switch)

Interface Required

Minimum 48 ports of 10GbaseT Rj45 ports

Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

switch should also support Multi-chassis link aggregation (MC-LAG)

Standards Support

Support 100100010GBASE-T copper interfaces 40GBASE QSFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42

8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC address

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

48 Port FC SAN Switch Specifications

SNo Specifications

1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports

2 The switch should support auto-sensing 2 4 8 10 and 16

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44

Gbitsec capabilities

3

The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)

4 The switch should be rack mountable

5 Non disruptive Microcode firmware Upgrades and hot code activation

6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end

7

Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic

8 The Switch should be configured with the Zoning and ISL Licenses

9

The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking

10 Support for web based management and should also support CLI

11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access

12

It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status

13

Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)

14 Should provide enterprise-class availability features such as redundant and hotpluggable components

15 Should have Front-to-back airflow and Back-to-front airflow

16 Port to Port latency should be 700 ns

17 The switch should support Inflight Compression and Encryption

18 The switch should have an option for DC power supply also

3 CablingConduiting

4 officecomputer furniturersquos

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45

(vi) Installation commissioning operationalization and operations (for pre-

determined period)

(vii) Project Management Documentation Project activities like Technical

Reviews Schedule Management and Staff deployment etc

(viii) Cabling conduiting as required

(ix) Office furniturersquos computers

(x) Embedded warranty for 3 years and comprehensive non comprehensive

AMC for 2 years

The complete End to End systems will be supplied installed commissioned and operated

as a turnkey project within pre-decided schedule The system requirements are listed in

Annexure-A

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46

Annexure-C

EOI Response Sheet

Requirement Response

Vendor Information

1 Name of Person and Organisation responsible for the information contained in EOI

2 Postal AddressTelephoneFaxemail address

3 ExperienceExpertise in A Meteorological system development and

deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related

field) E Data storage and management F Software design and development

Attach as required

4 Capability in indigenous development of data reception and processing facility (hardware and software)

Attach as required

5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration

Attach as required

6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure

Attach as required

7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs

Attach as required

8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables

Attach as required

9 Describe any third party alliances relationships and dependencies

10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc

Attach as required

11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules

Attach as required

12 Provide information on proposed methodology of carrying out the work

13 Details of deliverables and services offered as part of the EOI

14 Compliance matrix to the EOI Attach as required

15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc

Attach as required

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47

Annexure-D

GENERAL INSTRUCTIONS FOR EOI

1 We invite your proposal duly signed single part in a sealed envelope marked as

follows

Response to EOI MMDRPS Project

2 EOI Bidder related

21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above

22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them

3 Your EOI response should reach us on or before the due date and time Late

proposals received after the due date and time will not be considered

4 Meeting

In order to provide a better understanding of the requirement it is proposed to have a

meeting with the prospective vendors at ANTRIX Bangalore Vendors who are

desirous to attend the meeting may provide details of the representatives attending

the meeting in advance

5 VendorBidder shall discuss among others system engineering aspects design

optimum utilization of satellitecommunication resources the installation plan amp

methodology operations plan training plan warranty amp comprehensive AMC

methodology acceptance procedures and plans etc

6 Vendor shall prepare a detailed specifications document based on the selected

configurationoptionssystemscommitments and make presentation to ANTRIX The

draft specification document shall also include all aspects described above in para

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48

7 Delivery Schedule

The desired delivery schedule for the complete system is 7 to 8 months from the

placement of the purchase order Bidder shall provide the delivery schedule being

proposed along with milestones (like supply of hardwaresoftware installation testing

amp acceptance etc) in the EOI response

8 Any other system or sub system which is relevant for fulfilling implementation of the

scheme shall be brought to the attention by the vendor and detailed in EOI response

9 The vendor submitting response to this EOI and found technically suitable will only be

issued RFP at a later stage

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49

Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited

(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person

2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources

3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person

under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI

4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to

appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application

5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or

opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this

EOI document

Page 16: EOI for MMDRPS - Antrix Corporation for MMDRPS.pdfelectronics, computers, networking, power systems, furniture/fixtures, installation and commissioning. The proposed system will acquire

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 16

c Workstations for Networked PQLD

Specification Quantity Configuration ndash 2 (Workstation) 12 2-CPU 14 core Intel Xeon E5 V4 series CPU with 25 GHz or better minimum 35 MB cache Intel C612 Chipset or latest

128 GB DDR4 RAM (as per latest speed and standards) 2 x 1000 GB HDD 2 x 2 TB Images storage HDDs Minimum 1 nos of 1001000Mbps RJ ports and 1 x 10GbE RJ45 copper port 1x Graphics adaptor with 4GB memory 30rdquo32rdquo Hi-resolution colour display monitor 4K resolution compatible with graphics card DVDCD-writer OS Windows Server 2012 R2 or Windows 10

d Raw Archival Server with Storage System

Specification Quantity Configuration ndash 3 (Server) 2 Intel Xeon E5 V4 series CPU or better as per latest series gt25 GHz

128 GB RAM 2x 1000 GB HDD 4x1000 TX network port 2 x10GbE RJ45 copper port Add on NASDAS with Raid Controller ndash 400 TB (As required) 27rdquo colour display monitor DVDCD - writer OS Windows Server 2012 R2 or Windows 10

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 17

(iii)Data Processing system(s) amp Data Dissemination system(s)

a Deliverables

SlNo Name of Units No of Units

Data Processing and Applications Systems

1 Data Processing Servers (K1VHRR 3A VHRR

3ACCD 3DIMG 3DSND 3DRIMG 3DRSND)

5+5

2 Data Ingest Servers 4

3 Database Server 2

4 Image Analysis Server 2

5 Data Dissemination Server SIDS Server 3

6 Web Server 3

7 Web Applications Server (GIS Web based

Visualisation and Analysis)

4

8 Ancillary Data Processing Server (GTS AWS BUFR) 2

9 Calibration and Validation Server 2

10 Image Analysis Clients 25

11 Central Data Flow Monitoring and Management 2

12 Web Monitoring 1

13 Data Quality Check 1

14 Backup and HSM 2

15 Data Visualisation Nodes 2

16 Video Wall 2

Centralised Hardware

1 1G10 G Switches and Networking (setspackages) 4

2 100 1000 LAN Switches and Networking 6

3 High Speed SSD Storage (50 TB) 1

4 Multi-Tier Data Storage System (1 PB and expandable) 1

5 125 KVA UPS (with redundant controllers plus

batteries for 30 minutes backup)

2

6 SIDS terminal along with STB 25

7 Multi monitor video wall 1

b Computer configurations

Data Processing and Applications Systems

1 Data Processing Servers (K1VHRR 3A VHRR 3ACCD 3DIMG 3DSND 3DRIMG

3DRSND)

5+5

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 18

SN Item Description of Requirement 1 Processor 6 x Intelreg Xeonreg Platinum series processors

with min 27GHz Min 33MB Cache 24 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C602J Chipset or Better

3 Memory Min 1TB DDR4 1866 MHz Registered Memory amp Upgradeable to 3TB of Memory

4 Memory Slots Min 96 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 2 x Gen 2 min4 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 8 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 6 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 6 USB ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 4U Rack Mountable

18 Redundant FAN Hot Plug redundant fans with N+1 Redundancy

19 Power Supply Redundant hot plug platinum min1400W power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management 21 Manageability

Features Should be able to manage systems through a web-browser OEM to provide its own systems management software

22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 19

2 Data Ingest Servers 4

3 Database Server 1

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 32GHz Min 25MB Cache 16 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256 GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024

15 Operating System Redhat Enterprise linux 7x with 3 years subscription

16 Operating System support

Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser OEM to provide its own systems management software

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 20

22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

4 Image Analysis Server 1

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E7-8890v4 processors with

min 24GHz Min 25MB Cache24 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots

5 Memory Features Advanced ECC Mirrored Memory Online Spare Memory

6 Network Controller Min 2 x 1GbE Network ports and Min 2 x 10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 21

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

5 Data Dissemination Server SIDS Server (Tower model) 2

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 23GHz Min 45MB Cache 18 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024

15 Operating System Redhat Enterprise linux 7x with 3 years subscription

16 Operating System support

Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser

OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 22

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

6 Web Server 2

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 32GHz Min 25MB Cache 8 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management 21 Manageability

Features Should be able to manage systems through a web-browser OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 23

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

7 Web Applications Server (GIS Web based Visualisation and Analysis) 4

SN Item Description

1 Make amp Model

2 CPU 4 x Intel Xeon Processor E-7 8890 V4 34 GHz or higher 24 core 60 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 1TB GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs 4 16TB SSD in RAID1

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 24

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

8 Ancillary Data Processing Server (GTS AWS BUFR) 2

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 256 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 25

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

9 Calibration and Validation Server 2

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 26

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel)

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

10 Image Analysis Clients 25

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-7 4830 V4 28 GHz or higher 14 core 25 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P2000 5 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM

18 Power Supply 900 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

11 Central Data Flow Monitoring and Management 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

12 Data Visualisation Nodes 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

13 Backup and HSM Server 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

14 Video Wall 2x2 configuration (LCD and Controller) 2+1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31

A LCD Group Specification Item Detailed Specification

System

Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall

Display technology Liquid Crystal Display

Display size and resolution

The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels

Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001

Architecture

The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime

Signal Interface

Input terminals

1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )

Output terminals 1x Digital DVI-D 1xRS422 RJ-45

Component input compatibility

480i 480P 720P 1080i 1080P

Scan rate Fh 30~75KHz Fv 50~85Hz

Video compatibility NTSC PAL SECAM

Timing compatibility

720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz

User controls

Power control 1 AC power ONOFF switch Wire control RS232C RS422 input

LED indicator System indicator display to show system status

IR remote IR remote OSD style list type OSD format

On Screen display Input selection picture image and tiling should be adjusted using OSD

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32

Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning

OSD Languages English

Wall control amp monitoring

Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience

Electrical AC power input range 90~240VAC 5060Hz 5A max

Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC

System Reliability

Operating temperature 0~40degC Operating relative humidity

20~80

MTBF gt= 50000 hours

B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the

same manufacturer Reputed Company The OEM should be an established

multinational in the field of video walls and should have installations around the world

Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos

Chassis 19rdquo industrial Rack mount Lockable front door to protect drives

Operating System Platform

Window 7- 64 bit

Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD

Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt

Supports Add on copper optical fiber adapters

Input Output supported

Serial ATA LAN

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33

2x RJ45 LAN ports USB 20 port

RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset

Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply

HDD Cooling FAN

LAN ports Scalability Display multiple source windows in any size

anywhere on the wall Control functions Brightness contrast saturation Hue

Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency

power supply AC Voltage 100 - 240V 50-60Hz

Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing

Wall management SW Scaling and display Software tp enable the user to display

multiple sources in any size and anywhere on the display wall

Auto Source Detection Software should support for auto source detection

Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts

Scenarios Software should able to Save and Load desktop layouts from Local or remote machines

Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user

Layout Preveiw Software should support layout preview option

Launch Application Software should be able to support

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34

Integration with 3rd party devices

System should offer interface to enable control from 3rd party devices like Creston AMX etc

Live Preview Software should able to provide live preview of video wall

Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall

Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)

Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere

on the display wall Inside the ticker window font size colour and background can be set

Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker

SNTP System should support SNTP function Protection System should have Hardware License key to

protect the software from unauthorized access

Pre- Qualification Requirements

OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India

(iv) Data Archival system(s) (Raw and Processed)

SN Name of Units No of Units

Centralised Hardware

1 High Speed SSD Storage (50 TB) 1

2 Multi-Tier Data Storage System (1 PB and expandable)

Primary and Secondary each

bull Unified storage device

bull Provision for online replication of luns

bull Provision for Fibre 10g (min 40g)

1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35

bull Provision for expansion should be there

3 LTODisk Based Library 1

4 SIDS terminal along with STB

Minimum 32 inch LED Screens having support for

following

AV HDMI USB RJ-45 along with built in Wifi

STB

Set top box should have programming support

Should have RJ-45 1Gbps and Wifi connectivity

Should have adequate support for python

Should have linux flavoured Operating system and provide

support for protocols like telnet ssh scp and ftp

25

(v) All associated elements like Network(s)LANWAN Powering Systems UPS

Gensets CablingConduiting and officecomputer furniturersquos

1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant

controllers plus batteries for 30 minutes backup)

2

a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis

b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum

VAH 90000)

c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation

Transformer for Input Side (Delta to Star Transformer Required)

Sr No

Description Parameters required

1 General Specifications 11 UPS topology On line double conversion VFI

SS 111 12 Architecture of the UPS Modular scalable redundant

based on Available kVA Power Modules

121 InOut phase Configuration

Three phase-Three phase single phase

122 Neutral Neutral Passing through

123 Output wave form on mains run

Sinusoidal

124 Output wave form on battery run

Sinusoidal

125 Bypass type Static and electro mechanic

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36

126 Transfer time Zero

127 UPS Module 100 kVA

128 UPS Chassis 120 kVA

13 Input

131 Nominal Voltage

400 V three phase 230V single phase

132 Voltage range -20 +15

133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power

To be furnished by the vender

134 Frequency

50 Hz to 60Hz (autosensing)

135 THDIin lt 3 al 100 of nominal load

136 Power Factor

gt 099 from 50 to 100 of nominal load

141 Output with mains

142 Nominal voltage 400 V three phase

143 Nominal power 100

144 Active power 100

145 Output waveform Sinusoidal

146 Voltage variation (static)

plusmn 1

147 Voltage variation (dynamic 0-100 100-0)

plusmn 1

148 Output voltage variation at unbalance load

plusmn 1

149 Phase displacement-100 unbalance load

120degplusmn 1deg

1410 Short circuit capability 300(p-p) for 1-sec

1411 THDv on nominal power (linear load)

lt 05

1412 THDv on nominal power (not linear load PF=07)

lt 1

1413 Frequency

50 Hz o 60 Hz (autosensing or selectable)

1414

Frequency tolerance Synchronized with input frequency or

plusmn 1 free run

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37

1415 Current Crest Factor

31 accordingly with IEC 62040-3

1416 Overload capability unity PF

bull 5 minutes or higher

bull 30 seconds or higher

110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention

15 Battery

151 Type

Lead Acid sealed free maintenance VRLA

152 Make

Exide Amco Panasonic Amara Raja

153 Model

To be furnished by the vendor

154 Nominal UPS Battery Voltage

252 Volt DC

155

Battery Backup time

30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)

156 Battery charger type

PWM hi efficiency one in each power module

157 Charging Cycle

Intelligent with boost charge and advanced management

159 Required VAH (12V x No of Battery x Battery AH)

Minimum 90000 VAH

1510 Weight of battery

To be furnished by the vendor

1511 Weight of battery cabinet

To be furnished by the vendor

1512 Dimensions of battery cabinet

To be furnished by the vendor

1513 Battery guaranty

2 years or more (free replacement)

16 Environmental specifications

161 Noise level 1m 42 divide 46 dBA

162 Working temperature range

from 0degC to +40degC

163 Stock temperature range

from -20degC to +50degC (excluded batteries)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38

164 Humidity range 20-80 not condensing

165 Protection degree IP21

17 Communication Interface

2 serial port RS232 1 logical level port 4 Dry contacts port

18 External Isolation Transformer required at Input Side

OEM Make 120 kVA

19 Standards

ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3

20 Protection

201 Overload (OL) To be complied [YesNo]

202 Short circuit (SC) To be complied [YesNo]

203 Input low voltage

To be complied [YesNo]

204 Output overvoltage

To be complied [YesNo]

205 Battery overcharging

To be complied [YesNo]

206 Battery over discharging

To be complied [YesNo]

21 Recommended Copper cable size in sq mm

To be furnished by the vendor

22 Recommended breaker rating in Amps

To be furnished by the vendor

23 Rectifier DC voltage ripples

lt1

24 Static bypass arrangement

241 Rated voltage (3 phase with neutral)

400V

242 Voltage variation plusmn20

243 Nominal frequency 50 Hz

244 Maintenance bypass switch

Inbuilt

25 Factory Test Certificate CE ISO 9001 amp ISO 14001

26 UPS Make Emerson Socomec Riello

AROS APC (Schneider) Numeric

27 UPS Model To be furnished by the vendor

28 Dimension and Weight of UPS

To be furnished by the vendor

29 3 years Warranty for total solution offered

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39

2 10 G Switches and Networking (setspackages)

Copper 10g Fiber 10g and FC SAN Switch

6

Features Specifications

Switching Architecture and Performance (Fibre10g Switch)

Interface Required

Minimum 48 ports of 10G SFP+ ports on day 1

Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1

Standards Support

Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC addrress

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies from day 1

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

Features Specifications

Switching Architecture and Performance (copper 10g switch)

Interface Required

Minimum 48 ports of 10GbaseT Rj45 ports

Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

switch should also support Multi-chassis link aggregation (MC-LAG)

Standards Support

Support 100100010GBASE-T copper interfaces 40GBASE QSFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42

8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC address

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

48 Port FC SAN Switch Specifications

SNo Specifications

1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports

2 The switch should support auto-sensing 2 4 8 10 and 16

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44

Gbitsec capabilities

3

The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)

4 The switch should be rack mountable

5 Non disruptive Microcode firmware Upgrades and hot code activation

6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end

7

Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic

8 The Switch should be configured with the Zoning and ISL Licenses

9

The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking

10 Support for web based management and should also support CLI

11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access

12

It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status

13

Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)

14 Should provide enterprise-class availability features such as redundant and hotpluggable components

15 Should have Front-to-back airflow and Back-to-front airflow

16 Port to Port latency should be 700 ns

17 The switch should support Inflight Compression and Encryption

18 The switch should have an option for DC power supply also

3 CablingConduiting

4 officecomputer furniturersquos

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45

(vi) Installation commissioning operationalization and operations (for pre-

determined period)

(vii) Project Management Documentation Project activities like Technical

Reviews Schedule Management and Staff deployment etc

(viii) Cabling conduiting as required

(ix) Office furniturersquos computers

(x) Embedded warranty for 3 years and comprehensive non comprehensive

AMC for 2 years

The complete End to End systems will be supplied installed commissioned and operated

as a turnkey project within pre-decided schedule The system requirements are listed in

Annexure-A

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46

Annexure-C

EOI Response Sheet

Requirement Response

Vendor Information

1 Name of Person and Organisation responsible for the information contained in EOI

2 Postal AddressTelephoneFaxemail address

3 ExperienceExpertise in A Meteorological system development and

deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related

field) E Data storage and management F Software design and development

Attach as required

4 Capability in indigenous development of data reception and processing facility (hardware and software)

Attach as required

5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration

Attach as required

6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure

Attach as required

7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs

Attach as required

8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables

Attach as required

9 Describe any third party alliances relationships and dependencies

10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc

Attach as required

11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules

Attach as required

12 Provide information on proposed methodology of carrying out the work

13 Details of deliverables and services offered as part of the EOI

14 Compliance matrix to the EOI Attach as required

15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc

Attach as required

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47

Annexure-D

GENERAL INSTRUCTIONS FOR EOI

1 We invite your proposal duly signed single part in a sealed envelope marked as

follows

Response to EOI MMDRPS Project

2 EOI Bidder related

21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above

22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them

3 Your EOI response should reach us on or before the due date and time Late

proposals received after the due date and time will not be considered

4 Meeting

In order to provide a better understanding of the requirement it is proposed to have a

meeting with the prospective vendors at ANTRIX Bangalore Vendors who are

desirous to attend the meeting may provide details of the representatives attending

the meeting in advance

5 VendorBidder shall discuss among others system engineering aspects design

optimum utilization of satellitecommunication resources the installation plan amp

methodology operations plan training plan warranty amp comprehensive AMC

methodology acceptance procedures and plans etc

6 Vendor shall prepare a detailed specifications document based on the selected

configurationoptionssystemscommitments and make presentation to ANTRIX The

draft specification document shall also include all aspects described above in para

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48

7 Delivery Schedule

The desired delivery schedule for the complete system is 7 to 8 months from the

placement of the purchase order Bidder shall provide the delivery schedule being

proposed along with milestones (like supply of hardwaresoftware installation testing

amp acceptance etc) in the EOI response

8 Any other system or sub system which is relevant for fulfilling implementation of the

scheme shall be brought to the attention by the vendor and detailed in EOI response

9 The vendor submitting response to this EOI and found technically suitable will only be

issued RFP at a later stage

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49

Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited

(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person

2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources

3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person

under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI

4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to

appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application

5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or

opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this

EOI document

Page 17: EOI for MMDRPS - Antrix Corporation for MMDRPS.pdfelectronics, computers, networking, power systems, furniture/fixtures, installation and commissioning. The proposed system will acquire

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 17

(iii)Data Processing system(s) amp Data Dissemination system(s)

a Deliverables

SlNo Name of Units No of Units

Data Processing and Applications Systems

1 Data Processing Servers (K1VHRR 3A VHRR

3ACCD 3DIMG 3DSND 3DRIMG 3DRSND)

5+5

2 Data Ingest Servers 4

3 Database Server 2

4 Image Analysis Server 2

5 Data Dissemination Server SIDS Server 3

6 Web Server 3

7 Web Applications Server (GIS Web based

Visualisation and Analysis)

4

8 Ancillary Data Processing Server (GTS AWS BUFR) 2

9 Calibration and Validation Server 2

10 Image Analysis Clients 25

11 Central Data Flow Monitoring and Management 2

12 Web Monitoring 1

13 Data Quality Check 1

14 Backup and HSM 2

15 Data Visualisation Nodes 2

16 Video Wall 2

Centralised Hardware

1 1G10 G Switches and Networking (setspackages) 4

2 100 1000 LAN Switches and Networking 6

3 High Speed SSD Storage (50 TB) 1

4 Multi-Tier Data Storage System (1 PB and expandable) 1

5 125 KVA UPS (with redundant controllers plus

batteries for 30 minutes backup)

2

6 SIDS terminal along with STB 25

7 Multi monitor video wall 1

b Computer configurations

Data Processing and Applications Systems

1 Data Processing Servers (K1VHRR 3A VHRR 3ACCD 3DIMG 3DSND 3DRIMG

3DRSND)

5+5

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 18

SN Item Description of Requirement 1 Processor 6 x Intelreg Xeonreg Platinum series processors

with min 27GHz Min 33MB Cache 24 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C602J Chipset or Better

3 Memory Min 1TB DDR4 1866 MHz Registered Memory amp Upgradeable to 3TB of Memory

4 Memory Slots Min 96 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 2 x Gen 2 min4 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 8 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 6 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 6 USB ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 4U Rack Mountable

18 Redundant FAN Hot Plug redundant fans with N+1 Redundancy

19 Power Supply Redundant hot plug platinum min1400W power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management 21 Manageability

Features Should be able to manage systems through a web-browser OEM to provide its own systems management software

22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 19

2 Data Ingest Servers 4

3 Database Server 1

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 32GHz Min 25MB Cache 16 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256 GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024

15 Operating System Redhat Enterprise linux 7x with 3 years subscription

16 Operating System support

Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser OEM to provide its own systems management software

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 20

22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

4 Image Analysis Server 1

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E7-8890v4 processors with

min 24GHz Min 25MB Cache24 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots

5 Memory Features Advanced ECC Mirrored Memory Online Spare Memory

6 Network Controller Min 2 x 1GbE Network ports and Min 2 x 10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 21

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

5 Data Dissemination Server SIDS Server (Tower model) 2

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 23GHz Min 45MB Cache 18 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024

15 Operating System Redhat Enterprise linux 7x with 3 years subscription

16 Operating System support

Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser

OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 22

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

6 Web Server 2

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 32GHz Min 25MB Cache 8 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management 21 Manageability

Features Should be able to manage systems through a web-browser OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 23

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

7 Web Applications Server (GIS Web based Visualisation and Analysis) 4

SN Item Description

1 Make amp Model

2 CPU 4 x Intel Xeon Processor E-7 8890 V4 34 GHz or higher 24 core 60 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 1TB GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs 4 16TB SSD in RAID1

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 24

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

8 Ancillary Data Processing Server (GTS AWS BUFR) 2

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 256 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 25

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

9 Calibration and Validation Server 2

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 26

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel)

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

10 Image Analysis Clients 25

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-7 4830 V4 28 GHz or higher 14 core 25 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P2000 5 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM

18 Power Supply 900 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

11 Central Data Flow Monitoring and Management 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

12 Data Visualisation Nodes 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

13 Backup and HSM Server 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

14 Video Wall 2x2 configuration (LCD and Controller) 2+1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31

A LCD Group Specification Item Detailed Specification

System

Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall

Display technology Liquid Crystal Display

Display size and resolution

The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels

Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001

Architecture

The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime

Signal Interface

Input terminals

1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )

Output terminals 1x Digital DVI-D 1xRS422 RJ-45

Component input compatibility

480i 480P 720P 1080i 1080P

Scan rate Fh 30~75KHz Fv 50~85Hz

Video compatibility NTSC PAL SECAM

Timing compatibility

720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz

User controls

Power control 1 AC power ONOFF switch Wire control RS232C RS422 input

LED indicator System indicator display to show system status

IR remote IR remote OSD style list type OSD format

On Screen display Input selection picture image and tiling should be adjusted using OSD

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32

Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning

OSD Languages English

Wall control amp monitoring

Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience

Electrical AC power input range 90~240VAC 5060Hz 5A max

Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC

System Reliability

Operating temperature 0~40degC Operating relative humidity

20~80

MTBF gt= 50000 hours

B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the

same manufacturer Reputed Company The OEM should be an established

multinational in the field of video walls and should have installations around the world

Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos

Chassis 19rdquo industrial Rack mount Lockable front door to protect drives

Operating System Platform

Window 7- 64 bit

Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD

Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt

Supports Add on copper optical fiber adapters

Input Output supported

Serial ATA LAN

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33

2x RJ45 LAN ports USB 20 port

RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset

Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply

HDD Cooling FAN

LAN ports Scalability Display multiple source windows in any size

anywhere on the wall Control functions Brightness contrast saturation Hue

Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency

power supply AC Voltage 100 - 240V 50-60Hz

Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing

Wall management SW Scaling and display Software tp enable the user to display

multiple sources in any size and anywhere on the display wall

Auto Source Detection Software should support for auto source detection

Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts

Scenarios Software should able to Save and Load desktop layouts from Local or remote machines

Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user

Layout Preveiw Software should support layout preview option

Launch Application Software should be able to support

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34

Integration with 3rd party devices

System should offer interface to enable control from 3rd party devices like Creston AMX etc

Live Preview Software should able to provide live preview of video wall

Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall

Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)

Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere

on the display wall Inside the ticker window font size colour and background can be set

Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker

SNTP System should support SNTP function Protection System should have Hardware License key to

protect the software from unauthorized access

Pre- Qualification Requirements

OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India

(iv) Data Archival system(s) (Raw and Processed)

SN Name of Units No of Units

Centralised Hardware

1 High Speed SSD Storage (50 TB) 1

2 Multi-Tier Data Storage System (1 PB and expandable)

Primary and Secondary each

bull Unified storage device

bull Provision for online replication of luns

bull Provision for Fibre 10g (min 40g)

1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35

bull Provision for expansion should be there

3 LTODisk Based Library 1

4 SIDS terminal along with STB

Minimum 32 inch LED Screens having support for

following

AV HDMI USB RJ-45 along with built in Wifi

STB

Set top box should have programming support

Should have RJ-45 1Gbps and Wifi connectivity

Should have adequate support for python

Should have linux flavoured Operating system and provide

support for protocols like telnet ssh scp and ftp

25

(v) All associated elements like Network(s)LANWAN Powering Systems UPS

Gensets CablingConduiting and officecomputer furniturersquos

1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant

controllers plus batteries for 30 minutes backup)

2

a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis

b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum

VAH 90000)

c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation

Transformer for Input Side (Delta to Star Transformer Required)

Sr No

Description Parameters required

1 General Specifications 11 UPS topology On line double conversion VFI

SS 111 12 Architecture of the UPS Modular scalable redundant

based on Available kVA Power Modules

121 InOut phase Configuration

Three phase-Three phase single phase

122 Neutral Neutral Passing through

123 Output wave form on mains run

Sinusoidal

124 Output wave form on battery run

Sinusoidal

125 Bypass type Static and electro mechanic

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36

126 Transfer time Zero

127 UPS Module 100 kVA

128 UPS Chassis 120 kVA

13 Input

131 Nominal Voltage

400 V three phase 230V single phase

132 Voltage range -20 +15

133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power

To be furnished by the vender

134 Frequency

50 Hz to 60Hz (autosensing)

135 THDIin lt 3 al 100 of nominal load

136 Power Factor

gt 099 from 50 to 100 of nominal load

141 Output with mains

142 Nominal voltage 400 V three phase

143 Nominal power 100

144 Active power 100

145 Output waveform Sinusoidal

146 Voltage variation (static)

plusmn 1

147 Voltage variation (dynamic 0-100 100-0)

plusmn 1

148 Output voltage variation at unbalance load

plusmn 1

149 Phase displacement-100 unbalance load

120degplusmn 1deg

1410 Short circuit capability 300(p-p) for 1-sec

1411 THDv on nominal power (linear load)

lt 05

1412 THDv on nominal power (not linear load PF=07)

lt 1

1413 Frequency

50 Hz o 60 Hz (autosensing or selectable)

1414

Frequency tolerance Synchronized with input frequency or

plusmn 1 free run

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37

1415 Current Crest Factor

31 accordingly with IEC 62040-3

1416 Overload capability unity PF

bull 5 minutes or higher

bull 30 seconds or higher

110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention

15 Battery

151 Type

Lead Acid sealed free maintenance VRLA

152 Make

Exide Amco Panasonic Amara Raja

153 Model

To be furnished by the vendor

154 Nominal UPS Battery Voltage

252 Volt DC

155

Battery Backup time

30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)

156 Battery charger type

PWM hi efficiency one in each power module

157 Charging Cycle

Intelligent with boost charge and advanced management

159 Required VAH (12V x No of Battery x Battery AH)

Minimum 90000 VAH

1510 Weight of battery

To be furnished by the vendor

1511 Weight of battery cabinet

To be furnished by the vendor

1512 Dimensions of battery cabinet

To be furnished by the vendor

1513 Battery guaranty

2 years or more (free replacement)

16 Environmental specifications

161 Noise level 1m 42 divide 46 dBA

162 Working temperature range

from 0degC to +40degC

163 Stock temperature range

from -20degC to +50degC (excluded batteries)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38

164 Humidity range 20-80 not condensing

165 Protection degree IP21

17 Communication Interface

2 serial port RS232 1 logical level port 4 Dry contacts port

18 External Isolation Transformer required at Input Side

OEM Make 120 kVA

19 Standards

ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3

20 Protection

201 Overload (OL) To be complied [YesNo]

202 Short circuit (SC) To be complied [YesNo]

203 Input low voltage

To be complied [YesNo]

204 Output overvoltage

To be complied [YesNo]

205 Battery overcharging

To be complied [YesNo]

206 Battery over discharging

To be complied [YesNo]

21 Recommended Copper cable size in sq mm

To be furnished by the vendor

22 Recommended breaker rating in Amps

To be furnished by the vendor

23 Rectifier DC voltage ripples

lt1

24 Static bypass arrangement

241 Rated voltage (3 phase with neutral)

400V

242 Voltage variation plusmn20

243 Nominal frequency 50 Hz

244 Maintenance bypass switch

Inbuilt

25 Factory Test Certificate CE ISO 9001 amp ISO 14001

26 UPS Make Emerson Socomec Riello

AROS APC (Schneider) Numeric

27 UPS Model To be furnished by the vendor

28 Dimension and Weight of UPS

To be furnished by the vendor

29 3 years Warranty for total solution offered

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39

2 10 G Switches and Networking (setspackages)

Copper 10g Fiber 10g and FC SAN Switch

6

Features Specifications

Switching Architecture and Performance (Fibre10g Switch)

Interface Required

Minimum 48 ports of 10G SFP+ ports on day 1

Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1

Standards Support

Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC addrress

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies from day 1

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

Features Specifications

Switching Architecture and Performance (copper 10g switch)

Interface Required

Minimum 48 ports of 10GbaseT Rj45 ports

Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

switch should also support Multi-chassis link aggregation (MC-LAG)

Standards Support

Support 100100010GBASE-T copper interfaces 40GBASE QSFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42

8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC address

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

48 Port FC SAN Switch Specifications

SNo Specifications

1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports

2 The switch should support auto-sensing 2 4 8 10 and 16

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44

Gbitsec capabilities

3

The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)

4 The switch should be rack mountable

5 Non disruptive Microcode firmware Upgrades and hot code activation

6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end

7

Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic

8 The Switch should be configured with the Zoning and ISL Licenses

9

The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking

10 Support for web based management and should also support CLI

11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access

12

It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status

13

Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)

14 Should provide enterprise-class availability features such as redundant and hotpluggable components

15 Should have Front-to-back airflow and Back-to-front airflow

16 Port to Port latency should be 700 ns

17 The switch should support Inflight Compression and Encryption

18 The switch should have an option for DC power supply also

3 CablingConduiting

4 officecomputer furniturersquos

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45

(vi) Installation commissioning operationalization and operations (for pre-

determined period)

(vii) Project Management Documentation Project activities like Technical

Reviews Schedule Management and Staff deployment etc

(viii) Cabling conduiting as required

(ix) Office furniturersquos computers

(x) Embedded warranty for 3 years and comprehensive non comprehensive

AMC for 2 years

The complete End to End systems will be supplied installed commissioned and operated

as a turnkey project within pre-decided schedule The system requirements are listed in

Annexure-A

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46

Annexure-C

EOI Response Sheet

Requirement Response

Vendor Information

1 Name of Person and Organisation responsible for the information contained in EOI

2 Postal AddressTelephoneFaxemail address

3 ExperienceExpertise in A Meteorological system development and

deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related

field) E Data storage and management F Software design and development

Attach as required

4 Capability in indigenous development of data reception and processing facility (hardware and software)

Attach as required

5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration

Attach as required

6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure

Attach as required

7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs

Attach as required

8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables

Attach as required

9 Describe any third party alliances relationships and dependencies

10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc

Attach as required

11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules

Attach as required

12 Provide information on proposed methodology of carrying out the work

13 Details of deliverables and services offered as part of the EOI

14 Compliance matrix to the EOI Attach as required

15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc

Attach as required

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47

Annexure-D

GENERAL INSTRUCTIONS FOR EOI

1 We invite your proposal duly signed single part in a sealed envelope marked as

follows

Response to EOI MMDRPS Project

2 EOI Bidder related

21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above

22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them

3 Your EOI response should reach us on or before the due date and time Late

proposals received after the due date and time will not be considered

4 Meeting

In order to provide a better understanding of the requirement it is proposed to have a

meeting with the prospective vendors at ANTRIX Bangalore Vendors who are

desirous to attend the meeting may provide details of the representatives attending

the meeting in advance

5 VendorBidder shall discuss among others system engineering aspects design

optimum utilization of satellitecommunication resources the installation plan amp

methodology operations plan training plan warranty amp comprehensive AMC

methodology acceptance procedures and plans etc

6 Vendor shall prepare a detailed specifications document based on the selected

configurationoptionssystemscommitments and make presentation to ANTRIX The

draft specification document shall also include all aspects described above in para

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48

7 Delivery Schedule

The desired delivery schedule for the complete system is 7 to 8 months from the

placement of the purchase order Bidder shall provide the delivery schedule being

proposed along with milestones (like supply of hardwaresoftware installation testing

amp acceptance etc) in the EOI response

8 Any other system or sub system which is relevant for fulfilling implementation of the

scheme shall be brought to the attention by the vendor and detailed in EOI response

9 The vendor submitting response to this EOI and found technically suitable will only be

issued RFP at a later stage

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49

Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited

(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person

2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources

3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person

under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI

4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to

appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application

5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or

opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this

EOI document

Page 18: EOI for MMDRPS - Antrix Corporation for MMDRPS.pdfelectronics, computers, networking, power systems, furniture/fixtures, installation and commissioning. The proposed system will acquire

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 18

SN Item Description of Requirement 1 Processor 6 x Intelreg Xeonreg Platinum series processors

with min 27GHz Min 33MB Cache 24 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C602J Chipset or Better

3 Memory Min 1TB DDR4 1866 MHz Registered Memory amp Upgradeable to 3TB of Memory

4 Memory Slots Min 96 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 2 x Gen 2 min4 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 8 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 6 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 6 USB ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 4U Rack Mountable

18 Redundant FAN Hot Plug redundant fans with N+1 Redundancy

19 Power Supply Redundant hot plug platinum min1400W power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management 21 Manageability

Features Should be able to manage systems through a web-browser OEM to provide its own systems management software

22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 19

2 Data Ingest Servers 4

3 Database Server 1

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 32GHz Min 25MB Cache 16 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256 GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024

15 Operating System Redhat Enterprise linux 7x with 3 years subscription

16 Operating System support

Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser OEM to provide its own systems management software

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 20

22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

4 Image Analysis Server 1

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E7-8890v4 processors with

min 24GHz Min 25MB Cache24 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots

5 Memory Features Advanced ECC Mirrored Memory Online Spare Memory

6 Network Controller Min 2 x 1GbE Network ports and Min 2 x 10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 21

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

5 Data Dissemination Server SIDS Server (Tower model) 2

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 23GHz Min 45MB Cache 18 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024

15 Operating System Redhat Enterprise linux 7x with 3 years subscription

16 Operating System support

Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser

OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 22

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

6 Web Server 2

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 32GHz Min 25MB Cache 8 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management 21 Manageability

Features Should be able to manage systems through a web-browser OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 23

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

7 Web Applications Server (GIS Web based Visualisation and Analysis) 4

SN Item Description

1 Make amp Model

2 CPU 4 x Intel Xeon Processor E-7 8890 V4 34 GHz or higher 24 core 60 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 1TB GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs 4 16TB SSD in RAID1

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 24

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

8 Ancillary Data Processing Server (GTS AWS BUFR) 2

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 256 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 25

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

9 Calibration and Validation Server 2

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 26

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel)

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

10 Image Analysis Clients 25

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-7 4830 V4 28 GHz or higher 14 core 25 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P2000 5 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM

18 Power Supply 900 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

11 Central Data Flow Monitoring and Management 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

12 Data Visualisation Nodes 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

13 Backup and HSM Server 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

14 Video Wall 2x2 configuration (LCD and Controller) 2+1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31

A LCD Group Specification Item Detailed Specification

System

Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall

Display technology Liquid Crystal Display

Display size and resolution

The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels

Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001

Architecture

The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime

Signal Interface

Input terminals

1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )

Output terminals 1x Digital DVI-D 1xRS422 RJ-45

Component input compatibility

480i 480P 720P 1080i 1080P

Scan rate Fh 30~75KHz Fv 50~85Hz

Video compatibility NTSC PAL SECAM

Timing compatibility

720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz

User controls

Power control 1 AC power ONOFF switch Wire control RS232C RS422 input

LED indicator System indicator display to show system status

IR remote IR remote OSD style list type OSD format

On Screen display Input selection picture image and tiling should be adjusted using OSD

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32

Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning

OSD Languages English

Wall control amp monitoring

Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience

Electrical AC power input range 90~240VAC 5060Hz 5A max

Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC

System Reliability

Operating temperature 0~40degC Operating relative humidity

20~80

MTBF gt= 50000 hours

B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the

same manufacturer Reputed Company The OEM should be an established

multinational in the field of video walls and should have installations around the world

Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos

Chassis 19rdquo industrial Rack mount Lockable front door to protect drives

Operating System Platform

Window 7- 64 bit

Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD

Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt

Supports Add on copper optical fiber adapters

Input Output supported

Serial ATA LAN

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33

2x RJ45 LAN ports USB 20 port

RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset

Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply

HDD Cooling FAN

LAN ports Scalability Display multiple source windows in any size

anywhere on the wall Control functions Brightness contrast saturation Hue

Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency

power supply AC Voltage 100 - 240V 50-60Hz

Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing

Wall management SW Scaling and display Software tp enable the user to display

multiple sources in any size and anywhere on the display wall

Auto Source Detection Software should support for auto source detection

Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts

Scenarios Software should able to Save and Load desktop layouts from Local or remote machines

Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user

Layout Preveiw Software should support layout preview option

Launch Application Software should be able to support

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34

Integration with 3rd party devices

System should offer interface to enable control from 3rd party devices like Creston AMX etc

Live Preview Software should able to provide live preview of video wall

Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall

Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)

Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere

on the display wall Inside the ticker window font size colour and background can be set

Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker

SNTP System should support SNTP function Protection System should have Hardware License key to

protect the software from unauthorized access

Pre- Qualification Requirements

OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India

(iv) Data Archival system(s) (Raw and Processed)

SN Name of Units No of Units

Centralised Hardware

1 High Speed SSD Storage (50 TB) 1

2 Multi-Tier Data Storage System (1 PB and expandable)

Primary and Secondary each

bull Unified storage device

bull Provision for online replication of luns

bull Provision for Fibre 10g (min 40g)

1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35

bull Provision for expansion should be there

3 LTODisk Based Library 1

4 SIDS terminal along with STB

Minimum 32 inch LED Screens having support for

following

AV HDMI USB RJ-45 along with built in Wifi

STB

Set top box should have programming support

Should have RJ-45 1Gbps and Wifi connectivity

Should have adequate support for python

Should have linux flavoured Operating system and provide

support for protocols like telnet ssh scp and ftp

25

(v) All associated elements like Network(s)LANWAN Powering Systems UPS

Gensets CablingConduiting and officecomputer furniturersquos

1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant

controllers plus batteries for 30 minutes backup)

2

a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis

b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum

VAH 90000)

c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation

Transformer for Input Side (Delta to Star Transformer Required)

Sr No

Description Parameters required

1 General Specifications 11 UPS topology On line double conversion VFI

SS 111 12 Architecture of the UPS Modular scalable redundant

based on Available kVA Power Modules

121 InOut phase Configuration

Three phase-Three phase single phase

122 Neutral Neutral Passing through

123 Output wave form on mains run

Sinusoidal

124 Output wave form on battery run

Sinusoidal

125 Bypass type Static and electro mechanic

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36

126 Transfer time Zero

127 UPS Module 100 kVA

128 UPS Chassis 120 kVA

13 Input

131 Nominal Voltage

400 V three phase 230V single phase

132 Voltage range -20 +15

133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power

To be furnished by the vender

134 Frequency

50 Hz to 60Hz (autosensing)

135 THDIin lt 3 al 100 of nominal load

136 Power Factor

gt 099 from 50 to 100 of nominal load

141 Output with mains

142 Nominal voltage 400 V three phase

143 Nominal power 100

144 Active power 100

145 Output waveform Sinusoidal

146 Voltage variation (static)

plusmn 1

147 Voltage variation (dynamic 0-100 100-0)

plusmn 1

148 Output voltage variation at unbalance load

plusmn 1

149 Phase displacement-100 unbalance load

120degplusmn 1deg

1410 Short circuit capability 300(p-p) for 1-sec

1411 THDv on nominal power (linear load)

lt 05

1412 THDv on nominal power (not linear load PF=07)

lt 1

1413 Frequency

50 Hz o 60 Hz (autosensing or selectable)

1414

Frequency tolerance Synchronized with input frequency or

plusmn 1 free run

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37

1415 Current Crest Factor

31 accordingly with IEC 62040-3

1416 Overload capability unity PF

bull 5 minutes or higher

bull 30 seconds or higher

110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention

15 Battery

151 Type

Lead Acid sealed free maintenance VRLA

152 Make

Exide Amco Panasonic Amara Raja

153 Model

To be furnished by the vendor

154 Nominal UPS Battery Voltage

252 Volt DC

155

Battery Backup time

30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)

156 Battery charger type

PWM hi efficiency one in each power module

157 Charging Cycle

Intelligent with boost charge and advanced management

159 Required VAH (12V x No of Battery x Battery AH)

Minimum 90000 VAH

1510 Weight of battery

To be furnished by the vendor

1511 Weight of battery cabinet

To be furnished by the vendor

1512 Dimensions of battery cabinet

To be furnished by the vendor

1513 Battery guaranty

2 years or more (free replacement)

16 Environmental specifications

161 Noise level 1m 42 divide 46 dBA

162 Working temperature range

from 0degC to +40degC

163 Stock temperature range

from -20degC to +50degC (excluded batteries)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38

164 Humidity range 20-80 not condensing

165 Protection degree IP21

17 Communication Interface

2 serial port RS232 1 logical level port 4 Dry contacts port

18 External Isolation Transformer required at Input Side

OEM Make 120 kVA

19 Standards

ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3

20 Protection

201 Overload (OL) To be complied [YesNo]

202 Short circuit (SC) To be complied [YesNo]

203 Input low voltage

To be complied [YesNo]

204 Output overvoltage

To be complied [YesNo]

205 Battery overcharging

To be complied [YesNo]

206 Battery over discharging

To be complied [YesNo]

21 Recommended Copper cable size in sq mm

To be furnished by the vendor

22 Recommended breaker rating in Amps

To be furnished by the vendor

23 Rectifier DC voltage ripples

lt1

24 Static bypass arrangement

241 Rated voltage (3 phase with neutral)

400V

242 Voltage variation plusmn20

243 Nominal frequency 50 Hz

244 Maintenance bypass switch

Inbuilt

25 Factory Test Certificate CE ISO 9001 amp ISO 14001

26 UPS Make Emerson Socomec Riello

AROS APC (Schneider) Numeric

27 UPS Model To be furnished by the vendor

28 Dimension and Weight of UPS

To be furnished by the vendor

29 3 years Warranty for total solution offered

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39

2 10 G Switches and Networking (setspackages)

Copper 10g Fiber 10g and FC SAN Switch

6

Features Specifications

Switching Architecture and Performance (Fibre10g Switch)

Interface Required

Minimum 48 ports of 10G SFP+ ports on day 1

Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1

Standards Support

Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC addrress

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies from day 1

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

Features Specifications

Switching Architecture and Performance (copper 10g switch)

Interface Required

Minimum 48 ports of 10GbaseT Rj45 ports

Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

switch should also support Multi-chassis link aggregation (MC-LAG)

Standards Support

Support 100100010GBASE-T copper interfaces 40GBASE QSFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42

8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC address

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

48 Port FC SAN Switch Specifications

SNo Specifications

1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports

2 The switch should support auto-sensing 2 4 8 10 and 16

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44

Gbitsec capabilities

3

The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)

4 The switch should be rack mountable

5 Non disruptive Microcode firmware Upgrades and hot code activation

6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end

7

Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic

8 The Switch should be configured with the Zoning and ISL Licenses

9

The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking

10 Support for web based management and should also support CLI

11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access

12

It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status

13

Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)

14 Should provide enterprise-class availability features such as redundant and hotpluggable components

15 Should have Front-to-back airflow and Back-to-front airflow

16 Port to Port latency should be 700 ns

17 The switch should support Inflight Compression and Encryption

18 The switch should have an option for DC power supply also

3 CablingConduiting

4 officecomputer furniturersquos

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45

(vi) Installation commissioning operationalization and operations (for pre-

determined period)

(vii) Project Management Documentation Project activities like Technical

Reviews Schedule Management and Staff deployment etc

(viii) Cabling conduiting as required

(ix) Office furniturersquos computers

(x) Embedded warranty for 3 years and comprehensive non comprehensive

AMC for 2 years

The complete End to End systems will be supplied installed commissioned and operated

as a turnkey project within pre-decided schedule The system requirements are listed in

Annexure-A

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46

Annexure-C

EOI Response Sheet

Requirement Response

Vendor Information

1 Name of Person and Organisation responsible for the information contained in EOI

2 Postal AddressTelephoneFaxemail address

3 ExperienceExpertise in A Meteorological system development and

deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related

field) E Data storage and management F Software design and development

Attach as required

4 Capability in indigenous development of data reception and processing facility (hardware and software)

Attach as required

5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration

Attach as required

6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure

Attach as required

7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs

Attach as required

8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables

Attach as required

9 Describe any third party alliances relationships and dependencies

10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc

Attach as required

11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules

Attach as required

12 Provide information on proposed methodology of carrying out the work

13 Details of deliverables and services offered as part of the EOI

14 Compliance matrix to the EOI Attach as required

15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc

Attach as required

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47

Annexure-D

GENERAL INSTRUCTIONS FOR EOI

1 We invite your proposal duly signed single part in a sealed envelope marked as

follows

Response to EOI MMDRPS Project

2 EOI Bidder related

21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above

22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them

3 Your EOI response should reach us on or before the due date and time Late

proposals received after the due date and time will not be considered

4 Meeting

In order to provide a better understanding of the requirement it is proposed to have a

meeting with the prospective vendors at ANTRIX Bangalore Vendors who are

desirous to attend the meeting may provide details of the representatives attending

the meeting in advance

5 VendorBidder shall discuss among others system engineering aspects design

optimum utilization of satellitecommunication resources the installation plan amp

methodology operations plan training plan warranty amp comprehensive AMC

methodology acceptance procedures and plans etc

6 Vendor shall prepare a detailed specifications document based on the selected

configurationoptionssystemscommitments and make presentation to ANTRIX The

draft specification document shall also include all aspects described above in para

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48

7 Delivery Schedule

The desired delivery schedule for the complete system is 7 to 8 months from the

placement of the purchase order Bidder shall provide the delivery schedule being

proposed along with milestones (like supply of hardwaresoftware installation testing

amp acceptance etc) in the EOI response

8 Any other system or sub system which is relevant for fulfilling implementation of the

scheme shall be brought to the attention by the vendor and detailed in EOI response

9 The vendor submitting response to this EOI and found technically suitable will only be

issued RFP at a later stage

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49

Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited

(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person

2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources

3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person

under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI

4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to

appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application

5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or

opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this

EOI document

Page 19: EOI for MMDRPS - Antrix Corporation for MMDRPS.pdfelectronics, computers, networking, power systems, furniture/fixtures, installation and commissioning. The proposed system will acquire

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 19

2 Data Ingest Servers 4

3 Database Server 1

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 32GHz Min 25MB Cache 16 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256 GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024

15 Operating System Redhat Enterprise linux 7x with 3 years subscription

16 Operating System support

Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser OEM to provide its own systems management software

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 20

22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

4 Image Analysis Server 1

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E7-8890v4 processors with

min 24GHz Min 25MB Cache24 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots

5 Memory Features Advanced ECC Mirrored Memory Online Spare Memory

6 Network Controller Min 2 x 1GbE Network ports and Min 2 x 10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 21

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

5 Data Dissemination Server SIDS Server (Tower model) 2

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 23GHz Min 45MB Cache 18 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024

15 Operating System Redhat Enterprise linux 7x with 3 years subscription

16 Operating System support

Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser

OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 22

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

6 Web Server 2

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 32GHz Min 25MB Cache 8 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management 21 Manageability

Features Should be able to manage systems through a web-browser OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 23

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

7 Web Applications Server (GIS Web based Visualisation and Analysis) 4

SN Item Description

1 Make amp Model

2 CPU 4 x Intel Xeon Processor E-7 8890 V4 34 GHz or higher 24 core 60 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 1TB GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs 4 16TB SSD in RAID1

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 24

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

8 Ancillary Data Processing Server (GTS AWS BUFR) 2

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 256 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 25

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

9 Calibration and Validation Server 2

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 26

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel)

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

10 Image Analysis Clients 25

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-7 4830 V4 28 GHz or higher 14 core 25 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P2000 5 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM

18 Power Supply 900 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

11 Central Data Flow Monitoring and Management 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

12 Data Visualisation Nodes 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

13 Backup and HSM Server 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

14 Video Wall 2x2 configuration (LCD and Controller) 2+1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31

A LCD Group Specification Item Detailed Specification

System

Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall

Display technology Liquid Crystal Display

Display size and resolution

The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels

Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001

Architecture

The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime

Signal Interface

Input terminals

1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )

Output terminals 1x Digital DVI-D 1xRS422 RJ-45

Component input compatibility

480i 480P 720P 1080i 1080P

Scan rate Fh 30~75KHz Fv 50~85Hz

Video compatibility NTSC PAL SECAM

Timing compatibility

720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz

User controls

Power control 1 AC power ONOFF switch Wire control RS232C RS422 input

LED indicator System indicator display to show system status

IR remote IR remote OSD style list type OSD format

On Screen display Input selection picture image and tiling should be adjusted using OSD

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32

Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning

OSD Languages English

Wall control amp monitoring

Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience

Electrical AC power input range 90~240VAC 5060Hz 5A max

Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC

System Reliability

Operating temperature 0~40degC Operating relative humidity

20~80

MTBF gt= 50000 hours

B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the

same manufacturer Reputed Company The OEM should be an established

multinational in the field of video walls and should have installations around the world

Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos

Chassis 19rdquo industrial Rack mount Lockable front door to protect drives

Operating System Platform

Window 7- 64 bit

Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD

Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt

Supports Add on copper optical fiber adapters

Input Output supported

Serial ATA LAN

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33

2x RJ45 LAN ports USB 20 port

RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset

Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply

HDD Cooling FAN

LAN ports Scalability Display multiple source windows in any size

anywhere on the wall Control functions Brightness contrast saturation Hue

Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency

power supply AC Voltage 100 - 240V 50-60Hz

Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing

Wall management SW Scaling and display Software tp enable the user to display

multiple sources in any size and anywhere on the display wall

Auto Source Detection Software should support for auto source detection

Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts

Scenarios Software should able to Save and Load desktop layouts from Local or remote machines

Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user

Layout Preveiw Software should support layout preview option

Launch Application Software should be able to support

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34

Integration with 3rd party devices

System should offer interface to enable control from 3rd party devices like Creston AMX etc

Live Preview Software should able to provide live preview of video wall

Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall

Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)

Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere

on the display wall Inside the ticker window font size colour and background can be set

Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker

SNTP System should support SNTP function Protection System should have Hardware License key to

protect the software from unauthorized access

Pre- Qualification Requirements

OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India

(iv) Data Archival system(s) (Raw and Processed)

SN Name of Units No of Units

Centralised Hardware

1 High Speed SSD Storage (50 TB) 1

2 Multi-Tier Data Storage System (1 PB and expandable)

Primary and Secondary each

bull Unified storage device

bull Provision for online replication of luns

bull Provision for Fibre 10g (min 40g)

1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35

bull Provision for expansion should be there

3 LTODisk Based Library 1

4 SIDS terminal along with STB

Minimum 32 inch LED Screens having support for

following

AV HDMI USB RJ-45 along with built in Wifi

STB

Set top box should have programming support

Should have RJ-45 1Gbps and Wifi connectivity

Should have adequate support for python

Should have linux flavoured Operating system and provide

support for protocols like telnet ssh scp and ftp

25

(v) All associated elements like Network(s)LANWAN Powering Systems UPS

Gensets CablingConduiting and officecomputer furniturersquos

1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant

controllers plus batteries for 30 minutes backup)

2

a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis

b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum

VAH 90000)

c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation

Transformer for Input Side (Delta to Star Transformer Required)

Sr No

Description Parameters required

1 General Specifications 11 UPS topology On line double conversion VFI

SS 111 12 Architecture of the UPS Modular scalable redundant

based on Available kVA Power Modules

121 InOut phase Configuration

Three phase-Three phase single phase

122 Neutral Neutral Passing through

123 Output wave form on mains run

Sinusoidal

124 Output wave form on battery run

Sinusoidal

125 Bypass type Static and electro mechanic

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36

126 Transfer time Zero

127 UPS Module 100 kVA

128 UPS Chassis 120 kVA

13 Input

131 Nominal Voltage

400 V three phase 230V single phase

132 Voltage range -20 +15

133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power

To be furnished by the vender

134 Frequency

50 Hz to 60Hz (autosensing)

135 THDIin lt 3 al 100 of nominal load

136 Power Factor

gt 099 from 50 to 100 of nominal load

141 Output with mains

142 Nominal voltage 400 V three phase

143 Nominal power 100

144 Active power 100

145 Output waveform Sinusoidal

146 Voltage variation (static)

plusmn 1

147 Voltage variation (dynamic 0-100 100-0)

plusmn 1

148 Output voltage variation at unbalance load

plusmn 1

149 Phase displacement-100 unbalance load

120degplusmn 1deg

1410 Short circuit capability 300(p-p) for 1-sec

1411 THDv on nominal power (linear load)

lt 05

1412 THDv on nominal power (not linear load PF=07)

lt 1

1413 Frequency

50 Hz o 60 Hz (autosensing or selectable)

1414

Frequency tolerance Synchronized with input frequency or

plusmn 1 free run

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37

1415 Current Crest Factor

31 accordingly with IEC 62040-3

1416 Overload capability unity PF

bull 5 minutes or higher

bull 30 seconds or higher

110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention

15 Battery

151 Type

Lead Acid sealed free maintenance VRLA

152 Make

Exide Amco Panasonic Amara Raja

153 Model

To be furnished by the vendor

154 Nominal UPS Battery Voltage

252 Volt DC

155

Battery Backup time

30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)

156 Battery charger type

PWM hi efficiency one in each power module

157 Charging Cycle

Intelligent with boost charge and advanced management

159 Required VAH (12V x No of Battery x Battery AH)

Minimum 90000 VAH

1510 Weight of battery

To be furnished by the vendor

1511 Weight of battery cabinet

To be furnished by the vendor

1512 Dimensions of battery cabinet

To be furnished by the vendor

1513 Battery guaranty

2 years or more (free replacement)

16 Environmental specifications

161 Noise level 1m 42 divide 46 dBA

162 Working temperature range

from 0degC to +40degC

163 Stock temperature range

from -20degC to +50degC (excluded batteries)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38

164 Humidity range 20-80 not condensing

165 Protection degree IP21

17 Communication Interface

2 serial port RS232 1 logical level port 4 Dry contacts port

18 External Isolation Transformer required at Input Side

OEM Make 120 kVA

19 Standards

ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3

20 Protection

201 Overload (OL) To be complied [YesNo]

202 Short circuit (SC) To be complied [YesNo]

203 Input low voltage

To be complied [YesNo]

204 Output overvoltage

To be complied [YesNo]

205 Battery overcharging

To be complied [YesNo]

206 Battery over discharging

To be complied [YesNo]

21 Recommended Copper cable size in sq mm

To be furnished by the vendor

22 Recommended breaker rating in Amps

To be furnished by the vendor

23 Rectifier DC voltage ripples

lt1

24 Static bypass arrangement

241 Rated voltage (3 phase with neutral)

400V

242 Voltage variation plusmn20

243 Nominal frequency 50 Hz

244 Maintenance bypass switch

Inbuilt

25 Factory Test Certificate CE ISO 9001 amp ISO 14001

26 UPS Make Emerson Socomec Riello

AROS APC (Schneider) Numeric

27 UPS Model To be furnished by the vendor

28 Dimension and Weight of UPS

To be furnished by the vendor

29 3 years Warranty for total solution offered

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39

2 10 G Switches and Networking (setspackages)

Copper 10g Fiber 10g and FC SAN Switch

6

Features Specifications

Switching Architecture and Performance (Fibre10g Switch)

Interface Required

Minimum 48 ports of 10G SFP+ ports on day 1

Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1

Standards Support

Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC addrress

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies from day 1

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

Features Specifications

Switching Architecture and Performance (copper 10g switch)

Interface Required

Minimum 48 ports of 10GbaseT Rj45 ports

Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

switch should also support Multi-chassis link aggregation (MC-LAG)

Standards Support

Support 100100010GBASE-T copper interfaces 40GBASE QSFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42

8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC address

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

48 Port FC SAN Switch Specifications

SNo Specifications

1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports

2 The switch should support auto-sensing 2 4 8 10 and 16

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44

Gbitsec capabilities

3

The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)

4 The switch should be rack mountable

5 Non disruptive Microcode firmware Upgrades and hot code activation

6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end

7

Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic

8 The Switch should be configured with the Zoning and ISL Licenses

9

The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking

10 Support for web based management and should also support CLI

11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access

12

It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status

13

Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)

14 Should provide enterprise-class availability features such as redundant and hotpluggable components

15 Should have Front-to-back airflow and Back-to-front airflow

16 Port to Port latency should be 700 ns

17 The switch should support Inflight Compression and Encryption

18 The switch should have an option for DC power supply also

3 CablingConduiting

4 officecomputer furniturersquos

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45

(vi) Installation commissioning operationalization and operations (for pre-

determined period)

(vii) Project Management Documentation Project activities like Technical

Reviews Schedule Management and Staff deployment etc

(viii) Cabling conduiting as required

(ix) Office furniturersquos computers

(x) Embedded warranty for 3 years and comprehensive non comprehensive

AMC for 2 years

The complete End to End systems will be supplied installed commissioned and operated

as a turnkey project within pre-decided schedule The system requirements are listed in

Annexure-A

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46

Annexure-C

EOI Response Sheet

Requirement Response

Vendor Information

1 Name of Person and Organisation responsible for the information contained in EOI

2 Postal AddressTelephoneFaxemail address

3 ExperienceExpertise in A Meteorological system development and

deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related

field) E Data storage and management F Software design and development

Attach as required

4 Capability in indigenous development of data reception and processing facility (hardware and software)

Attach as required

5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration

Attach as required

6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure

Attach as required

7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs

Attach as required

8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables

Attach as required

9 Describe any third party alliances relationships and dependencies

10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc

Attach as required

11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules

Attach as required

12 Provide information on proposed methodology of carrying out the work

13 Details of deliverables and services offered as part of the EOI

14 Compliance matrix to the EOI Attach as required

15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc

Attach as required

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47

Annexure-D

GENERAL INSTRUCTIONS FOR EOI

1 We invite your proposal duly signed single part in a sealed envelope marked as

follows

Response to EOI MMDRPS Project

2 EOI Bidder related

21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above

22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them

3 Your EOI response should reach us on or before the due date and time Late

proposals received after the due date and time will not be considered

4 Meeting

In order to provide a better understanding of the requirement it is proposed to have a

meeting with the prospective vendors at ANTRIX Bangalore Vendors who are

desirous to attend the meeting may provide details of the representatives attending

the meeting in advance

5 VendorBidder shall discuss among others system engineering aspects design

optimum utilization of satellitecommunication resources the installation plan amp

methodology operations plan training plan warranty amp comprehensive AMC

methodology acceptance procedures and plans etc

6 Vendor shall prepare a detailed specifications document based on the selected

configurationoptionssystemscommitments and make presentation to ANTRIX The

draft specification document shall also include all aspects described above in para

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48

7 Delivery Schedule

The desired delivery schedule for the complete system is 7 to 8 months from the

placement of the purchase order Bidder shall provide the delivery schedule being

proposed along with milestones (like supply of hardwaresoftware installation testing

amp acceptance etc) in the EOI response

8 Any other system or sub system which is relevant for fulfilling implementation of the

scheme shall be brought to the attention by the vendor and detailed in EOI response

9 The vendor submitting response to this EOI and found technically suitable will only be

issued RFP at a later stage

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49

Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited

(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person

2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources

3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person

under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI

4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to

appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application

5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or

opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this

EOI document

Page 20: EOI for MMDRPS - Antrix Corporation for MMDRPS.pdfelectronics, computers, networking, power systems, furniture/fixtures, installation and commissioning. The proposed system will acquire

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 20

22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

4 Image Analysis Server 1

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E7-8890v4 processors with

min 24GHz Min 25MB Cache24 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots

5 Memory Features Advanced ECC Mirrored Memory Online Spare Memory

6 Network Controller Min 2 x 1GbE Network ports and Min 2 x 10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 21

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

5 Data Dissemination Server SIDS Server (Tower model) 2

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 23GHz Min 45MB Cache 18 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024

15 Operating System Redhat Enterprise linux 7x with 3 years subscription

16 Operating System support

Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser

OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 22

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

6 Web Server 2

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 32GHz Min 25MB Cache 8 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management 21 Manageability

Features Should be able to manage systems through a web-browser OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 23

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

7 Web Applications Server (GIS Web based Visualisation and Analysis) 4

SN Item Description

1 Make amp Model

2 CPU 4 x Intel Xeon Processor E-7 8890 V4 34 GHz or higher 24 core 60 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 1TB GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs 4 16TB SSD in RAID1

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 24

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

8 Ancillary Data Processing Server (GTS AWS BUFR) 2

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 256 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 25

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

9 Calibration and Validation Server 2

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 26

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel)

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

10 Image Analysis Clients 25

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-7 4830 V4 28 GHz or higher 14 core 25 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P2000 5 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM

18 Power Supply 900 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

11 Central Data Flow Monitoring and Management 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

12 Data Visualisation Nodes 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

13 Backup and HSM Server 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

14 Video Wall 2x2 configuration (LCD and Controller) 2+1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31

A LCD Group Specification Item Detailed Specification

System

Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall

Display technology Liquid Crystal Display

Display size and resolution

The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels

Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001

Architecture

The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime

Signal Interface

Input terminals

1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )

Output terminals 1x Digital DVI-D 1xRS422 RJ-45

Component input compatibility

480i 480P 720P 1080i 1080P

Scan rate Fh 30~75KHz Fv 50~85Hz

Video compatibility NTSC PAL SECAM

Timing compatibility

720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz

User controls

Power control 1 AC power ONOFF switch Wire control RS232C RS422 input

LED indicator System indicator display to show system status

IR remote IR remote OSD style list type OSD format

On Screen display Input selection picture image and tiling should be adjusted using OSD

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32

Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning

OSD Languages English

Wall control amp monitoring

Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience

Electrical AC power input range 90~240VAC 5060Hz 5A max

Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC

System Reliability

Operating temperature 0~40degC Operating relative humidity

20~80

MTBF gt= 50000 hours

B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the

same manufacturer Reputed Company The OEM should be an established

multinational in the field of video walls and should have installations around the world

Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos

Chassis 19rdquo industrial Rack mount Lockable front door to protect drives

Operating System Platform

Window 7- 64 bit

Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD

Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt

Supports Add on copper optical fiber adapters

Input Output supported

Serial ATA LAN

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33

2x RJ45 LAN ports USB 20 port

RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset

Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply

HDD Cooling FAN

LAN ports Scalability Display multiple source windows in any size

anywhere on the wall Control functions Brightness contrast saturation Hue

Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency

power supply AC Voltage 100 - 240V 50-60Hz

Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing

Wall management SW Scaling and display Software tp enable the user to display

multiple sources in any size and anywhere on the display wall

Auto Source Detection Software should support for auto source detection

Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts

Scenarios Software should able to Save and Load desktop layouts from Local or remote machines

Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user

Layout Preveiw Software should support layout preview option

Launch Application Software should be able to support

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34

Integration with 3rd party devices

System should offer interface to enable control from 3rd party devices like Creston AMX etc

Live Preview Software should able to provide live preview of video wall

Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall

Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)

Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere

on the display wall Inside the ticker window font size colour and background can be set

Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker

SNTP System should support SNTP function Protection System should have Hardware License key to

protect the software from unauthorized access

Pre- Qualification Requirements

OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India

(iv) Data Archival system(s) (Raw and Processed)

SN Name of Units No of Units

Centralised Hardware

1 High Speed SSD Storage (50 TB) 1

2 Multi-Tier Data Storage System (1 PB and expandable)

Primary and Secondary each

bull Unified storage device

bull Provision for online replication of luns

bull Provision for Fibre 10g (min 40g)

1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35

bull Provision for expansion should be there

3 LTODisk Based Library 1

4 SIDS terminal along with STB

Minimum 32 inch LED Screens having support for

following

AV HDMI USB RJ-45 along with built in Wifi

STB

Set top box should have programming support

Should have RJ-45 1Gbps and Wifi connectivity

Should have adequate support for python

Should have linux flavoured Operating system and provide

support for protocols like telnet ssh scp and ftp

25

(v) All associated elements like Network(s)LANWAN Powering Systems UPS

Gensets CablingConduiting and officecomputer furniturersquos

1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant

controllers plus batteries for 30 minutes backup)

2

a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis

b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum

VAH 90000)

c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation

Transformer for Input Side (Delta to Star Transformer Required)

Sr No

Description Parameters required

1 General Specifications 11 UPS topology On line double conversion VFI

SS 111 12 Architecture of the UPS Modular scalable redundant

based on Available kVA Power Modules

121 InOut phase Configuration

Three phase-Three phase single phase

122 Neutral Neutral Passing through

123 Output wave form on mains run

Sinusoidal

124 Output wave form on battery run

Sinusoidal

125 Bypass type Static and electro mechanic

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36

126 Transfer time Zero

127 UPS Module 100 kVA

128 UPS Chassis 120 kVA

13 Input

131 Nominal Voltage

400 V three phase 230V single phase

132 Voltage range -20 +15

133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power

To be furnished by the vender

134 Frequency

50 Hz to 60Hz (autosensing)

135 THDIin lt 3 al 100 of nominal load

136 Power Factor

gt 099 from 50 to 100 of nominal load

141 Output with mains

142 Nominal voltage 400 V three phase

143 Nominal power 100

144 Active power 100

145 Output waveform Sinusoidal

146 Voltage variation (static)

plusmn 1

147 Voltage variation (dynamic 0-100 100-0)

plusmn 1

148 Output voltage variation at unbalance load

plusmn 1

149 Phase displacement-100 unbalance load

120degplusmn 1deg

1410 Short circuit capability 300(p-p) for 1-sec

1411 THDv on nominal power (linear load)

lt 05

1412 THDv on nominal power (not linear load PF=07)

lt 1

1413 Frequency

50 Hz o 60 Hz (autosensing or selectable)

1414

Frequency tolerance Synchronized with input frequency or

plusmn 1 free run

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37

1415 Current Crest Factor

31 accordingly with IEC 62040-3

1416 Overload capability unity PF

bull 5 minutes or higher

bull 30 seconds or higher

110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention

15 Battery

151 Type

Lead Acid sealed free maintenance VRLA

152 Make

Exide Amco Panasonic Amara Raja

153 Model

To be furnished by the vendor

154 Nominal UPS Battery Voltage

252 Volt DC

155

Battery Backup time

30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)

156 Battery charger type

PWM hi efficiency one in each power module

157 Charging Cycle

Intelligent with boost charge and advanced management

159 Required VAH (12V x No of Battery x Battery AH)

Minimum 90000 VAH

1510 Weight of battery

To be furnished by the vendor

1511 Weight of battery cabinet

To be furnished by the vendor

1512 Dimensions of battery cabinet

To be furnished by the vendor

1513 Battery guaranty

2 years or more (free replacement)

16 Environmental specifications

161 Noise level 1m 42 divide 46 dBA

162 Working temperature range

from 0degC to +40degC

163 Stock temperature range

from -20degC to +50degC (excluded batteries)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38

164 Humidity range 20-80 not condensing

165 Protection degree IP21

17 Communication Interface

2 serial port RS232 1 logical level port 4 Dry contacts port

18 External Isolation Transformer required at Input Side

OEM Make 120 kVA

19 Standards

ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3

20 Protection

201 Overload (OL) To be complied [YesNo]

202 Short circuit (SC) To be complied [YesNo]

203 Input low voltage

To be complied [YesNo]

204 Output overvoltage

To be complied [YesNo]

205 Battery overcharging

To be complied [YesNo]

206 Battery over discharging

To be complied [YesNo]

21 Recommended Copper cable size in sq mm

To be furnished by the vendor

22 Recommended breaker rating in Amps

To be furnished by the vendor

23 Rectifier DC voltage ripples

lt1

24 Static bypass arrangement

241 Rated voltage (3 phase with neutral)

400V

242 Voltage variation plusmn20

243 Nominal frequency 50 Hz

244 Maintenance bypass switch

Inbuilt

25 Factory Test Certificate CE ISO 9001 amp ISO 14001

26 UPS Make Emerson Socomec Riello

AROS APC (Schneider) Numeric

27 UPS Model To be furnished by the vendor

28 Dimension and Weight of UPS

To be furnished by the vendor

29 3 years Warranty for total solution offered

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39

2 10 G Switches and Networking (setspackages)

Copper 10g Fiber 10g and FC SAN Switch

6

Features Specifications

Switching Architecture and Performance (Fibre10g Switch)

Interface Required

Minimum 48 ports of 10G SFP+ ports on day 1

Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1

Standards Support

Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC addrress

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies from day 1

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

Features Specifications

Switching Architecture and Performance (copper 10g switch)

Interface Required

Minimum 48 ports of 10GbaseT Rj45 ports

Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

switch should also support Multi-chassis link aggregation (MC-LAG)

Standards Support

Support 100100010GBASE-T copper interfaces 40GBASE QSFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42

8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC address

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

48 Port FC SAN Switch Specifications

SNo Specifications

1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports

2 The switch should support auto-sensing 2 4 8 10 and 16

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44

Gbitsec capabilities

3

The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)

4 The switch should be rack mountable

5 Non disruptive Microcode firmware Upgrades and hot code activation

6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end

7

Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic

8 The Switch should be configured with the Zoning and ISL Licenses

9

The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking

10 Support for web based management and should also support CLI

11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access

12

It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status

13

Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)

14 Should provide enterprise-class availability features such as redundant and hotpluggable components

15 Should have Front-to-back airflow and Back-to-front airflow

16 Port to Port latency should be 700 ns

17 The switch should support Inflight Compression and Encryption

18 The switch should have an option for DC power supply also

3 CablingConduiting

4 officecomputer furniturersquos

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45

(vi) Installation commissioning operationalization and operations (for pre-

determined period)

(vii) Project Management Documentation Project activities like Technical

Reviews Schedule Management and Staff deployment etc

(viii) Cabling conduiting as required

(ix) Office furniturersquos computers

(x) Embedded warranty for 3 years and comprehensive non comprehensive

AMC for 2 years

The complete End to End systems will be supplied installed commissioned and operated

as a turnkey project within pre-decided schedule The system requirements are listed in

Annexure-A

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46

Annexure-C

EOI Response Sheet

Requirement Response

Vendor Information

1 Name of Person and Organisation responsible for the information contained in EOI

2 Postal AddressTelephoneFaxemail address

3 ExperienceExpertise in A Meteorological system development and

deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related

field) E Data storage and management F Software design and development

Attach as required

4 Capability in indigenous development of data reception and processing facility (hardware and software)

Attach as required

5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration

Attach as required

6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure

Attach as required

7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs

Attach as required

8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables

Attach as required

9 Describe any third party alliances relationships and dependencies

10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc

Attach as required

11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules

Attach as required

12 Provide information on proposed methodology of carrying out the work

13 Details of deliverables and services offered as part of the EOI

14 Compliance matrix to the EOI Attach as required

15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc

Attach as required

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47

Annexure-D

GENERAL INSTRUCTIONS FOR EOI

1 We invite your proposal duly signed single part in a sealed envelope marked as

follows

Response to EOI MMDRPS Project

2 EOI Bidder related

21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above

22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them

3 Your EOI response should reach us on or before the due date and time Late

proposals received after the due date and time will not be considered

4 Meeting

In order to provide a better understanding of the requirement it is proposed to have a

meeting with the prospective vendors at ANTRIX Bangalore Vendors who are

desirous to attend the meeting may provide details of the representatives attending

the meeting in advance

5 VendorBidder shall discuss among others system engineering aspects design

optimum utilization of satellitecommunication resources the installation plan amp

methodology operations plan training plan warranty amp comprehensive AMC

methodology acceptance procedures and plans etc

6 Vendor shall prepare a detailed specifications document based on the selected

configurationoptionssystemscommitments and make presentation to ANTRIX The

draft specification document shall also include all aspects described above in para

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48

7 Delivery Schedule

The desired delivery schedule for the complete system is 7 to 8 months from the

placement of the purchase order Bidder shall provide the delivery schedule being

proposed along with milestones (like supply of hardwaresoftware installation testing

amp acceptance etc) in the EOI response

8 Any other system or sub system which is relevant for fulfilling implementation of the

scheme shall be brought to the attention by the vendor and detailed in EOI response

9 The vendor submitting response to this EOI and found technically suitable will only be

issued RFP at a later stage

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49

Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited

(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person

2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources

3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person

under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI

4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to

appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application

5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or

opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this

EOI document

Page 21: EOI for MMDRPS - Antrix Corporation for MMDRPS.pdfelectronics, computers, networking, power systems, furniture/fixtures, installation and commissioning. The proposed system will acquire

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 21

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

5 Data Dissemination Server SIDS Server (Tower model) 2

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 23GHz Min 45MB Cache 18 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024

15 Operating System Redhat Enterprise linux 7x with 3 years subscription

16 Operating System support

Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management Management

21 Manageability Features

Should be able to manage systems through a web-browser

OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 22

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

6 Web Server 2

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 32GHz Min 25MB Cache 8 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management 21 Manageability

Features Should be able to manage systems through a web-browser OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 23

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

7 Web Applications Server (GIS Web based Visualisation and Analysis) 4

SN Item Description

1 Make amp Model

2 CPU 4 x Intel Xeon Processor E-7 8890 V4 34 GHz or higher 24 core 60 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 1TB GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs 4 16TB SSD in RAID1

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 24

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

8 Ancillary Data Processing Server (GTS AWS BUFR) 2

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 256 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 25

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

9 Calibration and Validation Server 2

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 26

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel)

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

10 Image Analysis Clients 25

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-7 4830 V4 28 GHz or higher 14 core 25 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P2000 5 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM

18 Power Supply 900 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

11 Central Data Flow Monitoring and Management 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

12 Data Visualisation Nodes 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

13 Backup and HSM Server 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

14 Video Wall 2x2 configuration (LCD and Controller) 2+1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31

A LCD Group Specification Item Detailed Specification

System

Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall

Display technology Liquid Crystal Display

Display size and resolution

The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels

Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001

Architecture

The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime

Signal Interface

Input terminals

1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )

Output terminals 1x Digital DVI-D 1xRS422 RJ-45

Component input compatibility

480i 480P 720P 1080i 1080P

Scan rate Fh 30~75KHz Fv 50~85Hz

Video compatibility NTSC PAL SECAM

Timing compatibility

720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz

User controls

Power control 1 AC power ONOFF switch Wire control RS232C RS422 input

LED indicator System indicator display to show system status

IR remote IR remote OSD style list type OSD format

On Screen display Input selection picture image and tiling should be adjusted using OSD

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32

Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning

OSD Languages English

Wall control amp monitoring

Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience

Electrical AC power input range 90~240VAC 5060Hz 5A max

Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC

System Reliability

Operating temperature 0~40degC Operating relative humidity

20~80

MTBF gt= 50000 hours

B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the

same manufacturer Reputed Company The OEM should be an established

multinational in the field of video walls and should have installations around the world

Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos

Chassis 19rdquo industrial Rack mount Lockable front door to protect drives

Operating System Platform

Window 7- 64 bit

Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD

Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt

Supports Add on copper optical fiber adapters

Input Output supported

Serial ATA LAN

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33

2x RJ45 LAN ports USB 20 port

RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset

Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply

HDD Cooling FAN

LAN ports Scalability Display multiple source windows in any size

anywhere on the wall Control functions Brightness contrast saturation Hue

Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency

power supply AC Voltage 100 - 240V 50-60Hz

Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing

Wall management SW Scaling and display Software tp enable the user to display

multiple sources in any size and anywhere on the display wall

Auto Source Detection Software should support for auto source detection

Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts

Scenarios Software should able to Save and Load desktop layouts from Local or remote machines

Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user

Layout Preveiw Software should support layout preview option

Launch Application Software should be able to support

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34

Integration with 3rd party devices

System should offer interface to enable control from 3rd party devices like Creston AMX etc

Live Preview Software should able to provide live preview of video wall

Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall

Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)

Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere

on the display wall Inside the ticker window font size colour and background can be set

Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker

SNTP System should support SNTP function Protection System should have Hardware License key to

protect the software from unauthorized access

Pre- Qualification Requirements

OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India

(iv) Data Archival system(s) (Raw and Processed)

SN Name of Units No of Units

Centralised Hardware

1 High Speed SSD Storage (50 TB) 1

2 Multi-Tier Data Storage System (1 PB and expandable)

Primary and Secondary each

bull Unified storage device

bull Provision for online replication of luns

bull Provision for Fibre 10g (min 40g)

1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35

bull Provision for expansion should be there

3 LTODisk Based Library 1

4 SIDS terminal along with STB

Minimum 32 inch LED Screens having support for

following

AV HDMI USB RJ-45 along with built in Wifi

STB

Set top box should have programming support

Should have RJ-45 1Gbps and Wifi connectivity

Should have adequate support for python

Should have linux flavoured Operating system and provide

support for protocols like telnet ssh scp and ftp

25

(v) All associated elements like Network(s)LANWAN Powering Systems UPS

Gensets CablingConduiting and officecomputer furniturersquos

1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant

controllers plus batteries for 30 minutes backup)

2

a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis

b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum

VAH 90000)

c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation

Transformer for Input Side (Delta to Star Transformer Required)

Sr No

Description Parameters required

1 General Specifications 11 UPS topology On line double conversion VFI

SS 111 12 Architecture of the UPS Modular scalable redundant

based on Available kVA Power Modules

121 InOut phase Configuration

Three phase-Three phase single phase

122 Neutral Neutral Passing through

123 Output wave form on mains run

Sinusoidal

124 Output wave form on battery run

Sinusoidal

125 Bypass type Static and electro mechanic

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36

126 Transfer time Zero

127 UPS Module 100 kVA

128 UPS Chassis 120 kVA

13 Input

131 Nominal Voltage

400 V three phase 230V single phase

132 Voltage range -20 +15

133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power

To be furnished by the vender

134 Frequency

50 Hz to 60Hz (autosensing)

135 THDIin lt 3 al 100 of nominal load

136 Power Factor

gt 099 from 50 to 100 of nominal load

141 Output with mains

142 Nominal voltage 400 V three phase

143 Nominal power 100

144 Active power 100

145 Output waveform Sinusoidal

146 Voltage variation (static)

plusmn 1

147 Voltage variation (dynamic 0-100 100-0)

plusmn 1

148 Output voltage variation at unbalance load

plusmn 1

149 Phase displacement-100 unbalance load

120degplusmn 1deg

1410 Short circuit capability 300(p-p) for 1-sec

1411 THDv on nominal power (linear load)

lt 05

1412 THDv on nominal power (not linear load PF=07)

lt 1

1413 Frequency

50 Hz o 60 Hz (autosensing or selectable)

1414

Frequency tolerance Synchronized with input frequency or

plusmn 1 free run

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37

1415 Current Crest Factor

31 accordingly with IEC 62040-3

1416 Overload capability unity PF

bull 5 minutes or higher

bull 30 seconds or higher

110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention

15 Battery

151 Type

Lead Acid sealed free maintenance VRLA

152 Make

Exide Amco Panasonic Amara Raja

153 Model

To be furnished by the vendor

154 Nominal UPS Battery Voltage

252 Volt DC

155

Battery Backup time

30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)

156 Battery charger type

PWM hi efficiency one in each power module

157 Charging Cycle

Intelligent with boost charge and advanced management

159 Required VAH (12V x No of Battery x Battery AH)

Minimum 90000 VAH

1510 Weight of battery

To be furnished by the vendor

1511 Weight of battery cabinet

To be furnished by the vendor

1512 Dimensions of battery cabinet

To be furnished by the vendor

1513 Battery guaranty

2 years or more (free replacement)

16 Environmental specifications

161 Noise level 1m 42 divide 46 dBA

162 Working temperature range

from 0degC to +40degC

163 Stock temperature range

from -20degC to +50degC (excluded batteries)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38

164 Humidity range 20-80 not condensing

165 Protection degree IP21

17 Communication Interface

2 serial port RS232 1 logical level port 4 Dry contacts port

18 External Isolation Transformer required at Input Side

OEM Make 120 kVA

19 Standards

ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3

20 Protection

201 Overload (OL) To be complied [YesNo]

202 Short circuit (SC) To be complied [YesNo]

203 Input low voltage

To be complied [YesNo]

204 Output overvoltage

To be complied [YesNo]

205 Battery overcharging

To be complied [YesNo]

206 Battery over discharging

To be complied [YesNo]

21 Recommended Copper cable size in sq mm

To be furnished by the vendor

22 Recommended breaker rating in Amps

To be furnished by the vendor

23 Rectifier DC voltage ripples

lt1

24 Static bypass arrangement

241 Rated voltage (3 phase with neutral)

400V

242 Voltage variation plusmn20

243 Nominal frequency 50 Hz

244 Maintenance bypass switch

Inbuilt

25 Factory Test Certificate CE ISO 9001 amp ISO 14001

26 UPS Make Emerson Socomec Riello

AROS APC (Schneider) Numeric

27 UPS Model To be furnished by the vendor

28 Dimension and Weight of UPS

To be furnished by the vendor

29 3 years Warranty for total solution offered

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39

2 10 G Switches and Networking (setspackages)

Copper 10g Fiber 10g and FC SAN Switch

6

Features Specifications

Switching Architecture and Performance (Fibre10g Switch)

Interface Required

Minimum 48 ports of 10G SFP+ ports on day 1

Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1

Standards Support

Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC addrress

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies from day 1

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

Features Specifications

Switching Architecture and Performance (copper 10g switch)

Interface Required

Minimum 48 ports of 10GbaseT Rj45 ports

Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

switch should also support Multi-chassis link aggregation (MC-LAG)

Standards Support

Support 100100010GBASE-T copper interfaces 40GBASE QSFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42

8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC address

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

48 Port FC SAN Switch Specifications

SNo Specifications

1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports

2 The switch should support auto-sensing 2 4 8 10 and 16

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44

Gbitsec capabilities

3

The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)

4 The switch should be rack mountable

5 Non disruptive Microcode firmware Upgrades and hot code activation

6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end

7

Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic

8 The Switch should be configured with the Zoning and ISL Licenses

9

The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking

10 Support for web based management and should also support CLI

11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access

12

It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status

13

Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)

14 Should provide enterprise-class availability features such as redundant and hotpluggable components

15 Should have Front-to-back airflow and Back-to-front airflow

16 Port to Port latency should be 700 ns

17 The switch should support Inflight Compression and Encryption

18 The switch should have an option for DC power supply also

3 CablingConduiting

4 officecomputer furniturersquos

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45

(vi) Installation commissioning operationalization and operations (for pre-

determined period)

(vii) Project Management Documentation Project activities like Technical

Reviews Schedule Management and Staff deployment etc

(viii) Cabling conduiting as required

(ix) Office furniturersquos computers

(x) Embedded warranty for 3 years and comprehensive non comprehensive

AMC for 2 years

The complete End to End systems will be supplied installed commissioned and operated

as a turnkey project within pre-decided schedule The system requirements are listed in

Annexure-A

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46

Annexure-C

EOI Response Sheet

Requirement Response

Vendor Information

1 Name of Person and Organisation responsible for the information contained in EOI

2 Postal AddressTelephoneFaxemail address

3 ExperienceExpertise in A Meteorological system development and

deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related

field) E Data storage and management F Software design and development

Attach as required

4 Capability in indigenous development of data reception and processing facility (hardware and software)

Attach as required

5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration

Attach as required

6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure

Attach as required

7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs

Attach as required

8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables

Attach as required

9 Describe any third party alliances relationships and dependencies

10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc

Attach as required

11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules

Attach as required

12 Provide information on proposed methodology of carrying out the work

13 Details of deliverables and services offered as part of the EOI

14 Compliance matrix to the EOI Attach as required

15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc

Attach as required

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47

Annexure-D

GENERAL INSTRUCTIONS FOR EOI

1 We invite your proposal duly signed single part in a sealed envelope marked as

follows

Response to EOI MMDRPS Project

2 EOI Bidder related

21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above

22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them

3 Your EOI response should reach us on or before the due date and time Late

proposals received after the due date and time will not be considered

4 Meeting

In order to provide a better understanding of the requirement it is proposed to have a

meeting with the prospective vendors at ANTRIX Bangalore Vendors who are

desirous to attend the meeting may provide details of the representatives attending

the meeting in advance

5 VendorBidder shall discuss among others system engineering aspects design

optimum utilization of satellitecommunication resources the installation plan amp

methodology operations plan training plan warranty amp comprehensive AMC

methodology acceptance procedures and plans etc

6 Vendor shall prepare a detailed specifications document based on the selected

configurationoptionssystemscommitments and make presentation to ANTRIX The

draft specification document shall also include all aspects described above in para

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48

7 Delivery Schedule

The desired delivery schedule for the complete system is 7 to 8 months from the

placement of the purchase order Bidder shall provide the delivery schedule being

proposed along with milestones (like supply of hardwaresoftware installation testing

amp acceptance etc) in the EOI response

8 Any other system or sub system which is relevant for fulfilling implementation of the

scheme shall be brought to the attention by the vendor and detailed in EOI response

9 The vendor submitting response to this EOI and found technically suitable will only be

issued RFP at a later stage

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49

Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited

(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person

2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources

3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person

under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI

4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to

appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application

5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or

opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this

EOI document

Page 22: EOI for MMDRPS - Antrix Corporation for MMDRPS.pdfelectronics, computers, networking, power systems, furniture/fixtures, installation and commissioning. The proposed system will acquire

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 22

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

6 Web Server 2

SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with

min 32GHz Min 25MB Cache 8 core or better

2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better

3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory

4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online

Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x

10GbE network ports with Failesafe and Link Aggregation support

7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W

10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015

support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)

Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5

12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years

subscription 16 Operating System

support Should be certified and support Windows Server as well as Linux Operating Systems

17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1

Redundancy 19 Power Supply Redundant hot plug platinum min1300W

power supply input voltage range 100-240V AC 50Hz60Hz

20 Manageability Dedicated Ethernet port for Management 21 Manageability

Features Should be able to manage systems through a web-browser OEM to provide its own systems management

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 23

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

7 Web Applications Server (GIS Web based Visualisation and Analysis) 4

SN Item Description

1 Make amp Model

2 CPU 4 x Intel Xeon Processor E-7 8890 V4 34 GHz or higher 24 core 60 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 1TB GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs 4 16TB SSD in RAID1

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 24

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

8 Ancillary Data Processing Server (GTS AWS BUFR) 2

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 256 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 25

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

9 Calibration and Validation Server 2

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 26

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel)

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

10 Image Analysis Clients 25

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-7 4830 V4 28 GHz or higher 14 core 25 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P2000 5 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM

18 Power Supply 900 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

11 Central Data Flow Monitoring and Management 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

12 Data Visualisation Nodes 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

13 Backup and HSM Server 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

14 Video Wall 2x2 configuration (LCD and Controller) 2+1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31

A LCD Group Specification Item Detailed Specification

System

Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall

Display technology Liquid Crystal Display

Display size and resolution

The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels

Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001

Architecture

The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime

Signal Interface

Input terminals

1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )

Output terminals 1x Digital DVI-D 1xRS422 RJ-45

Component input compatibility

480i 480P 720P 1080i 1080P

Scan rate Fh 30~75KHz Fv 50~85Hz

Video compatibility NTSC PAL SECAM

Timing compatibility

720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz

User controls

Power control 1 AC power ONOFF switch Wire control RS232C RS422 input

LED indicator System indicator display to show system status

IR remote IR remote OSD style list type OSD format

On Screen display Input selection picture image and tiling should be adjusted using OSD

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32

Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning

OSD Languages English

Wall control amp monitoring

Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience

Electrical AC power input range 90~240VAC 5060Hz 5A max

Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC

System Reliability

Operating temperature 0~40degC Operating relative humidity

20~80

MTBF gt= 50000 hours

B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the

same manufacturer Reputed Company The OEM should be an established

multinational in the field of video walls and should have installations around the world

Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos

Chassis 19rdquo industrial Rack mount Lockable front door to protect drives

Operating System Platform

Window 7- 64 bit

Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD

Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt

Supports Add on copper optical fiber adapters

Input Output supported

Serial ATA LAN

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33

2x RJ45 LAN ports USB 20 port

RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset

Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply

HDD Cooling FAN

LAN ports Scalability Display multiple source windows in any size

anywhere on the wall Control functions Brightness contrast saturation Hue

Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency

power supply AC Voltage 100 - 240V 50-60Hz

Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing

Wall management SW Scaling and display Software tp enable the user to display

multiple sources in any size and anywhere on the display wall

Auto Source Detection Software should support for auto source detection

Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts

Scenarios Software should able to Save and Load desktop layouts from Local or remote machines

Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user

Layout Preveiw Software should support layout preview option

Launch Application Software should be able to support

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34

Integration with 3rd party devices

System should offer interface to enable control from 3rd party devices like Creston AMX etc

Live Preview Software should able to provide live preview of video wall

Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall

Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)

Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere

on the display wall Inside the ticker window font size colour and background can be set

Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker

SNTP System should support SNTP function Protection System should have Hardware License key to

protect the software from unauthorized access

Pre- Qualification Requirements

OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India

(iv) Data Archival system(s) (Raw and Processed)

SN Name of Units No of Units

Centralised Hardware

1 High Speed SSD Storage (50 TB) 1

2 Multi-Tier Data Storage System (1 PB and expandable)

Primary and Secondary each

bull Unified storage device

bull Provision for online replication of luns

bull Provision for Fibre 10g (min 40g)

1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35

bull Provision for expansion should be there

3 LTODisk Based Library 1

4 SIDS terminal along with STB

Minimum 32 inch LED Screens having support for

following

AV HDMI USB RJ-45 along with built in Wifi

STB

Set top box should have programming support

Should have RJ-45 1Gbps and Wifi connectivity

Should have adequate support for python

Should have linux flavoured Operating system and provide

support for protocols like telnet ssh scp and ftp

25

(v) All associated elements like Network(s)LANWAN Powering Systems UPS

Gensets CablingConduiting and officecomputer furniturersquos

1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant

controllers plus batteries for 30 minutes backup)

2

a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis

b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum

VAH 90000)

c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation

Transformer for Input Side (Delta to Star Transformer Required)

Sr No

Description Parameters required

1 General Specifications 11 UPS topology On line double conversion VFI

SS 111 12 Architecture of the UPS Modular scalable redundant

based on Available kVA Power Modules

121 InOut phase Configuration

Three phase-Three phase single phase

122 Neutral Neutral Passing through

123 Output wave form on mains run

Sinusoidal

124 Output wave form on battery run

Sinusoidal

125 Bypass type Static and electro mechanic

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36

126 Transfer time Zero

127 UPS Module 100 kVA

128 UPS Chassis 120 kVA

13 Input

131 Nominal Voltage

400 V three phase 230V single phase

132 Voltage range -20 +15

133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power

To be furnished by the vender

134 Frequency

50 Hz to 60Hz (autosensing)

135 THDIin lt 3 al 100 of nominal load

136 Power Factor

gt 099 from 50 to 100 of nominal load

141 Output with mains

142 Nominal voltage 400 V three phase

143 Nominal power 100

144 Active power 100

145 Output waveform Sinusoidal

146 Voltage variation (static)

plusmn 1

147 Voltage variation (dynamic 0-100 100-0)

plusmn 1

148 Output voltage variation at unbalance load

plusmn 1

149 Phase displacement-100 unbalance load

120degplusmn 1deg

1410 Short circuit capability 300(p-p) for 1-sec

1411 THDv on nominal power (linear load)

lt 05

1412 THDv on nominal power (not linear load PF=07)

lt 1

1413 Frequency

50 Hz o 60 Hz (autosensing or selectable)

1414

Frequency tolerance Synchronized with input frequency or

plusmn 1 free run

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37

1415 Current Crest Factor

31 accordingly with IEC 62040-3

1416 Overload capability unity PF

bull 5 minutes or higher

bull 30 seconds or higher

110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention

15 Battery

151 Type

Lead Acid sealed free maintenance VRLA

152 Make

Exide Amco Panasonic Amara Raja

153 Model

To be furnished by the vendor

154 Nominal UPS Battery Voltage

252 Volt DC

155

Battery Backup time

30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)

156 Battery charger type

PWM hi efficiency one in each power module

157 Charging Cycle

Intelligent with boost charge and advanced management

159 Required VAH (12V x No of Battery x Battery AH)

Minimum 90000 VAH

1510 Weight of battery

To be furnished by the vendor

1511 Weight of battery cabinet

To be furnished by the vendor

1512 Dimensions of battery cabinet

To be furnished by the vendor

1513 Battery guaranty

2 years or more (free replacement)

16 Environmental specifications

161 Noise level 1m 42 divide 46 dBA

162 Working temperature range

from 0degC to +40degC

163 Stock temperature range

from -20degC to +50degC (excluded batteries)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38

164 Humidity range 20-80 not condensing

165 Protection degree IP21

17 Communication Interface

2 serial port RS232 1 logical level port 4 Dry contacts port

18 External Isolation Transformer required at Input Side

OEM Make 120 kVA

19 Standards

ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3

20 Protection

201 Overload (OL) To be complied [YesNo]

202 Short circuit (SC) To be complied [YesNo]

203 Input low voltage

To be complied [YesNo]

204 Output overvoltage

To be complied [YesNo]

205 Battery overcharging

To be complied [YesNo]

206 Battery over discharging

To be complied [YesNo]

21 Recommended Copper cable size in sq mm

To be furnished by the vendor

22 Recommended breaker rating in Amps

To be furnished by the vendor

23 Rectifier DC voltage ripples

lt1

24 Static bypass arrangement

241 Rated voltage (3 phase with neutral)

400V

242 Voltage variation plusmn20

243 Nominal frequency 50 Hz

244 Maintenance bypass switch

Inbuilt

25 Factory Test Certificate CE ISO 9001 amp ISO 14001

26 UPS Make Emerson Socomec Riello

AROS APC (Schneider) Numeric

27 UPS Model To be furnished by the vendor

28 Dimension and Weight of UPS

To be furnished by the vendor

29 3 years Warranty for total solution offered

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39

2 10 G Switches and Networking (setspackages)

Copper 10g Fiber 10g and FC SAN Switch

6

Features Specifications

Switching Architecture and Performance (Fibre10g Switch)

Interface Required

Minimum 48 ports of 10G SFP+ ports on day 1

Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1

Standards Support

Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC addrress

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies from day 1

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

Features Specifications

Switching Architecture and Performance (copper 10g switch)

Interface Required

Minimum 48 ports of 10GbaseT Rj45 ports

Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

switch should also support Multi-chassis link aggregation (MC-LAG)

Standards Support

Support 100100010GBASE-T copper interfaces 40GBASE QSFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42

8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC address

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

48 Port FC SAN Switch Specifications

SNo Specifications

1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports

2 The switch should support auto-sensing 2 4 8 10 and 16

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44

Gbitsec capabilities

3

The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)

4 The switch should be rack mountable

5 Non disruptive Microcode firmware Upgrades and hot code activation

6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end

7

Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic

8 The Switch should be configured with the Zoning and ISL Licenses

9

The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking

10 Support for web based management and should also support CLI

11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access

12

It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status

13

Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)

14 Should provide enterprise-class availability features such as redundant and hotpluggable components

15 Should have Front-to-back airflow and Back-to-front airflow

16 Port to Port latency should be 700 ns

17 The switch should support Inflight Compression and Encryption

18 The switch should have an option for DC power supply also

3 CablingConduiting

4 officecomputer furniturersquos

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45

(vi) Installation commissioning operationalization and operations (for pre-

determined period)

(vii) Project Management Documentation Project activities like Technical

Reviews Schedule Management and Staff deployment etc

(viii) Cabling conduiting as required

(ix) Office furniturersquos computers

(x) Embedded warranty for 3 years and comprehensive non comprehensive

AMC for 2 years

The complete End to End systems will be supplied installed commissioned and operated

as a turnkey project within pre-decided schedule The system requirements are listed in

Annexure-A

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46

Annexure-C

EOI Response Sheet

Requirement Response

Vendor Information

1 Name of Person and Organisation responsible for the information contained in EOI

2 Postal AddressTelephoneFaxemail address

3 ExperienceExpertise in A Meteorological system development and

deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related

field) E Data storage and management F Software design and development

Attach as required

4 Capability in indigenous development of data reception and processing facility (hardware and software)

Attach as required

5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration

Attach as required

6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure

Attach as required

7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs

Attach as required

8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables

Attach as required

9 Describe any third party alliances relationships and dependencies

10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc

Attach as required

11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules

Attach as required

12 Provide information on proposed methodology of carrying out the work

13 Details of deliverables and services offered as part of the EOI

14 Compliance matrix to the EOI Attach as required

15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc

Attach as required

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47

Annexure-D

GENERAL INSTRUCTIONS FOR EOI

1 We invite your proposal duly signed single part in a sealed envelope marked as

follows

Response to EOI MMDRPS Project

2 EOI Bidder related

21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above

22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them

3 Your EOI response should reach us on or before the due date and time Late

proposals received after the due date and time will not be considered

4 Meeting

In order to provide a better understanding of the requirement it is proposed to have a

meeting with the prospective vendors at ANTRIX Bangalore Vendors who are

desirous to attend the meeting may provide details of the representatives attending

the meeting in advance

5 VendorBidder shall discuss among others system engineering aspects design

optimum utilization of satellitecommunication resources the installation plan amp

methodology operations plan training plan warranty amp comprehensive AMC

methodology acceptance procedures and plans etc

6 Vendor shall prepare a detailed specifications document based on the selected

configurationoptionssystemscommitments and make presentation to ANTRIX The

draft specification document shall also include all aspects described above in para

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48

7 Delivery Schedule

The desired delivery schedule for the complete system is 7 to 8 months from the

placement of the purchase order Bidder shall provide the delivery schedule being

proposed along with milestones (like supply of hardwaresoftware installation testing

amp acceptance etc) in the EOI response

8 Any other system or sub system which is relevant for fulfilling implementation of the

scheme shall be brought to the attention by the vendor and detailed in EOI response

9 The vendor submitting response to this EOI and found technically suitable will only be

issued RFP at a later stage

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49

Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited

(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person

2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources

3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person

under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI

4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to

appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application

5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or

opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this

EOI document

Page 23: EOI for MMDRPS - Antrix Corporation for MMDRPS.pdfelectronics, computers, networking, power systems, furniture/fixtures, installation and commissioning. The proposed system will acquire

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 23

software 22 Warranty 3 years Comprehensive onsite warranty for

Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same

7 Web Applications Server (GIS Web based Visualisation and Analysis) 4

SN Item Description

1 Make amp Model

2 CPU 4 x Intel Xeon Processor E-7 8890 V4 34 GHz or higher 24 core 60 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 1TB GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs 4 16TB SSD in RAID1

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 24

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

8 Ancillary Data Processing Server (GTS AWS BUFR) 2

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 256 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 25

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

9 Calibration and Validation Server 2

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 26

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel)

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

10 Image Analysis Clients 25

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-7 4830 V4 28 GHz or higher 14 core 25 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P2000 5 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM

18 Power Supply 900 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

11 Central Data Flow Monitoring and Management 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

12 Data Visualisation Nodes 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

13 Backup and HSM Server 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

14 Video Wall 2x2 configuration (LCD and Controller) 2+1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31

A LCD Group Specification Item Detailed Specification

System

Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall

Display technology Liquid Crystal Display

Display size and resolution

The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels

Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001

Architecture

The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime

Signal Interface

Input terminals

1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )

Output terminals 1x Digital DVI-D 1xRS422 RJ-45

Component input compatibility

480i 480P 720P 1080i 1080P

Scan rate Fh 30~75KHz Fv 50~85Hz

Video compatibility NTSC PAL SECAM

Timing compatibility

720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz

User controls

Power control 1 AC power ONOFF switch Wire control RS232C RS422 input

LED indicator System indicator display to show system status

IR remote IR remote OSD style list type OSD format

On Screen display Input selection picture image and tiling should be adjusted using OSD

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32

Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning

OSD Languages English

Wall control amp monitoring

Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience

Electrical AC power input range 90~240VAC 5060Hz 5A max

Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC

System Reliability

Operating temperature 0~40degC Operating relative humidity

20~80

MTBF gt= 50000 hours

B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the

same manufacturer Reputed Company The OEM should be an established

multinational in the field of video walls and should have installations around the world

Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos

Chassis 19rdquo industrial Rack mount Lockable front door to protect drives

Operating System Platform

Window 7- 64 bit

Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD

Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt

Supports Add on copper optical fiber adapters

Input Output supported

Serial ATA LAN

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33

2x RJ45 LAN ports USB 20 port

RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset

Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply

HDD Cooling FAN

LAN ports Scalability Display multiple source windows in any size

anywhere on the wall Control functions Brightness contrast saturation Hue

Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency

power supply AC Voltage 100 - 240V 50-60Hz

Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing

Wall management SW Scaling and display Software tp enable the user to display

multiple sources in any size and anywhere on the display wall

Auto Source Detection Software should support for auto source detection

Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts

Scenarios Software should able to Save and Load desktop layouts from Local or remote machines

Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user

Layout Preveiw Software should support layout preview option

Launch Application Software should be able to support

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34

Integration with 3rd party devices

System should offer interface to enable control from 3rd party devices like Creston AMX etc

Live Preview Software should able to provide live preview of video wall

Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall

Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)

Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere

on the display wall Inside the ticker window font size colour and background can be set

Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker

SNTP System should support SNTP function Protection System should have Hardware License key to

protect the software from unauthorized access

Pre- Qualification Requirements

OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India

(iv) Data Archival system(s) (Raw and Processed)

SN Name of Units No of Units

Centralised Hardware

1 High Speed SSD Storage (50 TB) 1

2 Multi-Tier Data Storage System (1 PB and expandable)

Primary and Secondary each

bull Unified storage device

bull Provision for online replication of luns

bull Provision for Fibre 10g (min 40g)

1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35

bull Provision for expansion should be there

3 LTODisk Based Library 1

4 SIDS terminal along with STB

Minimum 32 inch LED Screens having support for

following

AV HDMI USB RJ-45 along with built in Wifi

STB

Set top box should have programming support

Should have RJ-45 1Gbps and Wifi connectivity

Should have adequate support for python

Should have linux flavoured Operating system and provide

support for protocols like telnet ssh scp and ftp

25

(v) All associated elements like Network(s)LANWAN Powering Systems UPS

Gensets CablingConduiting and officecomputer furniturersquos

1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant

controllers plus batteries for 30 minutes backup)

2

a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis

b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum

VAH 90000)

c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation

Transformer for Input Side (Delta to Star Transformer Required)

Sr No

Description Parameters required

1 General Specifications 11 UPS topology On line double conversion VFI

SS 111 12 Architecture of the UPS Modular scalable redundant

based on Available kVA Power Modules

121 InOut phase Configuration

Three phase-Three phase single phase

122 Neutral Neutral Passing through

123 Output wave form on mains run

Sinusoidal

124 Output wave form on battery run

Sinusoidal

125 Bypass type Static and electro mechanic

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36

126 Transfer time Zero

127 UPS Module 100 kVA

128 UPS Chassis 120 kVA

13 Input

131 Nominal Voltage

400 V three phase 230V single phase

132 Voltage range -20 +15

133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power

To be furnished by the vender

134 Frequency

50 Hz to 60Hz (autosensing)

135 THDIin lt 3 al 100 of nominal load

136 Power Factor

gt 099 from 50 to 100 of nominal load

141 Output with mains

142 Nominal voltage 400 V three phase

143 Nominal power 100

144 Active power 100

145 Output waveform Sinusoidal

146 Voltage variation (static)

plusmn 1

147 Voltage variation (dynamic 0-100 100-0)

plusmn 1

148 Output voltage variation at unbalance load

plusmn 1

149 Phase displacement-100 unbalance load

120degplusmn 1deg

1410 Short circuit capability 300(p-p) for 1-sec

1411 THDv on nominal power (linear load)

lt 05

1412 THDv on nominal power (not linear load PF=07)

lt 1

1413 Frequency

50 Hz o 60 Hz (autosensing or selectable)

1414

Frequency tolerance Synchronized with input frequency or

plusmn 1 free run

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37

1415 Current Crest Factor

31 accordingly with IEC 62040-3

1416 Overload capability unity PF

bull 5 minutes or higher

bull 30 seconds or higher

110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention

15 Battery

151 Type

Lead Acid sealed free maintenance VRLA

152 Make

Exide Amco Panasonic Amara Raja

153 Model

To be furnished by the vendor

154 Nominal UPS Battery Voltage

252 Volt DC

155

Battery Backup time

30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)

156 Battery charger type

PWM hi efficiency one in each power module

157 Charging Cycle

Intelligent with boost charge and advanced management

159 Required VAH (12V x No of Battery x Battery AH)

Minimum 90000 VAH

1510 Weight of battery

To be furnished by the vendor

1511 Weight of battery cabinet

To be furnished by the vendor

1512 Dimensions of battery cabinet

To be furnished by the vendor

1513 Battery guaranty

2 years or more (free replacement)

16 Environmental specifications

161 Noise level 1m 42 divide 46 dBA

162 Working temperature range

from 0degC to +40degC

163 Stock temperature range

from -20degC to +50degC (excluded batteries)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38

164 Humidity range 20-80 not condensing

165 Protection degree IP21

17 Communication Interface

2 serial port RS232 1 logical level port 4 Dry contacts port

18 External Isolation Transformer required at Input Side

OEM Make 120 kVA

19 Standards

ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3

20 Protection

201 Overload (OL) To be complied [YesNo]

202 Short circuit (SC) To be complied [YesNo]

203 Input low voltage

To be complied [YesNo]

204 Output overvoltage

To be complied [YesNo]

205 Battery overcharging

To be complied [YesNo]

206 Battery over discharging

To be complied [YesNo]

21 Recommended Copper cable size in sq mm

To be furnished by the vendor

22 Recommended breaker rating in Amps

To be furnished by the vendor

23 Rectifier DC voltage ripples

lt1

24 Static bypass arrangement

241 Rated voltage (3 phase with neutral)

400V

242 Voltage variation plusmn20

243 Nominal frequency 50 Hz

244 Maintenance bypass switch

Inbuilt

25 Factory Test Certificate CE ISO 9001 amp ISO 14001

26 UPS Make Emerson Socomec Riello

AROS APC (Schneider) Numeric

27 UPS Model To be furnished by the vendor

28 Dimension and Weight of UPS

To be furnished by the vendor

29 3 years Warranty for total solution offered

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39

2 10 G Switches and Networking (setspackages)

Copper 10g Fiber 10g and FC SAN Switch

6

Features Specifications

Switching Architecture and Performance (Fibre10g Switch)

Interface Required

Minimum 48 ports of 10G SFP+ ports on day 1

Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1

Standards Support

Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC addrress

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies from day 1

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

Features Specifications

Switching Architecture and Performance (copper 10g switch)

Interface Required

Minimum 48 ports of 10GbaseT Rj45 ports

Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

switch should also support Multi-chassis link aggregation (MC-LAG)

Standards Support

Support 100100010GBASE-T copper interfaces 40GBASE QSFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42

8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC address

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

48 Port FC SAN Switch Specifications

SNo Specifications

1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports

2 The switch should support auto-sensing 2 4 8 10 and 16

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44

Gbitsec capabilities

3

The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)

4 The switch should be rack mountable

5 Non disruptive Microcode firmware Upgrades and hot code activation

6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end

7

Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic

8 The Switch should be configured with the Zoning and ISL Licenses

9

The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking

10 Support for web based management and should also support CLI

11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access

12

It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status

13

Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)

14 Should provide enterprise-class availability features such as redundant and hotpluggable components

15 Should have Front-to-back airflow and Back-to-front airflow

16 Port to Port latency should be 700 ns

17 The switch should support Inflight Compression and Encryption

18 The switch should have an option for DC power supply also

3 CablingConduiting

4 officecomputer furniturersquos

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45

(vi) Installation commissioning operationalization and operations (for pre-

determined period)

(vii) Project Management Documentation Project activities like Technical

Reviews Schedule Management and Staff deployment etc

(viii) Cabling conduiting as required

(ix) Office furniturersquos computers

(x) Embedded warranty for 3 years and comprehensive non comprehensive

AMC for 2 years

The complete End to End systems will be supplied installed commissioned and operated

as a turnkey project within pre-decided schedule The system requirements are listed in

Annexure-A

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46

Annexure-C

EOI Response Sheet

Requirement Response

Vendor Information

1 Name of Person and Organisation responsible for the information contained in EOI

2 Postal AddressTelephoneFaxemail address

3 ExperienceExpertise in A Meteorological system development and

deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related

field) E Data storage and management F Software design and development

Attach as required

4 Capability in indigenous development of data reception and processing facility (hardware and software)

Attach as required

5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration

Attach as required

6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure

Attach as required

7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs

Attach as required

8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables

Attach as required

9 Describe any third party alliances relationships and dependencies

10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc

Attach as required

11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules

Attach as required

12 Provide information on proposed methodology of carrying out the work

13 Details of deliverables and services offered as part of the EOI

14 Compliance matrix to the EOI Attach as required

15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc

Attach as required

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47

Annexure-D

GENERAL INSTRUCTIONS FOR EOI

1 We invite your proposal duly signed single part in a sealed envelope marked as

follows

Response to EOI MMDRPS Project

2 EOI Bidder related

21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above

22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them

3 Your EOI response should reach us on or before the due date and time Late

proposals received after the due date and time will not be considered

4 Meeting

In order to provide a better understanding of the requirement it is proposed to have a

meeting with the prospective vendors at ANTRIX Bangalore Vendors who are

desirous to attend the meeting may provide details of the representatives attending

the meeting in advance

5 VendorBidder shall discuss among others system engineering aspects design

optimum utilization of satellitecommunication resources the installation plan amp

methodology operations plan training plan warranty amp comprehensive AMC

methodology acceptance procedures and plans etc

6 Vendor shall prepare a detailed specifications document based on the selected

configurationoptionssystemscommitments and make presentation to ANTRIX The

draft specification document shall also include all aspects described above in para

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48

7 Delivery Schedule

The desired delivery schedule for the complete system is 7 to 8 months from the

placement of the purchase order Bidder shall provide the delivery schedule being

proposed along with milestones (like supply of hardwaresoftware installation testing

amp acceptance etc) in the EOI response

8 Any other system or sub system which is relevant for fulfilling implementation of the

scheme shall be brought to the attention by the vendor and detailed in EOI response

9 The vendor submitting response to this EOI and found technically suitable will only be

issued RFP at a later stage

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49

Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited

(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person

2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources

3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person

under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI

4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to

appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application

5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or

opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this

EOI document

Page 24: EOI for MMDRPS - Antrix Corporation for MMDRPS.pdfelectronics, computers, networking, power systems, furniture/fixtures, installation and commissioning. The proposed system will acquire

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 24

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

8 Ancillary Data Processing Server (GTS AWS BUFR) 2

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 256 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 25

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

9 Calibration and Validation Server 2

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 26

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel)

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

10 Image Analysis Clients 25

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-7 4830 V4 28 GHz or higher 14 core 25 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P2000 5 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM

18 Power Supply 900 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

11 Central Data Flow Monitoring and Management 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

12 Data Visualisation Nodes 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

13 Backup and HSM Server 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

14 Video Wall 2x2 configuration (LCD and Controller) 2+1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31

A LCD Group Specification Item Detailed Specification

System

Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall

Display technology Liquid Crystal Display

Display size and resolution

The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels

Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001

Architecture

The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime

Signal Interface

Input terminals

1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )

Output terminals 1x Digital DVI-D 1xRS422 RJ-45

Component input compatibility

480i 480P 720P 1080i 1080P

Scan rate Fh 30~75KHz Fv 50~85Hz

Video compatibility NTSC PAL SECAM

Timing compatibility

720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz

User controls

Power control 1 AC power ONOFF switch Wire control RS232C RS422 input

LED indicator System indicator display to show system status

IR remote IR remote OSD style list type OSD format

On Screen display Input selection picture image and tiling should be adjusted using OSD

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32

Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning

OSD Languages English

Wall control amp monitoring

Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience

Electrical AC power input range 90~240VAC 5060Hz 5A max

Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC

System Reliability

Operating temperature 0~40degC Operating relative humidity

20~80

MTBF gt= 50000 hours

B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the

same manufacturer Reputed Company The OEM should be an established

multinational in the field of video walls and should have installations around the world

Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos

Chassis 19rdquo industrial Rack mount Lockable front door to protect drives

Operating System Platform

Window 7- 64 bit

Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD

Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt

Supports Add on copper optical fiber adapters

Input Output supported

Serial ATA LAN

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33

2x RJ45 LAN ports USB 20 port

RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset

Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply

HDD Cooling FAN

LAN ports Scalability Display multiple source windows in any size

anywhere on the wall Control functions Brightness contrast saturation Hue

Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency

power supply AC Voltage 100 - 240V 50-60Hz

Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing

Wall management SW Scaling and display Software tp enable the user to display

multiple sources in any size and anywhere on the display wall

Auto Source Detection Software should support for auto source detection

Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts

Scenarios Software should able to Save and Load desktop layouts from Local or remote machines

Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user

Layout Preveiw Software should support layout preview option

Launch Application Software should be able to support

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34

Integration with 3rd party devices

System should offer interface to enable control from 3rd party devices like Creston AMX etc

Live Preview Software should able to provide live preview of video wall

Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall

Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)

Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere

on the display wall Inside the ticker window font size colour and background can be set

Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker

SNTP System should support SNTP function Protection System should have Hardware License key to

protect the software from unauthorized access

Pre- Qualification Requirements

OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India

(iv) Data Archival system(s) (Raw and Processed)

SN Name of Units No of Units

Centralised Hardware

1 High Speed SSD Storage (50 TB) 1

2 Multi-Tier Data Storage System (1 PB and expandable)

Primary and Secondary each

bull Unified storage device

bull Provision for online replication of luns

bull Provision for Fibre 10g (min 40g)

1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35

bull Provision for expansion should be there

3 LTODisk Based Library 1

4 SIDS terminal along with STB

Minimum 32 inch LED Screens having support for

following

AV HDMI USB RJ-45 along with built in Wifi

STB

Set top box should have programming support

Should have RJ-45 1Gbps and Wifi connectivity

Should have adequate support for python

Should have linux flavoured Operating system and provide

support for protocols like telnet ssh scp and ftp

25

(v) All associated elements like Network(s)LANWAN Powering Systems UPS

Gensets CablingConduiting and officecomputer furniturersquos

1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant

controllers plus batteries for 30 minutes backup)

2

a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis

b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum

VAH 90000)

c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation

Transformer for Input Side (Delta to Star Transformer Required)

Sr No

Description Parameters required

1 General Specifications 11 UPS topology On line double conversion VFI

SS 111 12 Architecture of the UPS Modular scalable redundant

based on Available kVA Power Modules

121 InOut phase Configuration

Three phase-Three phase single phase

122 Neutral Neutral Passing through

123 Output wave form on mains run

Sinusoidal

124 Output wave form on battery run

Sinusoidal

125 Bypass type Static and electro mechanic

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36

126 Transfer time Zero

127 UPS Module 100 kVA

128 UPS Chassis 120 kVA

13 Input

131 Nominal Voltage

400 V three phase 230V single phase

132 Voltage range -20 +15

133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power

To be furnished by the vender

134 Frequency

50 Hz to 60Hz (autosensing)

135 THDIin lt 3 al 100 of nominal load

136 Power Factor

gt 099 from 50 to 100 of nominal load

141 Output with mains

142 Nominal voltage 400 V three phase

143 Nominal power 100

144 Active power 100

145 Output waveform Sinusoidal

146 Voltage variation (static)

plusmn 1

147 Voltage variation (dynamic 0-100 100-0)

plusmn 1

148 Output voltage variation at unbalance load

plusmn 1

149 Phase displacement-100 unbalance load

120degplusmn 1deg

1410 Short circuit capability 300(p-p) for 1-sec

1411 THDv on nominal power (linear load)

lt 05

1412 THDv on nominal power (not linear load PF=07)

lt 1

1413 Frequency

50 Hz o 60 Hz (autosensing or selectable)

1414

Frequency tolerance Synchronized with input frequency or

plusmn 1 free run

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37

1415 Current Crest Factor

31 accordingly with IEC 62040-3

1416 Overload capability unity PF

bull 5 minutes or higher

bull 30 seconds or higher

110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention

15 Battery

151 Type

Lead Acid sealed free maintenance VRLA

152 Make

Exide Amco Panasonic Amara Raja

153 Model

To be furnished by the vendor

154 Nominal UPS Battery Voltage

252 Volt DC

155

Battery Backup time

30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)

156 Battery charger type

PWM hi efficiency one in each power module

157 Charging Cycle

Intelligent with boost charge and advanced management

159 Required VAH (12V x No of Battery x Battery AH)

Minimum 90000 VAH

1510 Weight of battery

To be furnished by the vendor

1511 Weight of battery cabinet

To be furnished by the vendor

1512 Dimensions of battery cabinet

To be furnished by the vendor

1513 Battery guaranty

2 years or more (free replacement)

16 Environmental specifications

161 Noise level 1m 42 divide 46 dBA

162 Working temperature range

from 0degC to +40degC

163 Stock temperature range

from -20degC to +50degC (excluded batteries)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38

164 Humidity range 20-80 not condensing

165 Protection degree IP21

17 Communication Interface

2 serial port RS232 1 logical level port 4 Dry contacts port

18 External Isolation Transformer required at Input Side

OEM Make 120 kVA

19 Standards

ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3

20 Protection

201 Overload (OL) To be complied [YesNo]

202 Short circuit (SC) To be complied [YesNo]

203 Input low voltage

To be complied [YesNo]

204 Output overvoltage

To be complied [YesNo]

205 Battery overcharging

To be complied [YesNo]

206 Battery over discharging

To be complied [YesNo]

21 Recommended Copper cable size in sq mm

To be furnished by the vendor

22 Recommended breaker rating in Amps

To be furnished by the vendor

23 Rectifier DC voltage ripples

lt1

24 Static bypass arrangement

241 Rated voltage (3 phase with neutral)

400V

242 Voltage variation plusmn20

243 Nominal frequency 50 Hz

244 Maintenance bypass switch

Inbuilt

25 Factory Test Certificate CE ISO 9001 amp ISO 14001

26 UPS Make Emerson Socomec Riello

AROS APC (Schneider) Numeric

27 UPS Model To be furnished by the vendor

28 Dimension and Weight of UPS

To be furnished by the vendor

29 3 years Warranty for total solution offered

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39

2 10 G Switches and Networking (setspackages)

Copper 10g Fiber 10g and FC SAN Switch

6

Features Specifications

Switching Architecture and Performance (Fibre10g Switch)

Interface Required

Minimum 48 ports of 10G SFP+ ports on day 1

Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1

Standards Support

Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC addrress

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies from day 1

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

Features Specifications

Switching Architecture and Performance (copper 10g switch)

Interface Required

Minimum 48 ports of 10GbaseT Rj45 ports

Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

switch should also support Multi-chassis link aggregation (MC-LAG)

Standards Support

Support 100100010GBASE-T copper interfaces 40GBASE QSFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42

8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC address

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

48 Port FC SAN Switch Specifications

SNo Specifications

1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports

2 The switch should support auto-sensing 2 4 8 10 and 16

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44

Gbitsec capabilities

3

The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)

4 The switch should be rack mountable

5 Non disruptive Microcode firmware Upgrades and hot code activation

6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end

7

Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic

8 The Switch should be configured with the Zoning and ISL Licenses

9

The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking

10 Support for web based management and should also support CLI

11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access

12

It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status

13

Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)

14 Should provide enterprise-class availability features such as redundant and hotpluggable components

15 Should have Front-to-back airflow and Back-to-front airflow

16 Port to Port latency should be 700 ns

17 The switch should support Inflight Compression and Encryption

18 The switch should have an option for DC power supply also

3 CablingConduiting

4 officecomputer furniturersquos

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45

(vi) Installation commissioning operationalization and operations (for pre-

determined period)

(vii) Project Management Documentation Project activities like Technical

Reviews Schedule Management and Staff deployment etc

(viii) Cabling conduiting as required

(ix) Office furniturersquos computers

(x) Embedded warranty for 3 years and comprehensive non comprehensive

AMC for 2 years

The complete End to End systems will be supplied installed commissioned and operated

as a turnkey project within pre-decided schedule The system requirements are listed in

Annexure-A

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46

Annexure-C

EOI Response Sheet

Requirement Response

Vendor Information

1 Name of Person and Organisation responsible for the information contained in EOI

2 Postal AddressTelephoneFaxemail address

3 ExperienceExpertise in A Meteorological system development and

deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related

field) E Data storage and management F Software design and development

Attach as required

4 Capability in indigenous development of data reception and processing facility (hardware and software)

Attach as required

5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration

Attach as required

6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure

Attach as required

7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs

Attach as required

8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables

Attach as required

9 Describe any third party alliances relationships and dependencies

10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc

Attach as required

11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules

Attach as required

12 Provide information on proposed methodology of carrying out the work

13 Details of deliverables and services offered as part of the EOI

14 Compliance matrix to the EOI Attach as required

15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc

Attach as required

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47

Annexure-D

GENERAL INSTRUCTIONS FOR EOI

1 We invite your proposal duly signed single part in a sealed envelope marked as

follows

Response to EOI MMDRPS Project

2 EOI Bidder related

21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above

22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them

3 Your EOI response should reach us on or before the due date and time Late

proposals received after the due date and time will not be considered

4 Meeting

In order to provide a better understanding of the requirement it is proposed to have a

meeting with the prospective vendors at ANTRIX Bangalore Vendors who are

desirous to attend the meeting may provide details of the representatives attending

the meeting in advance

5 VendorBidder shall discuss among others system engineering aspects design

optimum utilization of satellitecommunication resources the installation plan amp

methodology operations plan training plan warranty amp comprehensive AMC

methodology acceptance procedures and plans etc

6 Vendor shall prepare a detailed specifications document based on the selected

configurationoptionssystemscommitments and make presentation to ANTRIX The

draft specification document shall also include all aspects described above in para

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48

7 Delivery Schedule

The desired delivery schedule for the complete system is 7 to 8 months from the

placement of the purchase order Bidder shall provide the delivery schedule being

proposed along with milestones (like supply of hardwaresoftware installation testing

amp acceptance etc) in the EOI response

8 Any other system or sub system which is relevant for fulfilling implementation of the

scheme shall be brought to the attention by the vendor and detailed in EOI response

9 The vendor submitting response to this EOI and found technically suitable will only be

issued RFP at a later stage

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49

Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited

(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person

2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources

3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person

under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI

4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to

appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application

5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or

opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this

EOI document

Page 25: EOI for MMDRPS - Antrix Corporation for MMDRPS.pdfelectronics, computers, networking, power systems, furniture/fixtures, installation and commissioning. The proposed system will acquire

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 25

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

9 Calibration and Validation Server 2

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 26

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel)

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

10 Image Analysis Clients 25

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-7 4830 V4 28 GHz or higher 14 core 25 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P2000 5 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM

18 Power Supply 900 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

11 Central Data Flow Monitoring and Management 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

12 Data Visualisation Nodes 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

13 Backup and HSM Server 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

14 Video Wall 2x2 configuration (LCD and Controller) 2+1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31

A LCD Group Specification Item Detailed Specification

System

Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall

Display technology Liquid Crystal Display

Display size and resolution

The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels

Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001

Architecture

The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime

Signal Interface

Input terminals

1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )

Output terminals 1x Digital DVI-D 1xRS422 RJ-45

Component input compatibility

480i 480P 720P 1080i 1080P

Scan rate Fh 30~75KHz Fv 50~85Hz

Video compatibility NTSC PAL SECAM

Timing compatibility

720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz

User controls

Power control 1 AC power ONOFF switch Wire control RS232C RS422 input

LED indicator System indicator display to show system status

IR remote IR remote OSD style list type OSD format

On Screen display Input selection picture image and tiling should be adjusted using OSD

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32

Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning

OSD Languages English

Wall control amp monitoring

Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience

Electrical AC power input range 90~240VAC 5060Hz 5A max

Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC

System Reliability

Operating temperature 0~40degC Operating relative humidity

20~80

MTBF gt= 50000 hours

B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the

same manufacturer Reputed Company The OEM should be an established

multinational in the field of video walls and should have installations around the world

Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos

Chassis 19rdquo industrial Rack mount Lockable front door to protect drives

Operating System Platform

Window 7- 64 bit

Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD

Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt

Supports Add on copper optical fiber adapters

Input Output supported

Serial ATA LAN

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33

2x RJ45 LAN ports USB 20 port

RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset

Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply

HDD Cooling FAN

LAN ports Scalability Display multiple source windows in any size

anywhere on the wall Control functions Brightness contrast saturation Hue

Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency

power supply AC Voltage 100 - 240V 50-60Hz

Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing

Wall management SW Scaling and display Software tp enable the user to display

multiple sources in any size and anywhere on the display wall

Auto Source Detection Software should support for auto source detection

Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts

Scenarios Software should able to Save and Load desktop layouts from Local or remote machines

Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user

Layout Preveiw Software should support layout preview option

Launch Application Software should be able to support

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34

Integration with 3rd party devices

System should offer interface to enable control from 3rd party devices like Creston AMX etc

Live Preview Software should able to provide live preview of video wall

Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall

Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)

Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere

on the display wall Inside the ticker window font size colour and background can be set

Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker

SNTP System should support SNTP function Protection System should have Hardware License key to

protect the software from unauthorized access

Pre- Qualification Requirements

OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India

(iv) Data Archival system(s) (Raw and Processed)

SN Name of Units No of Units

Centralised Hardware

1 High Speed SSD Storage (50 TB) 1

2 Multi-Tier Data Storage System (1 PB and expandable)

Primary and Secondary each

bull Unified storage device

bull Provision for online replication of luns

bull Provision for Fibre 10g (min 40g)

1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35

bull Provision for expansion should be there

3 LTODisk Based Library 1

4 SIDS terminal along with STB

Minimum 32 inch LED Screens having support for

following

AV HDMI USB RJ-45 along with built in Wifi

STB

Set top box should have programming support

Should have RJ-45 1Gbps and Wifi connectivity

Should have adequate support for python

Should have linux flavoured Operating system and provide

support for protocols like telnet ssh scp and ftp

25

(v) All associated elements like Network(s)LANWAN Powering Systems UPS

Gensets CablingConduiting and officecomputer furniturersquos

1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant

controllers plus batteries for 30 minutes backup)

2

a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis

b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum

VAH 90000)

c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation

Transformer for Input Side (Delta to Star Transformer Required)

Sr No

Description Parameters required

1 General Specifications 11 UPS topology On line double conversion VFI

SS 111 12 Architecture of the UPS Modular scalable redundant

based on Available kVA Power Modules

121 InOut phase Configuration

Three phase-Three phase single phase

122 Neutral Neutral Passing through

123 Output wave form on mains run

Sinusoidal

124 Output wave form on battery run

Sinusoidal

125 Bypass type Static and electro mechanic

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36

126 Transfer time Zero

127 UPS Module 100 kVA

128 UPS Chassis 120 kVA

13 Input

131 Nominal Voltage

400 V three phase 230V single phase

132 Voltage range -20 +15

133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power

To be furnished by the vender

134 Frequency

50 Hz to 60Hz (autosensing)

135 THDIin lt 3 al 100 of nominal load

136 Power Factor

gt 099 from 50 to 100 of nominal load

141 Output with mains

142 Nominal voltage 400 V three phase

143 Nominal power 100

144 Active power 100

145 Output waveform Sinusoidal

146 Voltage variation (static)

plusmn 1

147 Voltage variation (dynamic 0-100 100-0)

plusmn 1

148 Output voltage variation at unbalance load

plusmn 1

149 Phase displacement-100 unbalance load

120degplusmn 1deg

1410 Short circuit capability 300(p-p) for 1-sec

1411 THDv on nominal power (linear load)

lt 05

1412 THDv on nominal power (not linear load PF=07)

lt 1

1413 Frequency

50 Hz o 60 Hz (autosensing or selectable)

1414

Frequency tolerance Synchronized with input frequency or

plusmn 1 free run

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37

1415 Current Crest Factor

31 accordingly with IEC 62040-3

1416 Overload capability unity PF

bull 5 minutes or higher

bull 30 seconds or higher

110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention

15 Battery

151 Type

Lead Acid sealed free maintenance VRLA

152 Make

Exide Amco Panasonic Amara Raja

153 Model

To be furnished by the vendor

154 Nominal UPS Battery Voltage

252 Volt DC

155

Battery Backup time

30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)

156 Battery charger type

PWM hi efficiency one in each power module

157 Charging Cycle

Intelligent with boost charge and advanced management

159 Required VAH (12V x No of Battery x Battery AH)

Minimum 90000 VAH

1510 Weight of battery

To be furnished by the vendor

1511 Weight of battery cabinet

To be furnished by the vendor

1512 Dimensions of battery cabinet

To be furnished by the vendor

1513 Battery guaranty

2 years or more (free replacement)

16 Environmental specifications

161 Noise level 1m 42 divide 46 dBA

162 Working temperature range

from 0degC to +40degC

163 Stock temperature range

from -20degC to +50degC (excluded batteries)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38

164 Humidity range 20-80 not condensing

165 Protection degree IP21

17 Communication Interface

2 serial port RS232 1 logical level port 4 Dry contacts port

18 External Isolation Transformer required at Input Side

OEM Make 120 kVA

19 Standards

ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3

20 Protection

201 Overload (OL) To be complied [YesNo]

202 Short circuit (SC) To be complied [YesNo]

203 Input low voltage

To be complied [YesNo]

204 Output overvoltage

To be complied [YesNo]

205 Battery overcharging

To be complied [YesNo]

206 Battery over discharging

To be complied [YesNo]

21 Recommended Copper cable size in sq mm

To be furnished by the vendor

22 Recommended breaker rating in Amps

To be furnished by the vendor

23 Rectifier DC voltage ripples

lt1

24 Static bypass arrangement

241 Rated voltage (3 phase with neutral)

400V

242 Voltage variation plusmn20

243 Nominal frequency 50 Hz

244 Maintenance bypass switch

Inbuilt

25 Factory Test Certificate CE ISO 9001 amp ISO 14001

26 UPS Make Emerson Socomec Riello

AROS APC (Schneider) Numeric

27 UPS Model To be furnished by the vendor

28 Dimension and Weight of UPS

To be furnished by the vendor

29 3 years Warranty for total solution offered

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39

2 10 G Switches and Networking (setspackages)

Copper 10g Fiber 10g and FC SAN Switch

6

Features Specifications

Switching Architecture and Performance (Fibre10g Switch)

Interface Required

Minimum 48 ports of 10G SFP+ ports on day 1

Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1

Standards Support

Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC addrress

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies from day 1

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

Features Specifications

Switching Architecture and Performance (copper 10g switch)

Interface Required

Minimum 48 ports of 10GbaseT Rj45 ports

Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

switch should also support Multi-chassis link aggregation (MC-LAG)

Standards Support

Support 100100010GBASE-T copper interfaces 40GBASE QSFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42

8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC address

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

48 Port FC SAN Switch Specifications

SNo Specifications

1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports

2 The switch should support auto-sensing 2 4 8 10 and 16

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44

Gbitsec capabilities

3

The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)

4 The switch should be rack mountable

5 Non disruptive Microcode firmware Upgrades and hot code activation

6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end

7

Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic

8 The Switch should be configured with the Zoning and ISL Licenses

9

The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking

10 Support for web based management and should also support CLI

11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access

12

It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status

13

Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)

14 Should provide enterprise-class availability features such as redundant and hotpluggable components

15 Should have Front-to-back airflow and Back-to-front airflow

16 Port to Port latency should be 700 ns

17 The switch should support Inflight Compression and Encryption

18 The switch should have an option for DC power supply also

3 CablingConduiting

4 officecomputer furniturersquos

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45

(vi) Installation commissioning operationalization and operations (for pre-

determined period)

(vii) Project Management Documentation Project activities like Technical

Reviews Schedule Management and Staff deployment etc

(viii) Cabling conduiting as required

(ix) Office furniturersquos computers

(x) Embedded warranty for 3 years and comprehensive non comprehensive

AMC for 2 years

The complete End to End systems will be supplied installed commissioned and operated

as a turnkey project within pre-decided schedule The system requirements are listed in

Annexure-A

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46

Annexure-C

EOI Response Sheet

Requirement Response

Vendor Information

1 Name of Person and Organisation responsible for the information contained in EOI

2 Postal AddressTelephoneFaxemail address

3 ExperienceExpertise in A Meteorological system development and

deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related

field) E Data storage and management F Software design and development

Attach as required

4 Capability in indigenous development of data reception and processing facility (hardware and software)

Attach as required

5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration

Attach as required

6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure

Attach as required

7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs

Attach as required

8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables

Attach as required

9 Describe any third party alliances relationships and dependencies

10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc

Attach as required

11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules

Attach as required

12 Provide information on proposed methodology of carrying out the work

13 Details of deliverables and services offered as part of the EOI

14 Compliance matrix to the EOI Attach as required

15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc

Attach as required

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47

Annexure-D

GENERAL INSTRUCTIONS FOR EOI

1 We invite your proposal duly signed single part in a sealed envelope marked as

follows

Response to EOI MMDRPS Project

2 EOI Bidder related

21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above

22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them

3 Your EOI response should reach us on or before the due date and time Late

proposals received after the due date and time will not be considered

4 Meeting

In order to provide a better understanding of the requirement it is proposed to have a

meeting with the prospective vendors at ANTRIX Bangalore Vendors who are

desirous to attend the meeting may provide details of the representatives attending

the meeting in advance

5 VendorBidder shall discuss among others system engineering aspects design

optimum utilization of satellitecommunication resources the installation plan amp

methodology operations plan training plan warranty amp comprehensive AMC

methodology acceptance procedures and plans etc

6 Vendor shall prepare a detailed specifications document based on the selected

configurationoptionssystemscommitments and make presentation to ANTRIX The

draft specification document shall also include all aspects described above in para

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48

7 Delivery Schedule

The desired delivery schedule for the complete system is 7 to 8 months from the

placement of the purchase order Bidder shall provide the delivery schedule being

proposed along with milestones (like supply of hardwaresoftware installation testing

amp acceptance etc) in the EOI response

8 Any other system or sub system which is relevant for fulfilling implementation of the

scheme shall be brought to the attention by the vendor and detailed in EOI response

9 The vendor submitting response to this EOI and found technically suitable will only be

issued RFP at a later stage

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49

Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited

(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person

2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources

3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person

under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI

4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to

appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application

5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or

opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this

EOI document

Page 26: EOI for MMDRPS - Antrix Corporation for MMDRPS.pdfelectronics, computers, networking, power systems, furniture/fixtures, installation and commissioning. The proposed system will acquire

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 26

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel)

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

10 Image Analysis Clients 25

SN Item Description

1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-7 4830 V4 28 GHz or higher 14 core 25 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P2000 5 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM

18 Power Supply 900 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

11 Central Data Flow Monitoring and Management 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

12 Data Visualisation Nodes 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

13 Backup and HSM Server 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

14 Video Wall 2x2 configuration (LCD and Controller) 2+1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31

A LCD Group Specification Item Detailed Specification

System

Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall

Display technology Liquid Crystal Display

Display size and resolution

The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels

Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001

Architecture

The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime

Signal Interface

Input terminals

1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )

Output terminals 1x Digital DVI-D 1xRS422 RJ-45

Component input compatibility

480i 480P 720P 1080i 1080P

Scan rate Fh 30~75KHz Fv 50~85Hz

Video compatibility NTSC PAL SECAM

Timing compatibility

720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz

User controls

Power control 1 AC power ONOFF switch Wire control RS232C RS422 input

LED indicator System indicator display to show system status

IR remote IR remote OSD style list type OSD format

On Screen display Input selection picture image and tiling should be adjusted using OSD

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32

Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning

OSD Languages English

Wall control amp monitoring

Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience

Electrical AC power input range 90~240VAC 5060Hz 5A max

Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC

System Reliability

Operating temperature 0~40degC Operating relative humidity

20~80

MTBF gt= 50000 hours

B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the

same manufacturer Reputed Company The OEM should be an established

multinational in the field of video walls and should have installations around the world

Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos

Chassis 19rdquo industrial Rack mount Lockable front door to protect drives

Operating System Platform

Window 7- 64 bit

Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD

Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt

Supports Add on copper optical fiber adapters

Input Output supported

Serial ATA LAN

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33

2x RJ45 LAN ports USB 20 port

RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset

Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply

HDD Cooling FAN

LAN ports Scalability Display multiple source windows in any size

anywhere on the wall Control functions Brightness contrast saturation Hue

Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency

power supply AC Voltage 100 - 240V 50-60Hz

Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing

Wall management SW Scaling and display Software tp enable the user to display

multiple sources in any size and anywhere on the display wall

Auto Source Detection Software should support for auto source detection

Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts

Scenarios Software should able to Save and Load desktop layouts from Local or remote machines

Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user

Layout Preveiw Software should support layout preview option

Launch Application Software should be able to support

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34

Integration with 3rd party devices

System should offer interface to enable control from 3rd party devices like Creston AMX etc

Live Preview Software should able to provide live preview of video wall

Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall

Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)

Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere

on the display wall Inside the ticker window font size colour and background can be set

Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker

SNTP System should support SNTP function Protection System should have Hardware License key to

protect the software from unauthorized access

Pre- Qualification Requirements

OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India

(iv) Data Archival system(s) (Raw and Processed)

SN Name of Units No of Units

Centralised Hardware

1 High Speed SSD Storage (50 TB) 1

2 Multi-Tier Data Storage System (1 PB and expandable)

Primary and Secondary each

bull Unified storage device

bull Provision for online replication of luns

bull Provision for Fibre 10g (min 40g)

1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35

bull Provision for expansion should be there

3 LTODisk Based Library 1

4 SIDS terminal along with STB

Minimum 32 inch LED Screens having support for

following

AV HDMI USB RJ-45 along with built in Wifi

STB

Set top box should have programming support

Should have RJ-45 1Gbps and Wifi connectivity

Should have adequate support for python

Should have linux flavoured Operating system and provide

support for protocols like telnet ssh scp and ftp

25

(v) All associated elements like Network(s)LANWAN Powering Systems UPS

Gensets CablingConduiting and officecomputer furniturersquos

1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant

controllers plus batteries for 30 minutes backup)

2

a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis

b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum

VAH 90000)

c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation

Transformer for Input Side (Delta to Star Transformer Required)

Sr No

Description Parameters required

1 General Specifications 11 UPS topology On line double conversion VFI

SS 111 12 Architecture of the UPS Modular scalable redundant

based on Available kVA Power Modules

121 InOut phase Configuration

Three phase-Three phase single phase

122 Neutral Neutral Passing through

123 Output wave form on mains run

Sinusoidal

124 Output wave form on battery run

Sinusoidal

125 Bypass type Static and electro mechanic

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36

126 Transfer time Zero

127 UPS Module 100 kVA

128 UPS Chassis 120 kVA

13 Input

131 Nominal Voltage

400 V three phase 230V single phase

132 Voltage range -20 +15

133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power

To be furnished by the vender

134 Frequency

50 Hz to 60Hz (autosensing)

135 THDIin lt 3 al 100 of nominal load

136 Power Factor

gt 099 from 50 to 100 of nominal load

141 Output with mains

142 Nominal voltage 400 V three phase

143 Nominal power 100

144 Active power 100

145 Output waveform Sinusoidal

146 Voltage variation (static)

plusmn 1

147 Voltage variation (dynamic 0-100 100-0)

plusmn 1

148 Output voltage variation at unbalance load

plusmn 1

149 Phase displacement-100 unbalance load

120degplusmn 1deg

1410 Short circuit capability 300(p-p) for 1-sec

1411 THDv on nominal power (linear load)

lt 05

1412 THDv on nominal power (not linear load PF=07)

lt 1

1413 Frequency

50 Hz o 60 Hz (autosensing or selectable)

1414

Frequency tolerance Synchronized with input frequency or

plusmn 1 free run

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37

1415 Current Crest Factor

31 accordingly with IEC 62040-3

1416 Overload capability unity PF

bull 5 minutes or higher

bull 30 seconds or higher

110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention

15 Battery

151 Type

Lead Acid sealed free maintenance VRLA

152 Make

Exide Amco Panasonic Amara Raja

153 Model

To be furnished by the vendor

154 Nominal UPS Battery Voltage

252 Volt DC

155

Battery Backup time

30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)

156 Battery charger type

PWM hi efficiency one in each power module

157 Charging Cycle

Intelligent with boost charge and advanced management

159 Required VAH (12V x No of Battery x Battery AH)

Minimum 90000 VAH

1510 Weight of battery

To be furnished by the vendor

1511 Weight of battery cabinet

To be furnished by the vendor

1512 Dimensions of battery cabinet

To be furnished by the vendor

1513 Battery guaranty

2 years or more (free replacement)

16 Environmental specifications

161 Noise level 1m 42 divide 46 dBA

162 Working temperature range

from 0degC to +40degC

163 Stock temperature range

from -20degC to +50degC (excluded batteries)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38

164 Humidity range 20-80 not condensing

165 Protection degree IP21

17 Communication Interface

2 serial port RS232 1 logical level port 4 Dry contacts port

18 External Isolation Transformer required at Input Side

OEM Make 120 kVA

19 Standards

ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3

20 Protection

201 Overload (OL) To be complied [YesNo]

202 Short circuit (SC) To be complied [YesNo]

203 Input low voltage

To be complied [YesNo]

204 Output overvoltage

To be complied [YesNo]

205 Battery overcharging

To be complied [YesNo]

206 Battery over discharging

To be complied [YesNo]

21 Recommended Copper cable size in sq mm

To be furnished by the vendor

22 Recommended breaker rating in Amps

To be furnished by the vendor

23 Rectifier DC voltage ripples

lt1

24 Static bypass arrangement

241 Rated voltage (3 phase with neutral)

400V

242 Voltage variation plusmn20

243 Nominal frequency 50 Hz

244 Maintenance bypass switch

Inbuilt

25 Factory Test Certificate CE ISO 9001 amp ISO 14001

26 UPS Make Emerson Socomec Riello

AROS APC (Schneider) Numeric

27 UPS Model To be furnished by the vendor

28 Dimension and Weight of UPS

To be furnished by the vendor

29 3 years Warranty for total solution offered

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39

2 10 G Switches and Networking (setspackages)

Copper 10g Fiber 10g and FC SAN Switch

6

Features Specifications

Switching Architecture and Performance (Fibre10g Switch)

Interface Required

Minimum 48 ports of 10G SFP+ ports on day 1

Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1

Standards Support

Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC addrress

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies from day 1

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

Features Specifications

Switching Architecture and Performance (copper 10g switch)

Interface Required

Minimum 48 ports of 10GbaseT Rj45 ports

Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

switch should also support Multi-chassis link aggregation (MC-LAG)

Standards Support

Support 100100010GBASE-T copper interfaces 40GBASE QSFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42

8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC address

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

48 Port FC SAN Switch Specifications

SNo Specifications

1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports

2 The switch should support auto-sensing 2 4 8 10 and 16

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44

Gbitsec capabilities

3

The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)

4 The switch should be rack mountable

5 Non disruptive Microcode firmware Upgrades and hot code activation

6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end

7

Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic

8 The Switch should be configured with the Zoning and ISL Licenses

9

The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking

10 Support for web based management and should also support CLI

11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access

12

It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status

13

Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)

14 Should provide enterprise-class availability features such as redundant and hotpluggable components

15 Should have Front-to-back airflow and Back-to-front airflow

16 Port to Port latency should be 700 ns

17 The switch should support Inflight Compression and Encryption

18 The switch should have an option for DC power supply also

3 CablingConduiting

4 officecomputer furniturersquos

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45

(vi) Installation commissioning operationalization and operations (for pre-

determined period)

(vii) Project Management Documentation Project activities like Technical

Reviews Schedule Management and Staff deployment etc

(viii) Cabling conduiting as required

(ix) Office furniturersquos computers

(x) Embedded warranty for 3 years and comprehensive non comprehensive

AMC for 2 years

The complete End to End systems will be supplied installed commissioned and operated

as a turnkey project within pre-decided schedule The system requirements are listed in

Annexure-A

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46

Annexure-C

EOI Response Sheet

Requirement Response

Vendor Information

1 Name of Person and Organisation responsible for the information contained in EOI

2 Postal AddressTelephoneFaxemail address

3 ExperienceExpertise in A Meteorological system development and

deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related

field) E Data storage and management F Software design and development

Attach as required

4 Capability in indigenous development of data reception and processing facility (hardware and software)

Attach as required

5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration

Attach as required

6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure

Attach as required

7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs

Attach as required

8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables

Attach as required

9 Describe any third party alliances relationships and dependencies

10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc

Attach as required

11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules

Attach as required

12 Provide information on proposed methodology of carrying out the work

13 Details of deliverables and services offered as part of the EOI

14 Compliance matrix to the EOI Attach as required

15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc

Attach as required

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47

Annexure-D

GENERAL INSTRUCTIONS FOR EOI

1 We invite your proposal duly signed single part in a sealed envelope marked as

follows

Response to EOI MMDRPS Project

2 EOI Bidder related

21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above

22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them

3 Your EOI response should reach us on or before the due date and time Late

proposals received after the due date and time will not be considered

4 Meeting

In order to provide a better understanding of the requirement it is proposed to have a

meeting with the prospective vendors at ANTRIX Bangalore Vendors who are

desirous to attend the meeting may provide details of the representatives attending

the meeting in advance

5 VendorBidder shall discuss among others system engineering aspects design

optimum utilization of satellitecommunication resources the installation plan amp

methodology operations plan training plan warranty amp comprehensive AMC

methodology acceptance procedures and plans etc

6 Vendor shall prepare a detailed specifications document based on the selected

configurationoptionssystemscommitments and make presentation to ANTRIX The

draft specification document shall also include all aspects described above in para

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48

7 Delivery Schedule

The desired delivery schedule for the complete system is 7 to 8 months from the

placement of the purchase order Bidder shall provide the delivery schedule being

proposed along with milestones (like supply of hardwaresoftware installation testing

amp acceptance etc) in the EOI response

8 Any other system or sub system which is relevant for fulfilling implementation of the

scheme shall be brought to the attention by the vendor and detailed in EOI response

9 The vendor submitting response to this EOI and found technically suitable will only be

issued RFP at a later stage

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49

Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited

(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person

2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources

3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person

under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI

4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to

appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application

5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or

opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this

EOI document

Page 27: EOI for MMDRPS - Antrix Corporation for MMDRPS.pdfelectronics, computers, networking, power systems, furniture/fixtures, installation and commissioning. The proposed system will acquire

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM

18 Power Supply 900 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

11 Central Data Flow Monitoring and Management 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

12 Data Visualisation Nodes 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

13 Backup and HSM Server 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

14 Video Wall 2x2 configuration (LCD and Controller) 2+1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31

A LCD Group Specification Item Detailed Specification

System

Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall

Display technology Liquid Crystal Display

Display size and resolution

The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels

Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001

Architecture

The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime

Signal Interface

Input terminals

1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )

Output terminals 1x Digital DVI-D 1xRS422 RJ-45

Component input compatibility

480i 480P 720P 1080i 1080P

Scan rate Fh 30~75KHz Fv 50~85Hz

Video compatibility NTSC PAL SECAM

Timing compatibility

720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz

User controls

Power control 1 AC power ONOFF switch Wire control RS232C RS422 input

LED indicator System indicator display to show system status

IR remote IR remote OSD style list type OSD format

On Screen display Input selection picture image and tiling should be adjusted using OSD

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32

Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning

OSD Languages English

Wall control amp monitoring

Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience

Electrical AC power input range 90~240VAC 5060Hz 5A max

Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC

System Reliability

Operating temperature 0~40degC Operating relative humidity

20~80

MTBF gt= 50000 hours

B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the

same manufacturer Reputed Company The OEM should be an established

multinational in the field of video walls and should have installations around the world

Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos

Chassis 19rdquo industrial Rack mount Lockable front door to protect drives

Operating System Platform

Window 7- 64 bit

Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD

Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt

Supports Add on copper optical fiber adapters

Input Output supported

Serial ATA LAN

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33

2x RJ45 LAN ports USB 20 port

RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset

Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply

HDD Cooling FAN

LAN ports Scalability Display multiple source windows in any size

anywhere on the wall Control functions Brightness contrast saturation Hue

Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency

power supply AC Voltage 100 - 240V 50-60Hz

Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing

Wall management SW Scaling and display Software tp enable the user to display

multiple sources in any size and anywhere on the display wall

Auto Source Detection Software should support for auto source detection

Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts

Scenarios Software should able to Save and Load desktop layouts from Local or remote machines

Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user

Layout Preveiw Software should support layout preview option

Launch Application Software should be able to support

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34

Integration with 3rd party devices

System should offer interface to enable control from 3rd party devices like Creston AMX etc

Live Preview Software should able to provide live preview of video wall

Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall

Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)

Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere

on the display wall Inside the ticker window font size colour and background can be set

Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker

SNTP System should support SNTP function Protection System should have Hardware License key to

protect the software from unauthorized access

Pre- Qualification Requirements

OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India

(iv) Data Archival system(s) (Raw and Processed)

SN Name of Units No of Units

Centralised Hardware

1 High Speed SSD Storage (50 TB) 1

2 Multi-Tier Data Storage System (1 PB and expandable)

Primary and Secondary each

bull Unified storage device

bull Provision for online replication of luns

bull Provision for Fibre 10g (min 40g)

1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35

bull Provision for expansion should be there

3 LTODisk Based Library 1

4 SIDS terminal along with STB

Minimum 32 inch LED Screens having support for

following

AV HDMI USB RJ-45 along with built in Wifi

STB

Set top box should have programming support

Should have RJ-45 1Gbps and Wifi connectivity

Should have adequate support for python

Should have linux flavoured Operating system and provide

support for protocols like telnet ssh scp and ftp

25

(v) All associated elements like Network(s)LANWAN Powering Systems UPS

Gensets CablingConduiting and officecomputer furniturersquos

1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant

controllers plus batteries for 30 minutes backup)

2

a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis

b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum

VAH 90000)

c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation

Transformer for Input Side (Delta to Star Transformer Required)

Sr No

Description Parameters required

1 General Specifications 11 UPS topology On line double conversion VFI

SS 111 12 Architecture of the UPS Modular scalable redundant

based on Available kVA Power Modules

121 InOut phase Configuration

Three phase-Three phase single phase

122 Neutral Neutral Passing through

123 Output wave form on mains run

Sinusoidal

124 Output wave form on battery run

Sinusoidal

125 Bypass type Static and electro mechanic

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36

126 Transfer time Zero

127 UPS Module 100 kVA

128 UPS Chassis 120 kVA

13 Input

131 Nominal Voltage

400 V three phase 230V single phase

132 Voltage range -20 +15

133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power

To be furnished by the vender

134 Frequency

50 Hz to 60Hz (autosensing)

135 THDIin lt 3 al 100 of nominal load

136 Power Factor

gt 099 from 50 to 100 of nominal load

141 Output with mains

142 Nominal voltage 400 V three phase

143 Nominal power 100

144 Active power 100

145 Output waveform Sinusoidal

146 Voltage variation (static)

plusmn 1

147 Voltage variation (dynamic 0-100 100-0)

plusmn 1

148 Output voltage variation at unbalance load

plusmn 1

149 Phase displacement-100 unbalance load

120degplusmn 1deg

1410 Short circuit capability 300(p-p) for 1-sec

1411 THDv on nominal power (linear load)

lt 05

1412 THDv on nominal power (not linear load PF=07)

lt 1

1413 Frequency

50 Hz o 60 Hz (autosensing or selectable)

1414

Frequency tolerance Synchronized with input frequency or

plusmn 1 free run

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37

1415 Current Crest Factor

31 accordingly with IEC 62040-3

1416 Overload capability unity PF

bull 5 minutes or higher

bull 30 seconds or higher

110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention

15 Battery

151 Type

Lead Acid sealed free maintenance VRLA

152 Make

Exide Amco Panasonic Amara Raja

153 Model

To be furnished by the vendor

154 Nominal UPS Battery Voltage

252 Volt DC

155

Battery Backup time

30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)

156 Battery charger type

PWM hi efficiency one in each power module

157 Charging Cycle

Intelligent with boost charge and advanced management

159 Required VAH (12V x No of Battery x Battery AH)

Minimum 90000 VAH

1510 Weight of battery

To be furnished by the vendor

1511 Weight of battery cabinet

To be furnished by the vendor

1512 Dimensions of battery cabinet

To be furnished by the vendor

1513 Battery guaranty

2 years or more (free replacement)

16 Environmental specifications

161 Noise level 1m 42 divide 46 dBA

162 Working temperature range

from 0degC to +40degC

163 Stock temperature range

from -20degC to +50degC (excluded batteries)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38

164 Humidity range 20-80 not condensing

165 Protection degree IP21

17 Communication Interface

2 serial port RS232 1 logical level port 4 Dry contacts port

18 External Isolation Transformer required at Input Side

OEM Make 120 kVA

19 Standards

ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3

20 Protection

201 Overload (OL) To be complied [YesNo]

202 Short circuit (SC) To be complied [YesNo]

203 Input low voltage

To be complied [YesNo]

204 Output overvoltage

To be complied [YesNo]

205 Battery overcharging

To be complied [YesNo]

206 Battery over discharging

To be complied [YesNo]

21 Recommended Copper cable size in sq mm

To be furnished by the vendor

22 Recommended breaker rating in Amps

To be furnished by the vendor

23 Rectifier DC voltage ripples

lt1

24 Static bypass arrangement

241 Rated voltage (3 phase with neutral)

400V

242 Voltage variation plusmn20

243 Nominal frequency 50 Hz

244 Maintenance bypass switch

Inbuilt

25 Factory Test Certificate CE ISO 9001 amp ISO 14001

26 UPS Make Emerson Socomec Riello

AROS APC (Schneider) Numeric

27 UPS Model To be furnished by the vendor

28 Dimension and Weight of UPS

To be furnished by the vendor

29 3 years Warranty for total solution offered

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39

2 10 G Switches and Networking (setspackages)

Copper 10g Fiber 10g and FC SAN Switch

6

Features Specifications

Switching Architecture and Performance (Fibre10g Switch)

Interface Required

Minimum 48 ports of 10G SFP+ ports on day 1

Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1

Standards Support

Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC addrress

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies from day 1

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

Features Specifications

Switching Architecture and Performance (copper 10g switch)

Interface Required

Minimum 48 ports of 10GbaseT Rj45 ports

Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

switch should also support Multi-chassis link aggregation (MC-LAG)

Standards Support

Support 100100010GBASE-T copper interfaces 40GBASE QSFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42

8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC address

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

48 Port FC SAN Switch Specifications

SNo Specifications

1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports

2 The switch should support auto-sensing 2 4 8 10 and 16

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44

Gbitsec capabilities

3

The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)

4 The switch should be rack mountable

5 Non disruptive Microcode firmware Upgrades and hot code activation

6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end

7

Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic

8 The Switch should be configured with the Zoning and ISL Licenses

9

The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking

10 Support for web based management and should also support CLI

11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access

12

It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status

13

Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)

14 Should provide enterprise-class availability features such as redundant and hotpluggable components

15 Should have Front-to-back airflow and Back-to-front airflow

16 Port to Port latency should be 700 ns

17 The switch should support Inflight Compression and Encryption

18 The switch should have an option for DC power supply also

3 CablingConduiting

4 officecomputer furniturersquos

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45

(vi) Installation commissioning operationalization and operations (for pre-

determined period)

(vii) Project Management Documentation Project activities like Technical

Reviews Schedule Management and Staff deployment etc

(viii) Cabling conduiting as required

(ix) Office furniturersquos computers

(x) Embedded warranty for 3 years and comprehensive non comprehensive

AMC for 2 years

The complete End to End systems will be supplied installed commissioned and operated

as a turnkey project within pre-decided schedule The system requirements are listed in

Annexure-A

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46

Annexure-C

EOI Response Sheet

Requirement Response

Vendor Information

1 Name of Person and Organisation responsible for the information contained in EOI

2 Postal AddressTelephoneFaxemail address

3 ExperienceExpertise in A Meteorological system development and

deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related

field) E Data storage and management F Software design and development

Attach as required

4 Capability in indigenous development of data reception and processing facility (hardware and software)

Attach as required

5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration

Attach as required

6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure

Attach as required

7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs

Attach as required

8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables

Attach as required

9 Describe any third party alliances relationships and dependencies

10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc

Attach as required

11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules

Attach as required

12 Provide information on proposed methodology of carrying out the work

13 Details of deliverables and services offered as part of the EOI

14 Compliance matrix to the EOI Attach as required

15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc

Attach as required

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47

Annexure-D

GENERAL INSTRUCTIONS FOR EOI

1 We invite your proposal duly signed single part in a sealed envelope marked as

follows

Response to EOI MMDRPS Project

2 EOI Bidder related

21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above

22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them

3 Your EOI response should reach us on or before the due date and time Late

proposals received after the due date and time will not be considered

4 Meeting

In order to provide a better understanding of the requirement it is proposed to have a

meeting with the prospective vendors at ANTRIX Bangalore Vendors who are

desirous to attend the meeting may provide details of the representatives attending

the meeting in advance

5 VendorBidder shall discuss among others system engineering aspects design

optimum utilization of satellitecommunication resources the installation plan amp

methodology operations plan training plan warranty amp comprehensive AMC

methodology acceptance procedures and plans etc

6 Vendor shall prepare a detailed specifications document based on the selected

configurationoptionssystemscommitments and make presentation to ANTRIX The

draft specification document shall also include all aspects described above in para

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48

7 Delivery Schedule

The desired delivery schedule for the complete system is 7 to 8 months from the

placement of the purchase order Bidder shall provide the delivery schedule being

proposed along with milestones (like supply of hardwaresoftware installation testing

amp acceptance etc) in the EOI response

8 Any other system or sub system which is relevant for fulfilling implementation of the

scheme shall be brought to the attention by the vendor and detailed in EOI response

9 The vendor submitting response to this EOI and found technically suitable will only be

issued RFP at a later stage

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49

Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited

(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person

2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources

3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person

under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI

4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to

appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application

5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or

opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this

EOI document

Page 28: EOI for MMDRPS - Antrix Corporation for MMDRPS.pdfelectronics, computers, networking, power systems, furniture/fixtures, installation and commissioning. The proposed system will acquire

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

12 Data Visualisation Nodes 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

13 Backup and HSM Server 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

14 Video Wall 2x2 configuration (LCD and Controller) 2+1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31

A LCD Group Specification Item Detailed Specification

System

Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall

Display technology Liquid Crystal Display

Display size and resolution

The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels

Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001

Architecture

The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime

Signal Interface

Input terminals

1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )

Output terminals 1x Digital DVI-D 1xRS422 RJ-45

Component input compatibility

480i 480P 720P 1080i 1080P

Scan rate Fh 30~75KHz Fv 50~85Hz

Video compatibility NTSC PAL SECAM

Timing compatibility

720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz

User controls

Power control 1 AC power ONOFF switch Wire control RS232C RS422 input

LED indicator System indicator display to show system status

IR remote IR remote OSD style list type OSD format

On Screen display Input selection picture image and tiling should be adjusted using OSD

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32

Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning

OSD Languages English

Wall control amp monitoring

Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience

Electrical AC power input range 90~240VAC 5060Hz 5A max

Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC

System Reliability

Operating temperature 0~40degC Operating relative humidity

20~80

MTBF gt= 50000 hours

B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the

same manufacturer Reputed Company The OEM should be an established

multinational in the field of video walls and should have installations around the world

Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos

Chassis 19rdquo industrial Rack mount Lockable front door to protect drives

Operating System Platform

Window 7- 64 bit

Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD

Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt

Supports Add on copper optical fiber adapters

Input Output supported

Serial ATA LAN

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33

2x RJ45 LAN ports USB 20 port

RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset

Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply

HDD Cooling FAN

LAN ports Scalability Display multiple source windows in any size

anywhere on the wall Control functions Brightness contrast saturation Hue

Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency

power supply AC Voltage 100 - 240V 50-60Hz

Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing

Wall management SW Scaling and display Software tp enable the user to display

multiple sources in any size and anywhere on the display wall

Auto Source Detection Software should support for auto source detection

Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts

Scenarios Software should able to Save and Load desktop layouts from Local or remote machines

Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user

Layout Preveiw Software should support layout preview option

Launch Application Software should be able to support

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34

Integration with 3rd party devices

System should offer interface to enable control from 3rd party devices like Creston AMX etc

Live Preview Software should able to provide live preview of video wall

Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall

Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)

Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere

on the display wall Inside the ticker window font size colour and background can be set

Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker

SNTP System should support SNTP function Protection System should have Hardware License key to

protect the software from unauthorized access

Pre- Qualification Requirements

OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India

(iv) Data Archival system(s) (Raw and Processed)

SN Name of Units No of Units

Centralised Hardware

1 High Speed SSD Storage (50 TB) 1

2 Multi-Tier Data Storage System (1 PB and expandable)

Primary and Secondary each

bull Unified storage device

bull Provision for online replication of luns

bull Provision for Fibre 10g (min 40g)

1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35

bull Provision for expansion should be there

3 LTODisk Based Library 1

4 SIDS terminal along with STB

Minimum 32 inch LED Screens having support for

following

AV HDMI USB RJ-45 along with built in Wifi

STB

Set top box should have programming support

Should have RJ-45 1Gbps and Wifi connectivity

Should have adequate support for python

Should have linux flavoured Operating system and provide

support for protocols like telnet ssh scp and ftp

25

(v) All associated elements like Network(s)LANWAN Powering Systems UPS

Gensets CablingConduiting and officecomputer furniturersquos

1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant

controllers plus batteries for 30 minutes backup)

2

a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis

b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum

VAH 90000)

c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation

Transformer for Input Side (Delta to Star Transformer Required)

Sr No

Description Parameters required

1 General Specifications 11 UPS topology On line double conversion VFI

SS 111 12 Architecture of the UPS Modular scalable redundant

based on Available kVA Power Modules

121 InOut phase Configuration

Three phase-Three phase single phase

122 Neutral Neutral Passing through

123 Output wave form on mains run

Sinusoidal

124 Output wave form on battery run

Sinusoidal

125 Bypass type Static and electro mechanic

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36

126 Transfer time Zero

127 UPS Module 100 kVA

128 UPS Chassis 120 kVA

13 Input

131 Nominal Voltage

400 V three phase 230V single phase

132 Voltage range -20 +15

133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power

To be furnished by the vender

134 Frequency

50 Hz to 60Hz (autosensing)

135 THDIin lt 3 al 100 of nominal load

136 Power Factor

gt 099 from 50 to 100 of nominal load

141 Output with mains

142 Nominal voltage 400 V three phase

143 Nominal power 100

144 Active power 100

145 Output waveform Sinusoidal

146 Voltage variation (static)

plusmn 1

147 Voltage variation (dynamic 0-100 100-0)

plusmn 1

148 Output voltage variation at unbalance load

plusmn 1

149 Phase displacement-100 unbalance load

120degplusmn 1deg

1410 Short circuit capability 300(p-p) for 1-sec

1411 THDv on nominal power (linear load)

lt 05

1412 THDv on nominal power (not linear load PF=07)

lt 1

1413 Frequency

50 Hz o 60 Hz (autosensing or selectable)

1414

Frequency tolerance Synchronized with input frequency or

plusmn 1 free run

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37

1415 Current Crest Factor

31 accordingly with IEC 62040-3

1416 Overload capability unity PF

bull 5 minutes or higher

bull 30 seconds or higher

110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention

15 Battery

151 Type

Lead Acid sealed free maintenance VRLA

152 Make

Exide Amco Panasonic Amara Raja

153 Model

To be furnished by the vendor

154 Nominal UPS Battery Voltage

252 Volt DC

155

Battery Backup time

30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)

156 Battery charger type

PWM hi efficiency one in each power module

157 Charging Cycle

Intelligent with boost charge and advanced management

159 Required VAH (12V x No of Battery x Battery AH)

Minimum 90000 VAH

1510 Weight of battery

To be furnished by the vendor

1511 Weight of battery cabinet

To be furnished by the vendor

1512 Dimensions of battery cabinet

To be furnished by the vendor

1513 Battery guaranty

2 years or more (free replacement)

16 Environmental specifications

161 Noise level 1m 42 divide 46 dBA

162 Working temperature range

from 0degC to +40degC

163 Stock temperature range

from -20degC to +50degC (excluded batteries)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38

164 Humidity range 20-80 not condensing

165 Protection degree IP21

17 Communication Interface

2 serial port RS232 1 logical level port 4 Dry contacts port

18 External Isolation Transformer required at Input Side

OEM Make 120 kVA

19 Standards

ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3

20 Protection

201 Overload (OL) To be complied [YesNo]

202 Short circuit (SC) To be complied [YesNo]

203 Input low voltage

To be complied [YesNo]

204 Output overvoltage

To be complied [YesNo]

205 Battery overcharging

To be complied [YesNo]

206 Battery over discharging

To be complied [YesNo]

21 Recommended Copper cable size in sq mm

To be furnished by the vendor

22 Recommended breaker rating in Amps

To be furnished by the vendor

23 Rectifier DC voltage ripples

lt1

24 Static bypass arrangement

241 Rated voltage (3 phase with neutral)

400V

242 Voltage variation plusmn20

243 Nominal frequency 50 Hz

244 Maintenance bypass switch

Inbuilt

25 Factory Test Certificate CE ISO 9001 amp ISO 14001

26 UPS Make Emerson Socomec Riello

AROS APC (Schneider) Numeric

27 UPS Model To be furnished by the vendor

28 Dimension and Weight of UPS

To be furnished by the vendor

29 3 years Warranty for total solution offered

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39

2 10 G Switches and Networking (setspackages)

Copper 10g Fiber 10g and FC SAN Switch

6

Features Specifications

Switching Architecture and Performance (Fibre10g Switch)

Interface Required

Minimum 48 ports of 10G SFP+ ports on day 1

Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1

Standards Support

Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC addrress

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies from day 1

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

Features Specifications

Switching Architecture and Performance (copper 10g switch)

Interface Required

Minimum 48 ports of 10GbaseT Rj45 ports

Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

switch should also support Multi-chassis link aggregation (MC-LAG)

Standards Support

Support 100100010GBASE-T copper interfaces 40GBASE QSFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42

8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC address

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

48 Port FC SAN Switch Specifications

SNo Specifications

1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports

2 The switch should support auto-sensing 2 4 8 10 and 16

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44

Gbitsec capabilities

3

The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)

4 The switch should be rack mountable

5 Non disruptive Microcode firmware Upgrades and hot code activation

6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end

7

Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic

8 The Switch should be configured with the Zoning and ISL Licenses

9

The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking

10 Support for web based management and should also support CLI

11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access

12

It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status

13

Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)

14 Should provide enterprise-class availability features such as redundant and hotpluggable components

15 Should have Front-to-back airflow and Back-to-front airflow

16 Port to Port latency should be 700 ns

17 The switch should support Inflight Compression and Encryption

18 The switch should have an option for DC power supply also

3 CablingConduiting

4 officecomputer furniturersquos

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45

(vi) Installation commissioning operationalization and operations (for pre-

determined period)

(vii) Project Management Documentation Project activities like Technical

Reviews Schedule Management and Staff deployment etc

(viii) Cabling conduiting as required

(ix) Office furniturersquos computers

(x) Embedded warranty for 3 years and comprehensive non comprehensive

AMC for 2 years

The complete End to End systems will be supplied installed commissioned and operated

as a turnkey project within pre-decided schedule The system requirements are listed in

Annexure-A

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46

Annexure-C

EOI Response Sheet

Requirement Response

Vendor Information

1 Name of Person and Organisation responsible for the information contained in EOI

2 Postal AddressTelephoneFaxemail address

3 ExperienceExpertise in A Meteorological system development and

deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related

field) E Data storage and management F Software design and development

Attach as required

4 Capability in indigenous development of data reception and processing facility (hardware and software)

Attach as required

5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration

Attach as required

6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure

Attach as required

7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs

Attach as required

8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables

Attach as required

9 Describe any third party alliances relationships and dependencies

10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc

Attach as required

11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules

Attach as required

12 Provide information on proposed methodology of carrying out the work

13 Details of deliverables and services offered as part of the EOI

14 Compliance matrix to the EOI Attach as required

15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc

Attach as required

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47

Annexure-D

GENERAL INSTRUCTIONS FOR EOI

1 We invite your proposal duly signed single part in a sealed envelope marked as

follows

Response to EOI MMDRPS Project

2 EOI Bidder related

21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above

22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them

3 Your EOI response should reach us on or before the due date and time Late

proposals received after the due date and time will not be considered

4 Meeting

In order to provide a better understanding of the requirement it is proposed to have a

meeting with the prospective vendors at ANTRIX Bangalore Vendors who are

desirous to attend the meeting may provide details of the representatives attending

the meeting in advance

5 VendorBidder shall discuss among others system engineering aspects design

optimum utilization of satellitecommunication resources the installation plan amp

methodology operations plan training plan warranty amp comprehensive AMC

methodology acceptance procedures and plans etc

6 Vendor shall prepare a detailed specifications document based on the selected

configurationoptionssystemscommitments and make presentation to ANTRIX The

draft specification document shall also include all aspects described above in para

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48

7 Delivery Schedule

The desired delivery schedule for the complete system is 7 to 8 months from the

placement of the purchase order Bidder shall provide the delivery schedule being

proposed along with milestones (like supply of hardwaresoftware installation testing

amp acceptance etc) in the EOI response

8 Any other system or sub system which is relevant for fulfilling implementation of the

scheme shall be brought to the attention by the vendor and detailed in EOI response

9 The vendor submitting response to this EOI and found technically suitable will only be

issued RFP at a later stage

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49

Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited

(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person

2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources

3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person

under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI

4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to

appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application

5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or

opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this

EOI document

Page 29: EOI for MMDRPS - Antrix Corporation for MMDRPS.pdfelectronics, computers, networking, power systems, furniture/fixtures, installation and commissioning. The proposed system will acquire

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

13 Backup and HSM Server 2

SN Item Description 1 Make amp Model

2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)

3 Chipset and Motherboard

Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

14 Video Wall 2x2 configuration (LCD and Controller) 2+1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31

A LCD Group Specification Item Detailed Specification

System

Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall

Display technology Liquid Crystal Display

Display size and resolution

The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels

Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001

Architecture

The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime

Signal Interface

Input terminals

1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )

Output terminals 1x Digital DVI-D 1xRS422 RJ-45

Component input compatibility

480i 480P 720P 1080i 1080P

Scan rate Fh 30~75KHz Fv 50~85Hz

Video compatibility NTSC PAL SECAM

Timing compatibility

720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz

User controls

Power control 1 AC power ONOFF switch Wire control RS232C RS422 input

LED indicator System indicator display to show system status

IR remote IR remote OSD style list type OSD format

On Screen display Input selection picture image and tiling should be adjusted using OSD

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32

Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning

OSD Languages English

Wall control amp monitoring

Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience

Electrical AC power input range 90~240VAC 5060Hz 5A max

Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC

System Reliability

Operating temperature 0~40degC Operating relative humidity

20~80

MTBF gt= 50000 hours

B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the

same manufacturer Reputed Company The OEM should be an established

multinational in the field of video walls and should have installations around the world

Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos

Chassis 19rdquo industrial Rack mount Lockable front door to protect drives

Operating System Platform

Window 7- 64 bit

Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD

Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt

Supports Add on copper optical fiber adapters

Input Output supported

Serial ATA LAN

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33

2x RJ45 LAN ports USB 20 port

RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset

Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply

HDD Cooling FAN

LAN ports Scalability Display multiple source windows in any size

anywhere on the wall Control functions Brightness contrast saturation Hue

Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency

power supply AC Voltage 100 - 240V 50-60Hz

Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing

Wall management SW Scaling and display Software tp enable the user to display

multiple sources in any size and anywhere on the display wall

Auto Source Detection Software should support for auto source detection

Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts

Scenarios Software should able to Save and Load desktop layouts from Local or remote machines

Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user

Layout Preveiw Software should support layout preview option

Launch Application Software should be able to support

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34

Integration with 3rd party devices

System should offer interface to enable control from 3rd party devices like Creston AMX etc

Live Preview Software should able to provide live preview of video wall

Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall

Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)

Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere

on the display wall Inside the ticker window font size colour and background can be set

Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker

SNTP System should support SNTP function Protection System should have Hardware License key to

protect the software from unauthorized access

Pre- Qualification Requirements

OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India

(iv) Data Archival system(s) (Raw and Processed)

SN Name of Units No of Units

Centralised Hardware

1 High Speed SSD Storage (50 TB) 1

2 Multi-Tier Data Storage System (1 PB and expandable)

Primary and Secondary each

bull Unified storage device

bull Provision for online replication of luns

bull Provision for Fibre 10g (min 40g)

1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35

bull Provision for expansion should be there

3 LTODisk Based Library 1

4 SIDS terminal along with STB

Minimum 32 inch LED Screens having support for

following

AV HDMI USB RJ-45 along with built in Wifi

STB

Set top box should have programming support

Should have RJ-45 1Gbps and Wifi connectivity

Should have adequate support for python

Should have linux flavoured Operating system and provide

support for protocols like telnet ssh scp and ftp

25

(v) All associated elements like Network(s)LANWAN Powering Systems UPS

Gensets CablingConduiting and officecomputer furniturersquos

1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant

controllers plus batteries for 30 minutes backup)

2

a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis

b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum

VAH 90000)

c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation

Transformer for Input Side (Delta to Star Transformer Required)

Sr No

Description Parameters required

1 General Specifications 11 UPS topology On line double conversion VFI

SS 111 12 Architecture of the UPS Modular scalable redundant

based on Available kVA Power Modules

121 InOut phase Configuration

Three phase-Three phase single phase

122 Neutral Neutral Passing through

123 Output wave form on mains run

Sinusoidal

124 Output wave form on battery run

Sinusoidal

125 Bypass type Static and electro mechanic

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36

126 Transfer time Zero

127 UPS Module 100 kVA

128 UPS Chassis 120 kVA

13 Input

131 Nominal Voltage

400 V three phase 230V single phase

132 Voltage range -20 +15

133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power

To be furnished by the vender

134 Frequency

50 Hz to 60Hz (autosensing)

135 THDIin lt 3 al 100 of nominal load

136 Power Factor

gt 099 from 50 to 100 of nominal load

141 Output with mains

142 Nominal voltage 400 V three phase

143 Nominal power 100

144 Active power 100

145 Output waveform Sinusoidal

146 Voltage variation (static)

plusmn 1

147 Voltage variation (dynamic 0-100 100-0)

plusmn 1

148 Output voltage variation at unbalance load

plusmn 1

149 Phase displacement-100 unbalance load

120degplusmn 1deg

1410 Short circuit capability 300(p-p) for 1-sec

1411 THDv on nominal power (linear load)

lt 05

1412 THDv on nominal power (not linear load PF=07)

lt 1

1413 Frequency

50 Hz o 60 Hz (autosensing or selectable)

1414

Frequency tolerance Synchronized with input frequency or

plusmn 1 free run

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37

1415 Current Crest Factor

31 accordingly with IEC 62040-3

1416 Overload capability unity PF

bull 5 minutes or higher

bull 30 seconds or higher

110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention

15 Battery

151 Type

Lead Acid sealed free maintenance VRLA

152 Make

Exide Amco Panasonic Amara Raja

153 Model

To be furnished by the vendor

154 Nominal UPS Battery Voltage

252 Volt DC

155

Battery Backup time

30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)

156 Battery charger type

PWM hi efficiency one in each power module

157 Charging Cycle

Intelligent with boost charge and advanced management

159 Required VAH (12V x No of Battery x Battery AH)

Minimum 90000 VAH

1510 Weight of battery

To be furnished by the vendor

1511 Weight of battery cabinet

To be furnished by the vendor

1512 Dimensions of battery cabinet

To be furnished by the vendor

1513 Battery guaranty

2 years or more (free replacement)

16 Environmental specifications

161 Noise level 1m 42 divide 46 dBA

162 Working temperature range

from 0degC to +40degC

163 Stock temperature range

from -20degC to +50degC (excluded batteries)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38

164 Humidity range 20-80 not condensing

165 Protection degree IP21

17 Communication Interface

2 serial port RS232 1 logical level port 4 Dry contacts port

18 External Isolation Transformer required at Input Side

OEM Make 120 kVA

19 Standards

ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3

20 Protection

201 Overload (OL) To be complied [YesNo]

202 Short circuit (SC) To be complied [YesNo]

203 Input low voltage

To be complied [YesNo]

204 Output overvoltage

To be complied [YesNo]

205 Battery overcharging

To be complied [YesNo]

206 Battery over discharging

To be complied [YesNo]

21 Recommended Copper cable size in sq mm

To be furnished by the vendor

22 Recommended breaker rating in Amps

To be furnished by the vendor

23 Rectifier DC voltage ripples

lt1

24 Static bypass arrangement

241 Rated voltage (3 phase with neutral)

400V

242 Voltage variation plusmn20

243 Nominal frequency 50 Hz

244 Maintenance bypass switch

Inbuilt

25 Factory Test Certificate CE ISO 9001 amp ISO 14001

26 UPS Make Emerson Socomec Riello

AROS APC (Schneider) Numeric

27 UPS Model To be furnished by the vendor

28 Dimension and Weight of UPS

To be furnished by the vendor

29 3 years Warranty for total solution offered

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39

2 10 G Switches and Networking (setspackages)

Copper 10g Fiber 10g and FC SAN Switch

6

Features Specifications

Switching Architecture and Performance (Fibre10g Switch)

Interface Required

Minimum 48 ports of 10G SFP+ ports on day 1

Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1

Standards Support

Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC addrress

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies from day 1

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

Features Specifications

Switching Architecture and Performance (copper 10g switch)

Interface Required

Minimum 48 ports of 10GbaseT Rj45 ports

Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

switch should also support Multi-chassis link aggregation (MC-LAG)

Standards Support

Support 100100010GBASE-T copper interfaces 40GBASE QSFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42

8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC address

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

48 Port FC SAN Switch Specifications

SNo Specifications

1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports

2 The switch should support auto-sensing 2 4 8 10 and 16

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44

Gbitsec capabilities

3

The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)

4 The switch should be rack mountable

5 Non disruptive Microcode firmware Upgrades and hot code activation

6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end

7

Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic

8 The Switch should be configured with the Zoning and ISL Licenses

9

The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking

10 Support for web based management and should also support CLI

11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access

12

It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status

13

Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)

14 Should provide enterprise-class availability features such as redundant and hotpluggable components

15 Should have Front-to-back airflow and Back-to-front airflow

16 Port to Port latency should be 700 ns

17 The switch should support Inflight Compression and Encryption

18 The switch should have an option for DC power supply also

3 CablingConduiting

4 officecomputer furniturersquos

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45

(vi) Installation commissioning operationalization and operations (for pre-

determined period)

(vii) Project Management Documentation Project activities like Technical

Reviews Schedule Management and Staff deployment etc

(viii) Cabling conduiting as required

(ix) Office furniturersquos computers

(x) Embedded warranty for 3 years and comprehensive non comprehensive

AMC for 2 years

The complete End to End systems will be supplied installed commissioned and operated

as a turnkey project within pre-decided schedule The system requirements are listed in

Annexure-A

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46

Annexure-C

EOI Response Sheet

Requirement Response

Vendor Information

1 Name of Person and Organisation responsible for the information contained in EOI

2 Postal AddressTelephoneFaxemail address

3 ExperienceExpertise in A Meteorological system development and

deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related

field) E Data storage and management F Software design and development

Attach as required

4 Capability in indigenous development of data reception and processing facility (hardware and software)

Attach as required

5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration

Attach as required

6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure

Attach as required

7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs

Attach as required

8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables

Attach as required

9 Describe any third party alliances relationships and dependencies

10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc

Attach as required

11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules

Attach as required

12 Provide information on proposed methodology of carrying out the work

13 Details of deliverables and services offered as part of the EOI

14 Compliance matrix to the EOI Attach as required

15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc

Attach as required

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47

Annexure-D

GENERAL INSTRUCTIONS FOR EOI

1 We invite your proposal duly signed single part in a sealed envelope marked as

follows

Response to EOI MMDRPS Project

2 EOI Bidder related

21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above

22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them

3 Your EOI response should reach us on or before the due date and time Late

proposals received after the due date and time will not be considered

4 Meeting

In order to provide a better understanding of the requirement it is proposed to have a

meeting with the prospective vendors at ANTRIX Bangalore Vendors who are

desirous to attend the meeting may provide details of the representatives attending

the meeting in advance

5 VendorBidder shall discuss among others system engineering aspects design

optimum utilization of satellitecommunication resources the installation plan amp

methodology operations plan training plan warranty amp comprehensive AMC

methodology acceptance procedures and plans etc

6 Vendor shall prepare a detailed specifications document based on the selected

configurationoptionssystemscommitments and make presentation to ANTRIX The

draft specification document shall also include all aspects described above in para

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48

7 Delivery Schedule

The desired delivery schedule for the complete system is 7 to 8 months from the

placement of the purchase order Bidder shall provide the delivery schedule being

proposed along with milestones (like supply of hardwaresoftware installation testing

amp acceptance etc) in the EOI response

8 Any other system or sub system which is relevant for fulfilling implementation of the

scheme shall be brought to the attention by the vendor and detailed in EOI response

9 The vendor submitting response to this EOI and found technically suitable will only be

issued RFP at a later stage

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49

Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited

(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person

2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources

3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person

under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI

4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to

appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application

5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or

opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this

EOI document

Page 30: EOI for MMDRPS - Antrix Corporation for MMDRPS.pdfelectronics, computers, networking, power systems, furniture/fixtures, installation and commissioning. The proposed system will acquire

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30

4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz

5 HDD 2 nos 4TB 72K rpm HDDs

6 Drive Controller

Integrated SATA 6Gbs controller RAID 015 capable

7 Optical Storage

DVD ROM DVD+-RW

8 Bays Minimum 2 nos HDD additional capacity

9 Video Card NVIDIA Quadro P4000 8 GB Memory

10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min

11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker

12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port

13 Audio Integrated Audio

14 Keyboard Standard USB Keyboard from Same OEM

15 Mouse Standard USB Optical Scroll Mouse from same OEM

16 Form Factor Tower

17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -

18 Power Supply 1300 W minimum 80 efficiency

19 Bundle Software

System Health monitoring available with hardware

20 Warranty 3 year comprehensive onsite warranty for HW and OS

21 OS Redhat Linux Workstation 7x 3 years subscription

22 OS Certification

Windows 8RedHat

23 Application Certification(At least one from each category is mandatory

i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran

14 Video Wall 2x2 configuration (LCD and Controller) 2+1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31

A LCD Group Specification Item Detailed Specification

System

Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall

Display technology Liquid Crystal Display

Display size and resolution

The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels

Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001

Architecture

The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime

Signal Interface

Input terminals

1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )

Output terminals 1x Digital DVI-D 1xRS422 RJ-45

Component input compatibility

480i 480P 720P 1080i 1080P

Scan rate Fh 30~75KHz Fv 50~85Hz

Video compatibility NTSC PAL SECAM

Timing compatibility

720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz

User controls

Power control 1 AC power ONOFF switch Wire control RS232C RS422 input

LED indicator System indicator display to show system status

IR remote IR remote OSD style list type OSD format

On Screen display Input selection picture image and tiling should be adjusted using OSD

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32

Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning

OSD Languages English

Wall control amp monitoring

Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience

Electrical AC power input range 90~240VAC 5060Hz 5A max

Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC

System Reliability

Operating temperature 0~40degC Operating relative humidity

20~80

MTBF gt= 50000 hours

B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the

same manufacturer Reputed Company The OEM should be an established

multinational in the field of video walls and should have installations around the world

Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos

Chassis 19rdquo industrial Rack mount Lockable front door to protect drives

Operating System Platform

Window 7- 64 bit

Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD

Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt

Supports Add on copper optical fiber adapters

Input Output supported

Serial ATA LAN

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33

2x RJ45 LAN ports USB 20 port

RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset

Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply

HDD Cooling FAN

LAN ports Scalability Display multiple source windows in any size

anywhere on the wall Control functions Brightness contrast saturation Hue

Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency

power supply AC Voltage 100 - 240V 50-60Hz

Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing

Wall management SW Scaling and display Software tp enable the user to display

multiple sources in any size and anywhere on the display wall

Auto Source Detection Software should support for auto source detection

Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts

Scenarios Software should able to Save and Load desktop layouts from Local or remote machines

Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user

Layout Preveiw Software should support layout preview option

Launch Application Software should be able to support

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34

Integration with 3rd party devices

System should offer interface to enable control from 3rd party devices like Creston AMX etc

Live Preview Software should able to provide live preview of video wall

Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall

Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)

Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere

on the display wall Inside the ticker window font size colour and background can be set

Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker

SNTP System should support SNTP function Protection System should have Hardware License key to

protect the software from unauthorized access

Pre- Qualification Requirements

OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India

(iv) Data Archival system(s) (Raw and Processed)

SN Name of Units No of Units

Centralised Hardware

1 High Speed SSD Storage (50 TB) 1

2 Multi-Tier Data Storage System (1 PB and expandable)

Primary and Secondary each

bull Unified storage device

bull Provision for online replication of luns

bull Provision for Fibre 10g (min 40g)

1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35

bull Provision for expansion should be there

3 LTODisk Based Library 1

4 SIDS terminal along with STB

Minimum 32 inch LED Screens having support for

following

AV HDMI USB RJ-45 along with built in Wifi

STB

Set top box should have programming support

Should have RJ-45 1Gbps and Wifi connectivity

Should have adequate support for python

Should have linux flavoured Operating system and provide

support for protocols like telnet ssh scp and ftp

25

(v) All associated elements like Network(s)LANWAN Powering Systems UPS

Gensets CablingConduiting and officecomputer furniturersquos

1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant

controllers plus batteries for 30 minutes backup)

2

a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis

b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum

VAH 90000)

c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation

Transformer for Input Side (Delta to Star Transformer Required)

Sr No

Description Parameters required

1 General Specifications 11 UPS topology On line double conversion VFI

SS 111 12 Architecture of the UPS Modular scalable redundant

based on Available kVA Power Modules

121 InOut phase Configuration

Three phase-Three phase single phase

122 Neutral Neutral Passing through

123 Output wave form on mains run

Sinusoidal

124 Output wave form on battery run

Sinusoidal

125 Bypass type Static and electro mechanic

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36

126 Transfer time Zero

127 UPS Module 100 kVA

128 UPS Chassis 120 kVA

13 Input

131 Nominal Voltage

400 V three phase 230V single phase

132 Voltage range -20 +15

133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power

To be furnished by the vender

134 Frequency

50 Hz to 60Hz (autosensing)

135 THDIin lt 3 al 100 of nominal load

136 Power Factor

gt 099 from 50 to 100 of nominal load

141 Output with mains

142 Nominal voltage 400 V three phase

143 Nominal power 100

144 Active power 100

145 Output waveform Sinusoidal

146 Voltage variation (static)

plusmn 1

147 Voltage variation (dynamic 0-100 100-0)

plusmn 1

148 Output voltage variation at unbalance load

plusmn 1

149 Phase displacement-100 unbalance load

120degplusmn 1deg

1410 Short circuit capability 300(p-p) for 1-sec

1411 THDv on nominal power (linear load)

lt 05

1412 THDv on nominal power (not linear load PF=07)

lt 1

1413 Frequency

50 Hz o 60 Hz (autosensing or selectable)

1414

Frequency tolerance Synchronized with input frequency or

plusmn 1 free run

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37

1415 Current Crest Factor

31 accordingly with IEC 62040-3

1416 Overload capability unity PF

bull 5 minutes or higher

bull 30 seconds or higher

110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention

15 Battery

151 Type

Lead Acid sealed free maintenance VRLA

152 Make

Exide Amco Panasonic Amara Raja

153 Model

To be furnished by the vendor

154 Nominal UPS Battery Voltage

252 Volt DC

155

Battery Backup time

30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)

156 Battery charger type

PWM hi efficiency one in each power module

157 Charging Cycle

Intelligent with boost charge and advanced management

159 Required VAH (12V x No of Battery x Battery AH)

Minimum 90000 VAH

1510 Weight of battery

To be furnished by the vendor

1511 Weight of battery cabinet

To be furnished by the vendor

1512 Dimensions of battery cabinet

To be furnished by the vendor

1513 Battery guaranty

2 years or more (free replacement)

16 Environmental specifications

161 Noise level 1m 42 divide 46 dBA

162 Working temperature range

from 0degC to +40degC

163 Stock temperature range

from -20degC to +50degC (excluded batteries)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38

164 Humidity range 20-80 not condensing

165 Protection degree IP21

17 Communication Interface

2 serial port RS232 1 logical level port 4 Dry contacts port

18 External Isolation Transformer required at Input Side

OEM Make 120 kVA

19 Standards

ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3

20 Protection

201 Overload (OL) To be complied [YesNo]

202 Short circuit (SC) To be complied [YesNo]

203 Input low voltage

To be complied [YesNo]

204 Output overvoltage

To be complied [YesNo]

205 Battery overcharging

To be complied [YesNo]

206 Battery over discharging

To be complied [YesNo]

21 Recommended Copper cable size in sq mm

To be furnished by the vendor

22 Recommended breaker rating in Amps

To be furnished by the vendor

23 Rectifier DC voltage ripples

lt1

24 Static bypass arrangement

241 Rated voltage (3 phase with neutral)

400V

242 Voltage variation plusmn20

243 Nominal frequency 50 Hz

244 Maintenance bypass switch

Inbuilt

25 Factory Test Certificate CE ISO 9001 amp ISO 14001

26 UPS Make Emerson Socomec Riello

AROS APC (Schneider) Numeric

27 UPS Model To be furnished by the vendor

28 Dimension and Weight of UPS

To be furnished by the vendor

29 3 years Warranty for total solution offered

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39

2 10 G Switches and Networking (setspackages)

Copper 10g Fiber 10g and FC SAN Switch

6

Features Specifications

Switching Architecture and Performance (Fibre10g Switch)

Interface Required

Minimum 48 ports of 10G SFP+ ports on day 1

Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1

Standards Support

Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC addrress

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies from day 1

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

Features Specifications

Switching Architecture and Performance (copper 10g switch)

Interface Required

Minimum 48 ports of 10GbaseT Rj45 ports

Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

switch should also support Multi-chassis link aggregation (MC-LAG)

Standards Support

Support 100100010GBASE-T copper interfaces 40GBASE QSFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42

8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC address

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

48 Port FC SAN Switch Specifications

SNo Specifications

1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports

2 The switch should support auto-sensing 2 4 8 10 and 16

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44

Gbitsec capabilities

3

The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)

4 The switch should be rack mountable

5 Non disruptive Microcode firmware Upgrades and hot code activation

6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end

7

Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic

8 The Switch should be configured with the Zoning and ISL Licenses

9

The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking

10 Support for web based management and should also support CLI

11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access

12

It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status

13

Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)

14 Should provide enterprise-class availability features such as redundant and hotpluggable components

15 Should have Front-to-back airflow and Back-to-front airflow

16 Port to Port latency should be 700 ns

17 The switch should support Inflight Compression and Encryption

18 The switch should have an option for DC power supply also

3 CablingConduiting

4 officecomputer furniturersquos

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45

(vi) Installation commissioning operationalization and operations (for pre-

determined period)

(vii) Project Management Documentation Project activities like Technical

Reviews Schedule Management and Staff deployment etc

(viii) Cabling conduiting as required

(ix) Office furniturersquos computers

(x) Embedded warranty for 3 years and comprehensive non comprehensive

AMC for 2 years

The complete End to End systems will be supplied installed commissioned and operated

as a turnkey project within pre-decided schedule The system requirements are listed in

Annexure-A

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46

Annexure-C

EOI Response Sheet

Requirement Response

Vendor Information

1 Name of Person and Organisation responsible for the information contained in EOI

2 Postal AddressTelephoneFaxemail address

3 ExperienceExpertise in A Meteorological system development and

deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related

field) E Data storage and management F Software design and development

Attach as required

4 Capability in indigenous development of data reception and processing facility (hardware and software)

Attach as required

5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration

Attach as required

6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure

Attach as required

7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs

Attach as required

8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables

Attach as required

9 Describe any third party alliances relationships and dependencies

10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc

Attach as required

11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules

Attach as required

12 Provide information on proposed methodology of carrying out the work

13 Details of deliverables and services offered as part of the EOI

14 Compliance matrix to the EOI Attach as required

15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc

Attach as required

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47

Annexure-D

GENERAL INSTRUCTIONS FOR EOI

1 We invite your proposal duly signed single part in a sealed envelope marked as

follows

Response to EOI MMDRPS Project

2 EOI Bidder related

21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above

22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them

3 Your EOI response should reach us on or before the due date and time Late

proposals received after the due date and time will not be considered

4 Meeting

In order to provide a better understanding of the requirement it is proposed to have a

meeting with the prospective vendors at ANTRIX Bangalore Vendors who are

desirous to attend the meeting may provide details of the representatives attending

the meeting in advance

5 VendorBidder shall discuss among others system engineering aspects design

optimum utilization of satellitecommunication resources the installation plan amp

methodology operations plan training plan warranty amp comprehensive AMC

methodology acceptance procedures and plans etc

6 Vendor shall prepare a detailed specifications document based on the selected

configurationoptionssystemscommitments and make presentation to ANTRIX The

draft specification document shall also include all aspects described above in para

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48

7 Delivery Schedule

The desired delivery schedule for the complete system is 7 to 8 months from the

placement of the purchase order Bidder shall provide the delivery schedule being

proposed along with milestones (like supply of hardwaresoftware installation testing

amp acceptance etc) in the EOI response

8 Any other system or sub system which is relevant for fulfilling implementation of the

scheme shall be brought to the attention by the vendor and detailed in EOI response

9 The vendor submitting response to this EOI and found technically suitable will only be

issued RFP at a later stage

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49

Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited

(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person

2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources

3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person

under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI

4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to

appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application

5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or

opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this

EOI document

Page 31: EOI for MMDRPS - Antrix Corporation for MMDRPS.pdfelectronics, computers, networking, power systems, furniture/fixtures, installation and commissioning. The proposed system will acquire

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31

A LCD Group Specification Item Detailed Specification

System

Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall

Display technology Liquid Crystal Display

Display size and resolution

The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels

Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001

Architecture

The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime

Signal Interface

Input terminals

1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )

Output terminals 1x Digital DVI-D 1xRS422 RJ-45

Component input compatibility

480i 480P 720P 1080i 1080P

Scan rate Fh 30~75KHz Fv 50~85Hz

Video compatibility NTSC PAL SECAM

Timing compatibility

720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz

User controls

Power control 1 AC power ONOFF switch Wire control RS232C RS422 input

LED indicator System indicator display to show system status

IR remote IR remote OSD style list type OSD format

On Screen display Input selection picture image and tiling should be adjusted using OSD

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32

Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning

OSD Languages English

Wall control amp monitoring

Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience

Electrical AC power input range 90~240VAC 5060Hz 5A max

Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC

System Reliability

Operating temperature 0~40degC Operating relative humidity

20~80

MTBF gt= 50000 hours

B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the

same manufacturer Reputed Company The OEM should be an established

multinational in the field of video walls and should have installations around the world

Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos

Chassis 19rdquo industrial Rack mount Lockable front door to protect drives

Operating System Platform

Window 7- 64 bit

Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD

Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt

Supports Add on copper optical fiber adapters

Input Output supported

Serial ATA LAN

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33

2x RJ45 LAN ports USB 20 port

RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset

Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply

HDD Cooling FAN

LAN ports Scalability Display multiple source windows in any size

anywhere on the wall Control functions Brightness contrast saturation Hue

Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency

power supply AC Voltage 100 - 240V 50-60Hz

Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing

Wall management SW Scaling and display Software tp enable the user to display

multiple sources in any size and anywhere on the display wall

Auto Source Detection Software should support for auto source detection

Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts

Scenarios Software should able to Save and Load desktop layouts from Local or remote machines

Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user

Layout Preveiw Software should support layout preview option

Launch Application Software should be able to support

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34

Integration with 3rd party devices

System should offer interface to enable control from 3rd party devices like Creston AMX etc

Live Preview Software should able to provide live preview of video wall

Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall

Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)

Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere

on the display wall Inside the ticker window font size colour and background can be set

Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker

SNTP System should support SNTP function Protection System should have Hardware License key to

protect the software from unauthorized access

Pre- Qualification Requirements

OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India

(iv) Data Archival system(s) (Raw and Processed)

SN Name of Units No of Units

Centralised Hardware

1 High Speed SSD Storage (50 TB) 1

2 Multi-Tier Data Storage System (1 PB and expandable)

Primary and Secondary each

bull Unified storage device

bull Provision for online replication of luns

bull Provision for Fibre 10g (min 40g)

1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35

bull Provision for expansion should be there

3 LTODisk Based Library 1

4 SIDS terminal along with STB

Minimum 32 inch LED Screens having support for

following

AV HDMI USB RJ-45 along with built in Wifi

STB

Set top box should have programming support

Should have RJ-45 1Gbps and Wifi connectivity

Should have adequate support for python

Should have linux flavoured Operating system and provide

support for protocols like telnet ssh scp and ftp

25

(v) All associated elements like Network(s)LANWAN Powering Systems UPS

Gensets CablingConduiting and officecomputer furniturersquos

1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant

controllers plus batteries for 30 minutes backup)

2

a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis

b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum

VAH 90000)

c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation

Transformer for Input Side (Delta to Star Transformer Required)

Sr No

Description Parameters required

1 General Specifications 11 UPS topology On line double conversion VFI

SS 111 12 Architecture of the UPS Modular scalable redundant

based on Available kVA Power Modules

121 InOut phase Configuration

Three phase-Three phase single phase

122 Neutral Neutral Passing through

123 Output wave form on mains run

Sinusoidal

124 Output wave form on battery run

Sinusoidal

125 Bypass type Static and electro mechanic

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36

126 Transfer time Zero

127 UPS Module 100 kVA

128 UPS Chassis 120 kVA

13 Input

131 Nominal Voltage

400 V three phase 230V single phase

132 Voltage range -20 +15

133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power

To be furnished by the vender

134 Frequency

50 Hz to 60Hz (autosensing)

135 THDIin lt 3 al 100 of nominal load

136 Power Factor

gt 099 from 50 to 100 of nominal load

141 Output with mains

142 Nominal voltage 400 V three phase

143 Nominal power 100

144 Active power 100

145 Output waveform Sinusoidal

146 Voltage variation (static)

plusmn 1

147 Voltage variation (dynamic 0-100 100-0)

plusmn 1

148 Output voltage variation at unbalance load

plusmn 1

149 Phase displacement-100 unbalance load

120degplusmn 1deg

1410 Short circuit capability 300(p-p) for 1-sec

1411 THDv on nominal power (linear load)

lt 05

1412 THDv on nominal power (not linear load PF=07)

lt 1

1413 Frequency

50 Hz o 60 Hz (autosensing or selectable)

1414

Frequency tolerance Synchronized with input frequency or

plusmn 1 free run

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37

1415 Current Crest Factor

31 accordingly with IEC 62040-3

1416 Overload capability unity PF

bull 5 minutes or higher

bull 30 seconds or higher

110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention

15 Battery

151 Type

Lead Acid sealed free maintenance VRLA

152 Make

Exide Amco Panasonic Amara Raja

153 Model

To be furnished by the vendor

154 Nominal UPS Battery Voltage

252 Volt DC

155

Battery Backup time

30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)

156 Battery charger type

PWM hi efficiency one in each power module

157 Charging Cycle

Intelligent with boost charge and advanced management

159 Required VAH (12V x No of Battery x Battery AH)

Minimum 90000 VAH

1510 Weight of battery

To be furnished by the vendor

1511 Weight of battery cabinet

To be furnished by the vendor

1512 Dimensions of battery cabinet

To be furnished by the vendor

1513 Battery guaranty

2 years or more (free replacement)

16 Environmental specifications

161 Noise level 1m 42 divide 46 dBA

162 Working temperature range

from 0degC to +40degC

163 Stock temperature range

from -20degC to +50degC (excluded batteries)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38

164 Humidity range 20-80 not condensing

165 Protection degree IP21

17 Communication Interface

2 serial port RS232 1 logical level port 4 Dry contacts port

18 External Isolation Transformer required at Input Side

OEM Make 120 kVA

19 Standards

ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3

20 Protection

201 Overload (OL) To be complied [YesNo]

202 Short circuit (SC) To be complied [YesNo]

203 Input low voltage

To be complied [YesNo]

204 Output overvoltage

To be complied [YesNo]

205 Battery overcharging

To be complied [YesNo]

206 Battery over discharging

To be complied [YesNo]

21 Recommended Copper cable size in sq mm

To be furnished by the vendor

22 Recommended breaker rating in Amps

To be furnished by the vendor

23 Rectifier DC voltage ripples

lt1

24 Static bypass arrangement

241 Rated voltage (3 phase with neutral)

400V

242 Voltage variation plusmn20

243 Nominal frequency 50 Hz

244 Maintenance bypass switch

Inbuilt

25 Factory Test Certificate CE ISO 9001 amp ISO 14001

26 UPS Make Emerson Socomec Riello

AROS APC (Schneider) Numeric

27 UPS Model To be furnished by the vendor

28 Dimension and Weight of UPS

To be furnished by the vendor

29 3 years Warranty for total solution offered

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39

2 10 G Switches and Networking (setspackages)

Copper 10g Fiber 10g and FC SAN Switch

6

Features Specifications

Switching Architecture and Performance (Fibre10g Switch)

Interface Required

Minimum 48 ports of 10G SFP+ ports on day 1

Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1

Standards Support

Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC addrress

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies from day 1

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

Features Specifications

Switching Architecture and Performance (copper 10g switch)

Interface Required

Minimum 48 ports of 10GbaseT Rj45 ports

Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

switch should also support Multi-chassis link aggregation (MC-LAG)

Standards Support

Support 100100010GBASE-T copper interfaces 40GBASE QSFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42

8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC address

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

48 Port FC SAN Switch Specifications

SNo Specifications

1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports

2 The switch should support auto-sensing 2 4 8 10 and 16

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44

Gbitsec capabilities

3

The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)

4 The switch should be rack mountable

5 Non disruptive Microcode firmware Upgrades and hot code activation

6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end

7

Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic

8 The Switch should be configured with the Zoning and ISL Licenses

9

The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking

10 Support for web based management and should also support CLI

11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access

12

It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status

13

Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)

14 Should provide enterprise-class availability features such as redundant and hotpluggable components

15 Should have Front-to-back airflow and Back-to-front airflow

16 Port to Port latency should be 700 ns

17 The switch should support Inflight Compression and Encryption

18 The switch should have an option for DC power supply also

3 CablingConduiting

4 officecomputer furniturersquos

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45

(vi) Installation commissioning operationalization and operations (for pre-

determined period)

(vii) Project Management Documentation Project activities like Technical

Reviews Schedule Management and Staff deployment etc

(viii) Cabling conduiting as required

(ix) Office furniturersquos computers

(x) Embedded warranty for 3 years and comprehensive non comprehensive

AMC for 2 years

The complete End to End systems will be supplied installed commissioned and operated

as a turnkey project within pre-decided schedule The system requirements are listed in

Annexure-A

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46

Annexure-C

EOI Response Sheet

Requirement Response

Vendor Information

1 Name of Person and Organisation responsible for the information contained in EOI

2 Postal AddressTelephoneFaxemail address

3 ExperienceExpertise in A Meteorological system development and

deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related

field) E Data storage and management F Software design and development

Attach as required

4 Capability in indigenous development of data reception and processing facility (hardware and software)

Attach as required

5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration

Attach as required

6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure

Attach as required

7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs

Attach as required

8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables

Attach as required

9 Describe any third party alliances relationships and dependencies

10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc

Attach as required

11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules

Attach as required

12 Provide information on proposed methodology of carrying out the work

13 Details of deliverables and services offered as part of the EOI

14 Compliance matrix to the EOI Attach as required

15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc

Attach as required

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47

Annexure-D

GENERAL INSTRUCTIONS FOR EOI

1 We invite your proposal duly signed single part in a sealed envelope marked as

follows

Response to EOI MMDRPS Project

2 EOI Bidder related

21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above

22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them

3 Your EOI response should reach us on or before the due date and time Late

proposals received after the due date and time will not be considered

4 Meeting

In order to provide a better understanding of the requirement it is proposed to have a

meeting with the prospective vendors at ANTRIX Bangalore Vendors who are

desirous to attend the meeting may provide details of the representatives attending

the meeting in advance

5 VendorBidder shall discuss among others system engineering aspects design

optimum utilization of satellitecommunication resources the installation plan amp

methodology operations plan training plan warranty amp comprehensive AMC

methodology acceptance procedures and plans etc

6 Vendor shall prepare a detailed specifications document based on the selected

configurationoptionssystemscommitments and make presentation to ANTRIX The

draft specification document shall also include all aspects described above in para

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48

7 Delivery Schedule

The desired delivery schedule for the complete system is 7 to 8 months from the

placement of the purchase order Bidder shall provide the delivery schedule being

proposed along with milestones (like supply of hardwaresoftware installation testing

amp acceptance etc) in the EOI response

8 Any other system or sub system which is relevant for fulfilling implementation of the

scheme shall be brought to the attention by the vendor and detailed in EOI response

9 The vendor submitting response to this EOI and found technically suitable will only be

issued RFP at a later stage

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49

Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited

(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person

2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources

3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person

under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI

4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to

appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application

5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or

opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this

EOI document

Page 32: EOI for MMDRPS - Antrix Corporation for MMDRPS.pdfelectronics, computers, networking, power systems, furniture/fixtures, installation and commissioning. The proposed system will acquire

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32

Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning

OSD Languages English

Wall control amp monitoring

Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience

Electrical AC power input range 90~240VAC 5060Hz 5A max

Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC

System Reliability

Operating temperature 0~40degC Operating relative humidity

20~80

MTBF gt= 50000 hours

B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the

same manufacturer Reputed Company The OEM should be an established

multinational in the field of video walls and should have installations around the world

Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos

Chassis 19rdquo industrial Rack mount Lockable front door to protect drives

Operating System Platform

Window 7- 64 bit

Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD

Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt

Supports Add on copper optical fiber adapters

Input Output supported

Serial ATA LAN

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33

2x RJ45 LAN ports USB 20 port

RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset

Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply

HDD Cooling FAN

LAN ports Scalability Display multiple source windows in any size

anywhere on the wall Control functions Brightness contrast saturation Hue

Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency

power supply AC Voltage 100 - 240V 50-60Hz

Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing

Wall management SW Scaling and display Software tp enable the user to display

multiple sources in any size and anywhere on the display wall

Auto Source Detection Software should support for auto source detection

Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts

Scenarios Software should able to Save and Load desktop layouts from Local or remote machines

Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user

Layout Preveiw Software should support layout preview option

Launch Application Software should be able to support

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34

Integration with 3rd party devices

System should offer interface to enable control from 3rd party devices like Creston AMX etc

Live Preview Software should able to provide live preview of video wall

Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall

Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)

Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere

on the display wall Inside the ticker window font size colour and background can be set

Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker

SNTP System should support SNTP function Protection System should have Hardware License key to

protect the software from unauthorized access

Pre- Qualification Requirements

OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India

(iv) Data Archival system(s) (Raw and Processed)

SN Name of Units No of Units

Centralised Hardware

1 High Speed SSD Storage (50 TB) 1

2 Multi-Tier Data Storage System (1 PB and expandable)

Primary and Secondary each

bull Unified storage device

bull Provision for online replication of luns

bull Provision for Fibre 10g (min 40g)

1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35

bull Provision for expansion should be there

3 LTODisk Based Library 1

4 SIDS terminal along with STB

Minimum 32 inch LED Screens having support for

following

AV HDMI USB RJ-45 along with built in Wifi

STB

Set top box should have programming support

Should have RJ-45 1Gbps and Wifi connectivity

Should have adequate support for python

Should have linux flavoured Operating system and provide

support for protocols like telnet ssh scp and ftp

25

(v) All associated elements like Network(s)LANWAN Powering Systems UPS

Gensets CablingConduiting and officecomputer furniturersquos

1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant

controllers plus batteries for 30 minutes backup)

2

a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis

b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum

VAH 90000)

c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation

Transformer for Input Side (Delta to Star Transformer Required)

Sr No

Description Parameters required

1 General Specifications 11 UPS topology On line double conversion VFI

SS 111 12 Architecture of the UPS Modular scalable redundant

based on Available kVA Power Modules

121 InOut phase Configuration

Three phase-Three phase single phase

122 Neutral Neutral Passing through

123 Output wave form on mains run

Sinusoidal

124 Output wave form on battery run

Sinusoidal

125 Bypass type Static and electro mechanic

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36

126 Transfer time Zero

127 UPS Module 100 kVA

128 UPS Chassis 120 kVA

13 Input

131 Nominal Voltage

400 V three phase 230V single phase

132 Voltage range -20 +15

133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power

To be furnished by the vender

134 Frequency

50 Hz to 60Hz (autosensing)

135 THDIin lt 3 al 100 of nominal load

136 Power Factor

gt 099 from 50 to 100 of nominal load

141 Output with mains

142 Nominal voltage 400 V three phase

143 Nominal power 100

144 Active power 100

145 Output waveform Sinusoidal

146 Voltage variation (static)

plusmn 1

147 Voltage variation (dynamic 0-100 100-0)

plusmn 1

148 Output voltage variation at unbalance load

plusmn 1

149 Phase displacement-100 unbalance load

120degplusmn 1deg

1410 Short circuit capability 300(p-p) for 1-sec

1411 THDv on nominal power (linear load)

lt 05

1412 THDv on nominal power (not linear load PF=07)

lt 1

1413 Frequency

50 Hz o 60 Hz (autosensing or selectable)

1414

Frequency tolerance Synchronized with input frequency or

plusmn 1 free run

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37

1415 Current Crest Factor

31 accordingly with IEC 62040-3

1416 Overload capability unity PF

bull 5 minutes or higher

bull 30 seconds or higher

110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention

15 Battery

151 Type

Lead Acid sealed free maintenance VRLA

152 Make

Exide Amco Panasonic Amara Raja

153 Model

To be furnished by the vendor

154 Nominal UPS Battery Voltage

252 Volt DC

155

Battery Backup time

30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)

156 Battery charger type

PWM hi efficiency one in each power module

157 Charging Cycle

Intelligent with boost charge and advanced management

159 Required VAH (12V x No of Battery x Battery AH)

Minimum 90000 VAH

1510 Weight of battery

To be furnished by the vendor

1511 Weight of battery cabinet

To be furnished by the vendor

1512 Dimensions of battery cabinet

To be furnished by the vendor

1513 Battery guaranty

2 years or more (free replacement)

16 Environmental specifications

161 Noise level 1m 42 divide 46 dBA

162 Working temperature range

from 0degC to +40degC

163 Stock temperature range

from -20degC to +50degC (excluded batteries)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38

164 Humidity range 20-80 not condensing

165 Protection degree IP21

17 Communication Interface

2 serial port RS232 1 logical level port 4 Dry contacts port

18 External Isolation Transformer required at Input Side

OEM Make 120 kVA

19 Standards

ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3

20 Protection

201 Overload (OL) To be complied [YesNo]

202 Short circuit (SC) To be complied [YesNo]

203 Input low voltage

To be complied [YesNo]

204 Output overvoltage

To be complied [YesNo]

205 Battery overcharging

To be complied [YesNo]

206 Battery over discharging

To be complied [YesNo]

21 Recommended Copper cable size in sq mm

To be furnished by the vendor

22 Recommended breaker rating in Amps

To be furnished by the vendor

23 Rectifier DC voltage ripples

lt1

24 Static bypass arrangement

241 Rated voltage (3 phase with neutral)

400V

242 Voltage variation plusmn20

243 Nominal frequency 50 Hz

244 Maintenance bypass switch

Inbuilt

25 Factory Test Certificate CE ISO 9001 amp ISO 14001

26 UPS Make Emerson Socomec Riello

AROS APC (Schneider) Numeric

27 UPS Model To be furnished by the vendor

28 Dimension and Weight of UPS

To be furnished by the vendor

29 3 years Warranty for total solution offered

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39

2 10 G Switches and Networking (setspackages)

Copper 10g Fiber 10g and FC SAN Switch

6

Features Specifications

Switching Architecture and Performance (Fibre10g Switch)

Interface Required

Minimum 48 ports of 10G SFP+ ports on day 1

Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1

Standards Support

Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC addrress

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies from day 1

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

Features Specifications

Switching Architecture and Performance (copper 10g switch)

Interface Required

Minimum 48 ports of 10GbaseT Rj45 ports

Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

switch should also support Multi-chassis link aggregation (MC-LAG)

Standards Support

Support 100100010GBASE-T copper interfaces 40GBASE QSFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42

8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC address

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

48 Port FC SAN Switch Specifications

SNo Specifications

1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports

2 The switch should support auto-sensing 2 4 8 10 and 16

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44

Gbitsec capabilities

3

The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)

4 The switch should be rack mountable

5 Non disruptive Microcode firmware Upgrades and hot code activation

6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end

7

Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic

8 The Switch should be configured with the Zoning and ISL Licenses

9

The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking

10 Support for web based management and should also support CLI

11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access

12

It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status

13

Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)

14 Should provide enterprise-class availability features such as redundant and hotpluggable components

15 Should have Front-to-back airflow and Back-to-front airflow

16 Port to Port latency should be 700 ns

17 The switch should support Inflight Compression and Encryption

18 The switch should have an option for DC power supply also

3 CablingConduiting

4 officecomputer furniturersquos

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45

(vi) Installation commissioning operationalization and operations (for pre-

determined period)

(vii) Project Management Documentation Project activities like Technical

Reviews Schedule Management and Staff deployment etc

(viii) Cabling conduiting as required

(ix) Office furniturersquos computers

(x) Embedded warranty for 3 years and comprehensive non comprehensive

AMC for 2 years

The complete End to End systems will be supplied installed commissioned and operated

as a turnkey project within pre-decided schedule The system requirements are listed in

Annexure-A

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46

Annexure-C

EOI Response Sheet

Requirement Response

Vendor Information

1 Name of Person and Organisation responsible for the information contained in EOI

2 Postal AddressTelephoneFaxemail address

3 ExperienceExpertise in A Meteorological system development and

deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related

field) E Data storage and management F Software design and development

Attach as required

4 Capability in indigenous development of data reception and processing facility (hardware and software)

Attach as required

5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration

Attach as required

6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure

Attach as required

7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs

Attach as required

8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables

Attach as required

9 Describe any third party alliances relationships and dependencies

10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc

Attach as required

11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules

Attach as required

12 Provide information on proposed methodology of carrying out the work

13 Details of deliverables and services offered as part of the EOI

14 Compliance matrix to the EOI Attach as required

15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc

Attach as required

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47

Annexure-D

GENERAL INSTRUCTIONS FOR EOI

1 We invite your proposal duly signed single part in a sealed envelope marked as

follows

Response to EOI MMDRPS Project

2 EOI Bidder related

21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above

22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them

3 Your EOI response should reach us on or before the due date and time Late

proposals received after the due date and time will not be considered

4 Meeting

In order to provide a better understanding of the requirement it is proposed to have a

meeting with the prospective vendors at ANTRIX Bangalore Vendors who are

desirous to attend the meeting may provide details of the representatives attending

the meeting in advance

5 VendorBidder shall discuss among others system engineering aspects design

optimum utilization of satellitecommunication resources the installation plan amp

methodology operations plan training plan warranty amp comprehensive AMC

methodology acceptance procedures and plans etc

6 Vendor shall prepare a detailed specifications document based on the selected

configurationoptionssystemscommitments and make presentation to ANTRIX The

draft specification document shall also include all aspects described above in para

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48

7 Delivery Schedule

The desired delivery schedule for the complete system is 7 to 8 months from the

placement of the purchase order Bidder shall provide the delivery schedule being

proposed along with milestones (like supply of hardwaresoftware installation testing

amp acceptance etc) in the EOI response

8 Any other system or sub system which is relevant for fulfilling implementation of the

scheme shall be brought to the attention by the vendor and detailed in EOI response

9 The vendor submitting response to this EOI and found technically suitable will only be

issued RFP at a later stage

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49

Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited

(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person

2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources

3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person

under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI

4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to

appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application

5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or

opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this

EOI document

Page 33: EOI for MMDRPS - Antrix Corporation for MMDRPS.pdfelectronics, computers, networking, power systems, furniture/fixtures, installation and commissioning. The proposed system will acquire

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33

2x RJ45 LAN ports USB 20 port

RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset

Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply

HDD Cooling FAN

LAN ports Scalability Display multiple source windows in any size

anywhere on the wall Control functions Brightness contrast saturation Hue

Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency

power supply AC Voltage 100 - 240V 50-60Hz

Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing

Wall management SW Scaling and display Software tp enable the user to display

multiple sources in any size and anywhere on the display wall

Auto Source Detection Software should support for auto source detection

Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts

Scenarios Software should able to Save and Load desktop layouts from Local or remote machines

Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user

Layout Preveiw Software should support layout preview option

Launch Application Software should be able to support

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34

Integration with 3rd party devices

System should offer interface to enable control from 3rd party devices like Creston AMX etc

Live Preview Software should able to provide live preview of video wall

Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall

Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)

Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere

on the display wall Inside the ticker window font size colour and background can be set

Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker

SNTP System should support SNTP function Protection System should have Hardware License key to

protect the software from unauthorized access

Pre- Qualification Requirements

OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India

(iv) Data Archival system(s) (Raw and Processed)

SN Name of Units No of Units

Centralised Hardware

1 High Speed SSD Storage (50 TB) 1

2 Multi-Tier Data Storage System (1 PB and expandable)

Primary and Secondary each

bull Unified storage device

bull Provision for online replication of luns

bull Provision for Fibre 10g (min 40g)

1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35

bull Provision for expansion should be there

3 LTODisk Based Library 1

4 SIDS terminal along with STB

Minimum 32 inch LED Screens having support for

following

AV HDMI USB RJ-45 along with built in Wifi

STB

Set top box should have programming support

Should have RJ-45 1Gbps and Wifi connectivity

Should have adequate support for python

Should have linux flavoured Operating system and provide

support for protocols like telnet ssh scp and ftp

25

(v) All associated elements like Network(s)LANWAN Powering Systems UPS

Gensets CablingConduiting and officecomputer furniturersquos

1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant

controllers plus batteries for 30 minutes backup)

2

a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis

b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum

VAH 90000)

c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation

Transformer for Input Side (Delta to Star Transformer Required)

Sr No

Description Parameters required

1 General Specifications 11 UPS topology On line double conversion VFI

SS 111 12 Architecture of the UPS Modular scalable redundant

based on Available kVA Power Modules

121 InOut phase Configuration

Three phase-Three phase single phase

122 Neutral Neutral Passing through

123 Output wave form on mains run

Sinusoidal

124 Output wave form on battery run

Sinusoidal

125 Bypass type Static and electro mechanic

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36

126 Transfer time Zero

127 UPS Module 100 kVA

128 UPS Chassis 120 kVA

13 Input

131 Nominal Voltage

400 V three phase 230V single phase

132 Voltage range -20 +15

133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power

To be furnished by the vender

134 Frequency

50 Hz to 60Hz (autosensing)

135 THDIin lt 3 al 100 of nominal load

136 Power Factor

gt 099 from 50 to 100 of nominal load

141 Output with mains

142 Nominal voltage 400 V three phase

143 Nominal power 100

144 Active power 100

145 Output waveform Sinusoidal

146 Voltage variation (static)

plusmn 1

147 Voltage variation (dynamic 0-100 100-0)

plusmn 1

148 Output voltage variation at unbalance load

plusmn 1

149 Phase displacement-100 unbalance load

120degplusmn 1deg

1410 Short circuit capability 300(p-p) for 1-sec

1411 THDv on nominal power (linear load)

lt 05

1412 THDv on nominal power (not linear load PF=07)

lt 1

1413 Frequency

50 Hz o 60 Hz (autosensing or selectable)

1414

Frequency tolerance Synchronized with input frequency or

plusmn 1 free run

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37

1415 Current Crest Factor

31 accordingly with IEC 62040-3

1416 Overload capability unity PF

bull 5 minutes or higher

bull 30 seconds or higher

110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention

15 Battery

151 Type

Lead Acid sealed free maintenance VRLA

152 Make

Exide Amco Panasonic Amara Raja

153 Model

To be furnished by the vendor

154 Nominal UPS Battery Voltage

252 Volt DC

155

Battery Backup time

30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)

156 Battery charger type

PWM hi efficiency one in each power module

157 Charging Cycle

Intelligent with boost charge and advanced management

159 Required VAH (12V x No of Battery x Battery AH)

Minimum 90000 VAH

1510 Weight of battery

To be furnished by the vendor

1511 Weight of battery cabinet

To be furnished by the vendor

1512 Dimensions of battery cabinet

To be furnished by the vendor

1513 Battery guaranty

2 years or more (free replacement)

16 Environmental specifications

161 Noise level 1m 42 divide 46 dBA

162 Working temperature range

from 0degC to +40degC

163 Stock temperature range

from -20degC to +50degC (excluded batteries)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38

164 Humidity range 20-80 not condensing

165 Protection degree IP21

17 Communication Interface

2 serial port RS232 1 logical level port 4 Dry contacts port

18 External Isolation Transformer required at Input Side

OEM Make 120 kVA

19 Standards

ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3

20 Protection

201 Overload (OL) To be complied [YesNo]

202 Short circuit (SC) To be complied [YesNo]

203 Input low voltage

To be complied [YesNo]

204 Output overvoltage

To be complied [YesNo]

205 Battery overcharging

To be complied [YesNo]

206 Battery over discharging

To be complied [YesNo]

21 Recommended Copper cable size in sq mm

To be furnished by the vendor

22 Recommended breaker rating in Amps

To be furnished by the vendor

23 Rectifier DC voltage ripples

lt1

24 Static bypass arrangement

241 Rated voltage (3 phase with neutral)

400V

242 Voltage variation plusmn20

243 Nominal frequency 50 Hz

244 Maintenance bypass switch

Inbuilt

25 Factory Test Certificate CE ISO 9001 amp ISO 14001

26 UPS Make Emerson Socomec Riello

AROS APC (Schneider) Numeric

27 UPS Model To be furnished by the vendor

28 Dimension and Weight of UPS

To be furnished by the vendor

29 3 years Warranty for total solution offered

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39

2 10 G Switches and Networking (setspackages)

Copper 10g Fiber 10g and FC SAN Switch

6

Features Specifications

Switching Architecture and Performance (Fibre10g Switch)

Interface Required

Minimum 48 ports of 10G SFP+ ports on day 1

Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1

Standards Support

Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC addrress

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies from day 1

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

Features Specifications

Switching Architecture and Performance (copper 10g switch)

Interface Required

Minimum 48 ports of 10GbaseT Rj45 ports

Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

switch should also support Multi-chassis link aggregation (MC-LAG)

Standards Support

Support 100100010GBASE-T copper interfaces 40GBASE QSFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42

8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC address

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

48 Port FC SAN Switch Specifications

SNo Specifications

1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports

2 The switch should support auto-sensing 2 4 8 10 and 16

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44

Gbitsec capabilities

3

The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)

4 The switch should be rack mountable

5 Non disruptive Microcode firmware Upgrades and hot code activation

6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end

7

Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic

8 The Switch should be configured with the Zoning and ISL Licenses

9

The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking

10 Support for web based management and should also support CLI

11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access

12

It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status

13

Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)

14 Should provide enterprise-class availability features such as redundant and hotpluggable components

15 Should have Front-to-back airflow and Back-to-front airflow

16 Port to Port latency should be 700 ns

17 The switch should support Inflight Compression and Encryption

18 The switch should have an option for DC power supply also

3 CablingConduiting

4 officecomputer furniturersquos

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45

(vi) Installation commissioning operationalization and operations (for pre-

determined period)

(vii) Project Management Documentation Project activities like Technical

Reviews Schedule Management and Staff deployment etc

(viii) Cabling conduiting as required

(ix) Office furniturersquos computers

(x) Embedded warranty for 3 years and comprehensive non comprehensive

AMC for 2 years

The complete End to End systems will be supplied installed commissioned and operated

as a turnkey project within pre-decided schedule The system requirements are listed in

Annexure-A

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46

Annexure-C

EOI Response Sheet

Requirement Response

Vendor Information

1 Name of Person and Organisation responsible for the information contained in EOI

2 Postal AddressTelephoneFaxemail address

3 ExperienceExpertise in A Meteorological system development and

deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related

field) E Data storage and management F Software design and development

Attach as required

4 Capability in indigenous development of data reception and processing facility (hardware and software)

Attach as required

5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration

Attach as required

6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure

Attach as required

7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs

Attach as required

8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables

Attach as required

9 Describe any third party alliances relationships and dependencies

10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc

Attach as required

11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules

Attach as required

12 Provide information on proposed methodology of carrying out the work

13 Details of deliverables and services offered as part of the EOI

14 Compliance matrix to the EOI Attach as required

15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc

Attach as required

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47

Annexure-D

GENERAL INSTRUCTIONS FOR EOI

1 We invite your proposal duly signed single part in a sealed envelope marked as

follows

Response to EOI MMDRPS Project

2 EOI Bidder related

21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above

22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them

3 Your EOI response should reach us on or before the due date and time Late

proposals received after the due date and time will not be considered

4 Meeting

In order to provide a better understanding of the requirement it is proposed to have a

meeting with the prospective vendors at ANTRIX Bangalore Vendors who are

desirous to attend the meeting may provide details of the representatives attending

the meeting in advance

5 VendorBidder shall discuss among others system engineering aspects design

optimum utilization of satellitecommunication resources the installation plan amp

methodology operations plan training plan warranty amp comprehensive AMC

methodology acceptance procedures and plans etc

6 Vendor shall prepare a detailed specifications document based on the selected

configurationoptionssystemscommitments and make presentation to ANTRIX The

draft specification document shall also include all aspects described above in para

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48

7 Delivery Schedule

The desired delivery schedule for the complete system is 7 to 8 months from the

placement of the purchase order Bidder shall provide the delivery schedule being

proposed along with milestones (like supply of hardwaresoftware installation testing

amp acceptance etc) in the EOI response

8 Any other system or sub system which is relevant for fulfilling implementation of the

scheme shall be brought to the attention by the vendor and detailed in EOI response

9 The vendor submitting response to this EOI and found technically suitable will only be

issued RFP at a later stage

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49

Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited

(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person

2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources

3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person

under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI

4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to

appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application

5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or

opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this

EOI document

Page 34: EOI for MMDRPS - Antrix Corporation for MMDRPS.pdfelectronics, computers, networking, power systems, furniture/fixtures, installation and commissioning. The proposed system will acquire

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34

Integration with 3rd party devices

System should offer interface to enable control from 3rd party devices like Creston AMX etc

Live Preview Software should able to provide live preview of video wall

Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall

Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)

Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere

on the display wall Inside the ticker window font size colour and background can be set

Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker

SNTP System should support SNTP function Protection System should have Hardware License key to

protect the software from unauthorized access

Pre- Qualification Requirements

OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India

(iv) Data Archival system(s) (Raw and Processed)

SN Name of Units No of Units

Centralised Hardware

1 High Speed SSD Storage (50 TB) 1

2 Multi-Tier Data Storage System (1 PB and expandable)

Primary and Secondary each

bull Unified storage device

bull Provision for online replication of luns

bull Provision for Fibre 10g (min 40g)

1

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35

bull Provision for expansion should be there

3 LTODisk Based Library 1

4 SIDS terminal along with STB

Minimum 32 inch LED Screens having support for

following

AV HDMI USB RJ-45 along with built in Wifi

STB

Set top box should have programming support

Should have RJ-45 1Gbps and Wifi connectivity

Should have adequate support for python

Should have linux flavoured Operating system and provide

support for protocols like telnet ssh scp and ftp

25

(v) All associated elements like Network(s)LANWAN Powering Systems UPS

Gensets CablingConduiting and officecomputer furniturersquos

1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant

controllers plus batteries for 30 minutes backup)

2

a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis

b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum

VAH 90000)

c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation

Transformer for Input Side (Delta to Star Transformer Required)

Sr No

Description Parameters required

1 General Specifications 11 UPS topology On line double conversion VFI

SS 111 12 Architecture of the UPS Modular scalable redundant

based on Available kVA Power Modules

121 InOut phase Configuration

Three phase-Three phase single phase

122 Neutral Neutral Passing through

123 Output wave form on mains run

Sinusoidal

124 Output wave form on battery run

Sinusoidal

125 Bypass type Static and electro mechanic

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36

126 Transfer time Zero

127 UPS Module 100 kVA

128 UPS Chassis 120 kVA

13 Input

131 Nominal Voltage

400 V three phase 230V single phase

132 Voltage range -20 +15

133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power

To be furnished by the vender

134 Frequency

50 Hz to 60Hz (autosensing)

135 THDIin lt 3 al 100 of nominal load

136 Power Factor

gt 099 from 50 to 100 of nominal load

141 Output with mains

142 Nominal voltage 400 V three phase

143 Nominal power 100

144 Active power 100

145 Output waveform Sinusoidal

146 Voltage variation (static)

plusmn 1

147 Voltage variation (dynamic 0-100 100-0)

plusmn 1

148 Output voltage variation at unbalance load

plusmn 1

149 Phase displacement-100 unbalance load

120degplusmn 1deg

1410 Short circuit capability 300(p-p) for 1-sec

1411 THDv on nominal power (linear load)

lt 05

1412 THDv on nominal power (not linear load PF=07)

lt 1

1413 Frequency

50 Hz o 60 Hz (autosensing or selectable)

1414

Frequency tolerance Synchronized with input frequency or

plusmn 1 free run

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37

1415 Current Crest Factor

31 accordingly with IEC 62040-3

1416 Overload capability unity PF

bull 5 minutes or higher

bull 30 seconds or higher

110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention

15 Battery

151 Type

Lead Acid sealed free maintenance VRLA

152 Make

Exide Amco Panasonic Amara Raja

153 Model

To be furnished by the vendor

154 Nominal UPS Battery Voltage

252 Volt DC

155

Battery Backup time

30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)

156 Battery charger type

PWM hi efficiency one in each power module

157 Charging Cycle

Intelligent with boost charge and advanced management

159 Required VAH (12V x No of Battery x Battery AH)

Minimum 90000 VAH

1510 Weight of battery

To be furnished by the vendor

1511 Weight of battery cabinet

To be furnished by the vendor

1512 Dimensions of battery cabinet

To be furnished by the vendor

1513 Battery guaranty

2 years or more (free replacement)

16 Environmental specifications

161 Noise level 1m 42 divide 46 dBA

162 Working temperature range

from 0degC to +40degC

163 Stock temperature range

from -20degC to +50degC (excluded batteries)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38

164 Humidity range 20-80 not condensing

165 Protection degree IP21

17 Communication Interface

2 serial port RS232 1 logical level port 4 Dry contacts port

18 External Isolation Transformer required at Input Side

OEM Make 120 kVA

19 Standards

ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3

20 Protection

201 Overload (OL) To be complied [YesNo]

202 Short circuit (SC) To be complied [YesNo]

203 Input low voltage

To be complied [YesNo]

204 Output overvoltage

To be complied [YesNo]

205 Battery overcharging

To be complied [YesNo]

206 Battery over discharging

To be complied [YesNo]

21 Recommended Copper cable size in sq mm

To be furnished by the vendor

22 Recommended breaker rating in Amps

To be furnished by the vendor

23 Rectifier DC voltage ripples

lt1

24 Static bypass arrangement

241 Rated voltage (3 phase with neutral)

400V

242 Voltage variation plusmn20

243 Nominal frequency 50 Hz

244 Maintenance bypass switch

Inbuilt

25 Factory Test Certificate CE ISO 9001 amp ISO 14001

26 UPS Make Emerson Socomec Riello

AROS APC (Schneider) Numeric

27 UPS Model To be furnished by the vendor

28 Dimension and Weight of UPS

To be furnished by the vendor

29 3 years Warranty for total solution offered

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39

2 10 G Switches and Networking (setspackages)

Copper 10g Fiber 10g and FC SAN Switch

6

Features Specifications

Switching Architecture and Performance (Fibre10g Switch)

Interface Required

Minimum 48 ports of 10G SFP+ ports on day 1

Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1

Standards Support

Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC addrress

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies from day 1

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

Features Specifications

Switching Architecture and Performance (copper 10g switch)

Interface Required

Minimum 48 ports of 10GbaseT Rj45 ports

Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

switch should also support Multi-chassis link aggregation (MC-LAG)

Standards Support

Support 100100010GBASE-T copper interfaces 40GBASE QSFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42

8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC address

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

48 Port FC SAN Switch Specifications

SNo Specifications

1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports

2 The switch should support auto-sensing 2 4 8 10 and 16

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44

Gbitsec capabilities

3

The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)

4 The switch should be rack mountable

5 Non disruptive Microcode firmware Upgrades and hot code activation

6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end

7

Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic

8 The Switch should be configured with the Zoning and ISL Licenses

9

The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking

10 Support for web based management and should also support CLI

11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access

12

It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status

13

Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)

14 Should provide enterprise-class availability features such as redundant and hotpluggable components

15 Should have Front-to-back airflow and Back-to-front airflow

16 Port to Port latency should be 700 ns

17 The switch should support Inflight Compression and Encryption

18 The switch should have an option for DC power supply also

3 CablingConduiting

4 officecomputer furniturersquos

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45

(vi) Installation commissioning operationalization and operations (for pre-

determined period)

(vii) Project Management Documentation Project activities like Technical

Reviews Schedule Management and Staff deployment etc

(viii) Cabling conduiting as required

(ix) Office furniturersquos computers

(x) Embedded warranty for 3 years and comprehensive non comprehensive

AMC for 2 years

The complete End to End systems will be supplied installed commissioned and operated

as a turnkey project within pre-decided schedule The system requirements are listed in

Annexure-A

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46

Annexure-C

EOI Response Sheet

Requirement Response

Vendor Information

1 Name of Person and Organisation responsible for the information contained in EOI

2 Postal AddressTelephoneFaxemail address

3 ExperienceExpertise in A Meteorological system development and

deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related

field) E Data storage and management F Software design and development

Attach as required

4 Capability in indigenous development of data reception and processing facility (hardware and software)

Attach as required

5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration

Attach as required

6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure

Attach as required

7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs

Attach as required

8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables

Attach as required

9 Describe any third party alliances relationships and dependencies

10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc

Attach as required

11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules

Attach as required

12 Provide information on proposed methodology of carrying out the work

13 Details of deliverables and services offered as part of the EOI

14 Compliance matrix to the EOI Attach as required

15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc

Attach as required

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47

Annexure-D

GENERAL INSTRUCTIONS FOR EOI

1 We invite your proposal duly signed single part in a sealed envelope marked as

follows

Response to EOI MMDRPS Project

2 EOI Bidder related

21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above

22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them

3 Your EOI response should reach us on or before the due date and time Late

proposals received after the due date and time will not be considered

4 Meeting

In order to provide a better understanding of the requirement it is proposed to have a

meeting with the prospective vendors at ANTRIX Bangalore Vendors who are

desirous to attend the meeting may provide details of the representatives attending

the meeting in advance

5 VendorBidder shall discuss among others system engineering aspects design

optimum utilization of satellitecommunication resources the installation plan amp

methodology operations plan training plan warranty amp comprehensive AMC

methodology acceptance procedures and plans etc

6 Vendor shall prepare a detailed specifications document based on the selected

configurationoptionssystemscommitments and make presentation to ANTRIX The

draft specification document shall also include all aspects described above in para

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48

7 Delivery Schedule

The desired delivery schedule for the complete system is 7 to 8 months from the

placement of the purchase order Bidder shall provide the delivery schedule being

proposed along with milestones (like supply of hardwaresoftware installation testing

amp acceptance etc) in the EOI response

8 Any other system or sub system which is relevant for fulfilling implementation of the

scheme shall be brought to the attention by the vendor and detailed in EOI response

9 The vendor submitting response to this EOI and found technically suitable will only be

issued RFP at a later stage

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49

Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited

(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person

2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources

3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person

under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI

4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to

appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application

5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or

opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this

EOI document

Page 35: EOI for MMDRPS - Antrix Corporation for MMDRPS.pdfelectronics, computers, networking, power systems, furniture/fixtures, installation and commissioning. The proposed system will acquire

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35

bull Provision for expansion should be there

3 LTODisk Based Library 1

4 SIDS terminal along with STB

Minimum 32 inch LED Screens having support for

following

AV HDMI USB RJ-45 along with built in Wifi

STB

Set top box should have programming support

Should have RJ-45 1Gbps and Wifi connectivity

Should have adequate support for python

Should have linux flavoured Operating system and provide

support for protocols like telnet ssh scp and ftp

25

(v) All associated elements like Network(s)LANWAN Powering Systems UPS

Gensets CablingConduiting and officecomputer furniturersquos

1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant

controllers plus batteries for 30 minutes backup)

2

a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis

b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum

VAH 90000)

c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation

Transformer for Input Side (Delta to Star Transformer Required)

Sr No

Description Parameters required

1 General Specifications 11 UPS topology On line double conversion VFI

SS 111 12 Architecture of the UPS Modular scalable redundant

based on Available kVA Power Modules

121 InOut phase Configuration

Three phase-Three phase single phase

122 Neutral Neutral Passing through

123 Output wave form on mains run

Sinusoidal

124 Output wave form on battery run

Sinusoidal

125 Bypass type Static and electro mechanic

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36

126 Transfer time Zero

127 UPS Module 100 kVA

128 UPS Chassis 120 kVA

13 Input

131 Nominal Voltage

400 V three phase 230V single phase

132 Voltage range -20 +15

133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power

To be furnished by the vender

134 Frequency

50 Hz to 60Hz (autosensing)

135 THDIin lt 3 al 100 of nominal load

136 Power Factor

gt 099 from 50 to 100 of nominal load

141 Output with mains

142 Nominal voltage 400 V three phase

143 Nominal power 100

144 Active power 100

145 Output waveform Sinusoidal

146 Voltage variation (static)

plusmn 1

147 Voltage variation (dynamic 0-100 100-0)

plusmn 1

148 Output voltage variation at unbalance load

plusmn 1

149 Phase displacement-100 unbalance load

120degplusmn 1deg

1410 Short circuit capability 300(p-p) for 1-sec

1411 THDv on nominal power (linear load)

lt 05

1412 THDv on nominal power (not linear load PF=07)

lt 1

1413 Frequency

50 Hz o 60 Hz (autosensing or selectable)

1414

Frequency tolerance Synchronized with input frequency or

plusmn 1 free run

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37

1415 Current Crest Factor

31 accordingly with IEC 62040-3

1416 Overload capability unity PF

bull 5 minutes or higher

bull 30 seconds or higher

110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention

15 Battery

151 Type

Lead Acid sealed free maintenance VRLA

152 Make

Exide Amco Panasonic Amara Raja

153 Model

To be furnished by the vendor

154 Nominal UPS Battery Voltage

252 Volt DC

155

Battery Backup time

30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)

156 Battery charger type

PWM hi efficiency one in each power module

157 Charging Cycle

Intelligent with boost charge and advanced management

159 Required VAH (12V x No of Battery x Battery AH)

Minimum 90000 VAH

1510 Weight of battery

To be furnished by the vendor

1511 Weight of battery cabinet

To be furnished by the vendor

1512 Dimensions of battery cabinet

To be furnished by the vendor

1513 Battery guaranty

2 years or more (free replacement)

16 Environmental specifications

161 Noise level 1m 42 divide 46 dBA

162 Working temperature range

from 0degC to +40degC

163 Stock temperature range

from -20degC to +50degC (excluded batteries)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38

164 Humidity range 20-80 not condensing

165 Protection degree IP21

17 Communication Interface

2 serial port RS232 1 logical level port 4 Dry contacts port

18 External Isolation Transformer required at Input Side

OEM Make 120 kVA

19 Standards

ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3

20 Protection

201 Overload (OL) To be complied [YesNo]

202 Short circuit (SC) To be complied [YesNo]

203 Input low voltage

To be complied [YesNo]

204 Output overvoltage

To be complied [YesNo]

205 Battery overcharging

To be complied [YesNo]

206 Battery over discharging

To be complied [YesNo]

21 Recommended Copper cable size in sq mm

To be furnished by the vendor

22 Recommended breaker rating in Amps

To be furnished by the vendor

23 Rectifier DC voltage ripples

lt1

24 Static bypass arrangement

241 Rated voltage (3 phase with neutral)

400V

242 Voltage variation plusmn20

243 Nominal frequency 50 Hz

244 Maintenance bypass switch

Inbuilt

25 Factory Test Certificate CE ISO 9001 amp ISO 14001

26 UPS Make Emerson Socomec Riello

AROS APC (Schneider) Numeric

27 UPS Model To be furnished by the vendor

28 Dimension and Weight of UPS

To be furnished by the vendor

29 3 years Warranty for total solution offered

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39

2 10 G Switches and Networking (setspackages)

Copper 10g Fiber 10g and FC SAN Switch

6

Features Specifications

Switching Architecture and Performance (Fibre10g Switch)

Interface Required

Minimum 48 ports of 10G SFP+ ports on day 1

Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1

Standards Support

Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC addrress

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies from day 1

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

Features Specifications

Switching Architecture and Performance (copper 10g switch)

Interface Required

Minimum 48 ports of 10GbaseT Rj45 ports

Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

switch should also support Multi-chassis link aggregation (MC-LAG)

Standards Support

Support 100100010GBASE-T copper interfaces 40GBASE QSFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42

8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC address

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

48 Port FC SAN Switch Specifications

SNo Specifications

1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports

2 The switch should support auto-sensing 2 4 8 10 and 16

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44

Gbitsec capabilities

3

The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)

4 The switch should be rack mountable

5 Non disruptive Microcode firmware Upgrades and hot code activation

6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end

7

Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic

8 The Switch should be configured with the Zoning and ISL Licenses

9

The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking

10 Support for web based management and should also support CLI

11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access

12

It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status

13

Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)

14 Should provide enterprise-class availability features such as redundant and hotpluggable components

15 Should have Front-to-back airflow and Back-to-front airflow

16 Port to Port latency should be 700 ns

17 The switch should support Inflight Compression and Encryption

18 The switch should have an option for DC power supply also

3 CablingConduiting

4 officecomputer furniturersquos

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45

(vi) Installation commissioning operationalization and operations (for pre-

determined period)

(vii) Project Management Documentation Project activities like Technical

Reviews Schedule Management and Staff deployment etc

(viii) Cabling conduiting as required

(ix) Office furniturersquos computers

(x) Embedded warranty for 3 years and comprehensive non comprehensive

AMC for 2 years

The complete End to End systems will be supplied installed commissioned and operated

as a turnkey project within pre-decided schedule The system requirements are listed in

Annexure-A

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46

Annexure-C

EOI Response Sheet

Requirement Response

Vendor Information

1 Name of Person and Organisation responsible for the information contained in EOI

2 Postal AddressTelephoneFaxemail address

3 ExperienceExpertise in A Meteorological system development and

deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related

field) E Data storage and management F Software design and development

Attach as required

4 Capability in indigenous development of data reception and processing facility (hardware and software)

Attach as required

5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration

Attach as required

6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure

Attach as required

7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs

Attach as required

8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables

Attach as required

9 Describe any third party alliances relationships and dependencies

10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc

Attach as required

11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules

Attach as required

12 Provide information on proposed methodology of carrying out the work

13 Details of deliverables and services offered as part of the EOI

14 Compliance matrix to the EOI Attach as required

15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc

Attach as required

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47

Annexure-D

GENERAL INSTRUCTIONS FOR EOI

1 We invite your proposal duly signed single part in a sealed envelope marked as

follows

Response to EOI MMDRPS Project

2 EOI Bidder related

21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above

22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them

3 Your EOI response should reach us on or before the due date and time Late

proposals received after the due date and time will not be considered

4 Meeting

In order to provide a better understanding of the requirement it is proposed to have a

meeting with the prospective vendors at ANTRIX Bangalore Vendors who are

desirous to attend the meeting may provide details of the representatives attending

the meeting in advance

5 VendorBidder shall discuss among others system engineering aspects design

optimum utilization of satellitecommunication resources the installation plan amp

methodology operations plan training plan warranty amp comprehensive AMC

methodology acceptance procedures and plans etc

6 Vendor shall prepare a detailed specifications document based on the selected

configurationoptionssystemscommitments and make presentation to ANTRIX The

draft specification document shall also include all aspects described above in para

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48

7 Delivery Schedule

The desired delivery schedule for the complete system is 7 to 8 months from the

placement of the purchase order Bidder shall provide the delivery schedule being

proposed along with milestones (like supply of hardwaresoftware installation testing

amp acceptance etc) in the EOI response

8 Any other system or sub system which is relevant for fulfilling implementation of the

scheme shall be brought to the attention by the vendor and detailed in EOI response

9 The vendor submitting response to this EOI and found technically suitable will only be

issued RFP at a later stage

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49

Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited

(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person

2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources

3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person

under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI

4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to

appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application

5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or

opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this

EOI document

Page 36: EOI for MMDRPS - Antrix Corporation for MMDRPS.pdfelectronics, computers, networking, power systems, furniture/fixtures, installation and commissioning. The proposed system will acquire

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36

126 Transfer time Zero

127 UPS Module 100 kVA

128 UPS Chassis 120 kVA

13 Input

131 Nominal Voltage

400 V three phase 230V single phase

132 Voltage range -20 +15

133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power

To be furnished by the vender

134 Frequency

50 Hz to 60Hz (autosensing)

135 THDIin lt 3 al 100 of nominal load

136 Power Factor

gt 099 from 50 to 100 of nominal load

141 Output with mains

142 Nominal voltage 400 V three phase

143 Nominal power 100

144 Active power 100

145 Output waveform Sinusoidal

146 Voltage variation (static)

plusmn 1

147 Voltage variation (dynamic 0-100 100-0)

plusmn 1

148 Output voltage variation at unbalance load

plusmn 1

149 Phase displacement-100 unbalance load

120degplusmn 1deg

1410 Short circuit capability 300(p-p) for 1-sec

1411 THDv on nominal power (linear load)

lt 05

1412 THDv on nominal power (not linear load PF=07)

lt 1

1413 Frequency

50 Hz o 60 Hz (autosensing or selectable)

1414

Frequency tolerance Synchronized with input frequency or

plusmn 1 free run

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37

1415 Current Crest Factor

31 accordingly with IEC 62040-3

1416 Overload capability unity PF

bull 5 minutes or higher

bull 30 seconds or higher

110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention

15 Battery

151 Type

Lead Acid sealed free maintenance VRLA

152 Make

Exide Amco Panasonic Amara Raja

153 Model

To be furnished by the vendor

154 Nominal UPS Battery Voltage

252 Volt DC

155

Battery Backup time

30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)

156 Battery charger type

PWM hi efficiency one in each power module

157 Charging Cycle

Intelligent with boost charge and advanced management

159 Required VAH (12V x No of Battery x Battery AH)

Minimum 90000 VAH

1510 Weight of battery

To be furnished by the vendor

1511 Weight of battery cabinet

To be furnished by the vendor

1512 Dimensions of battery cabinet

To be furnished by the vendor

1513 Battery guaranty

2 years or more (free replacement)

16 Environmental specifications

161 Noise level 1m 42 divide 46 dBA

162 Working temperature range

from 0degC to +40degC

163 Stock temperature range

from -20degC to +50degC (excluded batteries)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38

164 Humidity range 20-80 not condensing

165 Protection degree IP21

17 Communication Interface

2 serial port RS232 1 logical level port 4 Dry contacts port

18 External Isolation Transformer required at Input Side

OEM Make 120 kVA

19 Standards

ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3

20 Protection

201 Overload (OL) To be complied [YesNo]

202 Short circuit (SC) To be complied [YesNo]

203 Input low voltage

To be complied [YesNo]

204 Output overvoltage

To be complied [YesNo]

205 Battery overcharging

To be complied [YesNo]

206 Battery over discharging

To be complied [YesNo]

21 Recommended Copper cable size in sq mm

To be furnished by the vendor

22 Recommended breaker rating in Amps

To be furnished by the vendor

23 Rectifier DC voltage ripples

lt1

24 Static bypass arrangement

241 Rated voltage (3 phase with neutral)

400V

242 Voltage variation plusmn20

243 Nominal frequency 50 Hz

244 Maintenance bypass switch

Inbuilt

25 Factory Test Certificate CE ISO 9001 amp ISO 14001

26 UPS Make Emerson Socomec Riello

AROS APC (Schneider) Numeric

27 UPS Model To be furnished by the vendor

28 Dimension and Weight of UPS

To be furnished by the vendor

29 3 years Warranty for total solution offered

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39

2 10 G Switches and Networking (setspackages)

Copper 10g Fiber 10g and FC SAN Switch

6

Features Specifications

Switching Architecture and Performance (Fibre10g Switch)

Interface Required

Minimum 48 ports of 10G SFP+ ports on day 1

Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1

Standards Support

Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC addrress

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies from day 1

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

Features Specifications

Switching Architecture and Performance (copper 10g switch)

Interface Required

Minimum 48 ports of 10GbaseT Rj45 ports

Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

switch should also support Multi-chassis link aggregation (MC-LAG)

Standards Support

Support 100100010GBASE-T copper interfaces 40GBASE QSFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42

8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC address

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

48 Port FC SAN Switch Specifications

SNo Specifications

1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports

2 The switch should support auto-sensing 2 4 8 10 and 16

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44

Gbitsec capabilities

3

The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)

4 The switch should be rack mountable

5 Non disruptive Microcode firmware Upgrades and hot code activation

6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end

7

Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic

8 The Switch should be configured with the Zoning and ISL Licenses

9

The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking

10 Support for web based management and should also support CLI

11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access

12

It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status

13

Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)

14 Should provide enterprise-class availability features such as redundant and hotpluggable components

15 Should have Front-to-back airflow and Back-to-front airflow

16 Port to Port latency should be 700 ns

17 The switch should support Inflight Compression and Encryption

18 The switch should have an option for DC power supply also

3 CablingConduiting

4 officecomputer furniturersquos

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45

(vi) Installation commissioning operationalization and operations (for pre-

determined period)

(vii) Project Management Documentation Project activities like Technical

Reviews Schedule Management and Staff deployment etc

(viii) Cabling conduiting as required

(ix) Office furniturersquos computers

(x) Embedded warranty for 3 years and comprehensive non comprehensive

AMC for 2 years

The complete End to End systems will be supplied installed commissioned and operated

as a turnkey project within pre-decided schedule The system requirements are listed in

Annexure-A

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46

Annexure-C

EOI Response Sheet

Requirement Response

Vendor Information

1 Name of Person and Organisation responsible for the information contained in EOI

2 Postal AddressTelephoneFaxemail address

3 ExperienceExpertise in A Meteorological system development and

deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related

field) E Data storage and management F Software design and development

Attach as required

4 Capability in indigenous development of data reception and processing facility (hardware and software)

Attach as required

5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration

Attach as required

6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure

Attach as required

7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs

Attach as required

8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables

Attach as required

9 Describe any third party alliances relationships and dependencies

10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc

Attach as required

11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules

Attach as required

12 Provide information on proposed methodology of carrying out the work

13 Details of deliverables and services offered as part of the EOI

14 Compliance matrix to the EOI Attach as required

15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc

Attach as required

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47

Annexure-D

GENERAL INSTRUCTIONS FOR EOI

1 We invite your proposal duly signed single part in a sealed envelope marked as

follows

Response to EOI MMDRPS Project

2 EOI Bidder related

21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above

22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them

3 Your EOI response should reach us on or before the due date and time Late

proposals received after the due date and time will not be considered

4 Meeting

In order to provide a better understanding of the requirement it is proposed to have a

meeting with the prospective vendors at ANTRIX Bangalore Vendors who are

desirous to attend the meeting may provide details of the representatives attending

the meeting in advance

5 VendorBidder shall discuss among others system engineering aspects design

optimum utilization of satellitecommunication resources the installation plan amp

methodology operations plan training plan warranty amp comprehensive AMC

methodology acceptance procedures and plans etc

6 Vendor shall prepare a detailed specifications document based on the selected

configurationoptionssystemscommitments and make presentation to ANTRIX The

draft specification document shall also include all aspects described above in para

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48

7 Delivery Schedule

The desired delivery schedule for the complete system is 7 to 8 months from the

placement of the purchase order Bidder shall provide the delivery schedule being

proposed along with milestones (like supply of hardwaresoftware installation testing

amp acceptance etc) in the EOI response

8 Any other system or sub system which is relevant for fulfilling implementation of the

scheme shall be brought to the attention by the vendor and detailed in EOI response

9 The vendor submitting response to this EOI and found technically suitable will only be

issued RFP at a later stage

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49

Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited

(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person

2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources

3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person

under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI

4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to

appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application

5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or

opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this

EOI document

Page 37: EOI for MMDRPS - Antrix Corporation for MMDRPS.pdfelectronics, computers, networking, power systems, furniture/fixtures, installation and commissioning. The proposed system will acquire

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37

1415 Current Crest Factor

31 accordingly with IEC 62040-3

1416 Overload capability unity PF

bull 5 minutes or higher

bull 30 seconds or higher

110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention

15 Battery

151 Type

Lead Acid sealed free maintenance VRLA

152 Make

Exide Amco Panasonic Amara Raja

153 Model

To be furnished by the vendor

154 Nominal UPS Battery Voltage

252 Volt DC

155

Battery Backup time

30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)

156 Battery charger type

PWM hi efficiency one in each power module

157 Charging Cycle

Intelligent with boost charge and advanced management

159 Required VAH (12V x No of Battery x Battery AH)

Minimum 90000 VAH

1510 Weight of battery

To be furnished by the vendor

1511 Weight of battery cabinet

To be furnished by the vendor

1512 Dimensions of battery cabinet

To be furnished by the vendor

1513 Battery guaranty

2 years or more (free replacement)

16 Environmental specifications

161 Noise level 1m 42 divide 46 dBA

162 Working temperature range

from 0degC to +40degC

163 Stock temperature range

from -20degC to +50degC (excluded batteries)

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38

164 Humidity range 20-80 not condensing

165 Protection degree IP21

17 Communication Interface

2 serial port RS232 1 logical level port 4 Dry contacts port

18 External Isolation Transformer required at Input Side

OEM Make 120 kVA

19 Standards

ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3

20 Protection

201 Overload (OL) To be complied [YesNo]

202 Short circuit (SC) To be complied [YesNo]

203 Input low voltage

To be complied [YesNo]

204 Output overvoltage

To be complied [YesNo]

205 Battery overcharging

To be complied [YesNo]

206 Battery over discharging

To be complied [YesNo]

21 Recommended Copper cable size in sq mm

To be furnished by the vendor

22 Recommended breaker rating in Amps

To be furnished by the vendor

23 Rectifier DC voltage ripples

lt1

24 Static bypass arrangement

241 Rated voltage (3 phase with neutral)

400V

242 Voltage variation plusmn20

243 Nominal frequency 50 Hz

244 Maintenance bypass switch

Inbuilt

25 Factory Test Certificate CE ISO 9001 amp ISO 14001

26 UPS Make Emerson Socomec Riello

AROS APC (Schneider) Numeric

27 UPS Model To be furnished by the vendor

28 Dimension and Weight of UPS

To be furnished by the vendor

29 3 years Warranty for total solution offered

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39

2 10 G Switches and Networking (setspackages)

Copper 10g Fiber 10g and FC SAN Switch

6

Features Specifications

Switching Architecture and Performance (Fibre10g Switch)

Interface Required

Minimum 48 ports of 10G SFP+ ports on day 1

Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1

Standards Support

Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC addrress

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies from day 1

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

Features Specifications

Switching Architecture and Performance (copper 10g switch)

Interface Required

Minimum 48 ports of 10GbaseT Rj45 ports

Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

switch should also support Multi-chassis link aggregation (MC-LAG)

Standards Support

Support 100100010GBASE-T copper interfaces 40GBASE QSFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42

8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC address

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

48 Port FC SAN Switch Specifications

SNo Specifications

1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports

2 The switch should support auto-sensing 2 4 8 10 and 16

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44

Gbitsec capabilities

3

The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)

4 The switch should be rack mountable

5 Non disruptive Microcode firmware Upgrades and hot code activation

6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end

7

Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic

8 The Switch should be configured with the Zoning and ISL Licenses

9

The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking

10 Support for web based management and should also support CLI

11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access

12

It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status

13

Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)

14 Should provide enterprise-class availability features such as redundant and hotpluggable components

15 Should have Front-to-back airflow and Back-to-front airflow

16 Port to Port latency should be 700 ns

17 The switch should support Inflight Compression and Encryption

18 The switch should have an option for DC power supply also

3 CablingConduiting

4 officecomputer furniturersquos

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45

(vi) Installation commissioning operationalization and operations (for pre-

determined period)

(vii) Project Management Documentation Project activities like Technical

Reviews Schedule Management and Staff deployment etc

(viii) Cabling conduiting as required

(ix) Office furniturersquos computers

(x) Embedded warranty for 3 years and comprehensive non comprehensive

AMC for 2 years

The complete End to End systems will be supplied installed commissioned and operated

as a turnkey project within pre-decided schedule The system requirements are listed in

Annexure-A

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46

Annexure-C

EOI Response Sheet

Requirement Response

Vendor Information

1 Name of Person and Organisation responsible for the information contained in EOI

2 Postal AddressTelephoneFaxemail address

3 ExperienceExpertise in A Meteorological system development and

deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related

field) E Data storage and management F Software design and development

Attach as required

4 Capability in indigenous development of data reception and processing facility (hardware and software)

Attach as required

5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration

Attach as required

6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure

Attach as required

7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs

Attach as required

8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables

Attach as required

9 Describe any third party alliances relationships and dependencies

10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc

Attach as required

11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules

Attach as required

12 Provide information on proposed methodology of carrying out the work

13 Details of deliverables and services offered as part of the EOI

14 Compliance matrix to the EOI Attach as required

15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc

Attach as required

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47

Annexure-D

GENERAL INSTRUCTIONS FOR EOI

1 We invite your proposal duly signed single part in a sealed envelope marked as

follows

Response to EOI MMDRPS Project

2 EOI Bidder related

21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above

22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them

3 Your EOI response should reach us on or before the due date and time Late

proposals received after the due date and time will not be considered

4 Meeting

In order to provide a better understanding of the requirement it is proposed to have a

meeting with the prospective vendors at ANTRIX Bangalore Vendors who are

desirous to attend the meeting may provide details of the representatives attending

the meeting in advance

5 VendorBidder shall discuss among others system engineering aspects design

optimum utilization of satellitecommunication resources the installation plan amp

methodology operations plan training plan warranty amp comprehensive AMC

methodology acceptance procedures and plans etc

6 Vendor shall prepare a detailed specifications document based on the selected

configurationoptionssystemscommitments and make presentation to ANTRIX The

draft specification document shall also include all aspects described above in para

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48

7 Delivery Schedule

The desired delivery schedule for the complete system is 7 to 8 months from the

placement of the purchase order Bidder shall provide the delivery schedule being

proposed along with milestones (like supply of hardwaresoftware installation testing

amp acceptance etc) in the EOI response

8 Any other system or sub system which is relevant for fulfilling implementation of the

scheme shall be brought to the attention by the vendor and detailed in EOI response

9 The vendor submitting response to this EOI and found technically suitable will only be

issued RFP at a later stage

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49

Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited

(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person

2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources

3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person

under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI

4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to

appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application

5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or

opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this

EOI document

Page 38: EOI for MMDRPS - Antrix Corporation for MMDRPS.pdfelectronics, computers, networking, power systems, furniture/fixtures, installation and commissioning. The proposed system will acquire

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38

164 Humidity range 20-80 not condensing

165 Protection degree IP21

17 Communication Interface

2 serial port RS232 1 logical level port 4 Dry contacts port

18 External Isolation Transformer required at Input Side

OEM Make 120 kVA

19 Standards

ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3

20 Protection

201 Overload (OL) To be complied [YesNo]

202 Short circuit (SC) To be complied [YesNo]

203 Input low voltage

To be complied [YesNo]

204 Output overvoltage

To be complied [YesNo]

205 Battery overcharging

To be complied [YesNo]

206 Battery over discharging

To be complied [YesNo]

21 Recommended Copper cable size in sq mm

To be furnished by the vendor

22 Recommended breaker rating in Amps

To be furnished by the vendor

23 Rectifier DC voltage ripples

lt1

24 Static bypass arrangement

241 Rated voltage (3 phase with neutral)

400V

242 Voltage variation plusmn20

243 Nominal frequency 50 Hz

244 Maintenance bypass switch

Inbuilt

25 Factory Test Certificate CE ISO 9001 amp ISO 14001

26 UPS Make Emerson Socomec Riello

AROS APC (Schneider) Numeric

27 UPS Model To be furnished by the vendor

28 Dimension and Weight of UPS

To be furnished by the vendor

29 3 years Warranty for total solution offered

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39

2 10 G Switches and Networking (setspackages)

Copper 10g Fiber 10g and FC SAN Switch

6

Features Specifications

Switching Architecture and Performance (Fibre10g Switch)

Interface Required

Minimum 48 ports of 10G SFP+ ports on day 1

Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1

Standards Support

Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC addrress

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies from day 1

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

Features Specifications

Switching Architecture and Performance (copper 10g switch)

Interface Required

Minimum 48 ports of 10GbaseT Rj45 ports

Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

switch should also support Multi-chassis link aggregation (MC-LAG)

Standards Support

Support 100100010GBASE-T copper interfaces 40GBASE QSFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42

8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC address

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

48 Port FC SAN Switch Specifications

SNo Specifications

1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports

2 The switch should support auto-sensing 2 4 8 10 and 16

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44

Gbitsec capabilities

3

The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)

4 The switch should be rack mountable

5 Non disruptive Microcode firmware Upgrades and hot code activation

6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end

7

Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic

8 The Switch should be configured with the Zoning and ISL Licenses

9

The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking

10 Support for web based management and should also support CLI

11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access

12

It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status

13

Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)

14 Should provide enterprise-class availability features such as redundant and hotpluggable components

15 Should have Front-to-back airflow and Back-to-front airflow

16 Port to Port latency should be 700 ns

17 The switch should support Inflight Compression and Encryption

18 The switch should have an option for DC power supply also

3 CablingConduiting

4 officecomputer furniturersquos

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45

(vi) Installation commissioning operationalization and operations (for pre-

determined period)

(vii) Project Management Documentation Project activities like Technical

Reviews Schedule Management and Staff deployment etc

(viii) Cabling conduiting as required

(ix) Office furniturersquos computers

(x) Embedded warranty for 3 years and comprehensive non comprehensive

AMC for 2 years

The complete End to End systems will be supplied installed commissioned and operated

as a turnkey project within pre-decided schedule The system requirements are listed in

Annexure-A

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46

Annexure-C

EOI Response Sheet

Requirement Response

Vendor Information

1 Name of Person and Organisation responsible for the information contained in EOI

2 Postal AddressTelephoneFaxemail address

3 ExperienceExpertise in A Meteorological system development and

deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related

field) E Data storage and management F Software design and development

Attach as required

4 Capability in indigenous development of data reception and processing facility (hardware and software)

Attach as required

5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration

Attach as required

6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure

Attach as required

7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs

Attach as required

8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables

Attach as required

9 Describe any third party alliances relationships and dependencies

10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc

Attach as required

11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules

Attach as required

12 Provide information on proposed methodology of carrying out the work

13 Details of deliverables and services offered as part of the EOI

14 Compliance matrix to the EOI Attach as required

15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc

Attach as required

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47

Annexure-D

GENERAL INSTRUCTIONS FOR EOI

1 We invite your proposal duly signed single part in a sealed envelope marked as

follows

Response to EOI MMDRPS Project

2 EOI Bidder related

21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above

22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them

3 Your EOI response should reach us on or before the due date and time Late

proposals received after the due date and time will not be considered

4 Meeting

In order to provide a better understanding of the requirement it is proposed to have a

meeting with the prospective vendors at ANTRIX Bangalore Vendors who are

desirous to attend the meeting may provide details of the representatives attending

the meeting in advance

5 VendorBidder shall discuss among others system engineering aspects design

optimum utilization of satellitecommunication resources the installation plan amp

methodology operations plan training plan warranty amp comprehensive AMC

methodology acceptance procedures and plans etc

6 Vendor shall prepare a detailed specifications document based on the selected

configurationoptionssystemscommitments and make presentation to ANTRIX The

draft specification document shall also include all aspects described above in para

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48

7 Delivery Schedule

The desired delivery schedule for the complete system is 7 to 8 months from the

placement of the purchase order Bidder shall provide the delivery schedule being

proposed along with milestones (like supply of hardwaresoftware installation testing

amp acceptance etc) in the EOI response

8 Any other system or sub system which is relevant for fulfilling implementation of the

scheme shall be brought to the attention by the vendor and detailed in EOI response

9 The vendor submitting response to this EOI and found technically suitable will only be

issued RFP at a later stage

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49

Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited

(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person

2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources

3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person

under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI

4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to

appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application

5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or

opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this

EOI document

Page 39: EOI for MMDRPS - Antrix Corporation for MMDRPS.pdfelectronics, computers, networking, power systems, furniture/fixtures, installation and commissioning. The proposed system will acquire

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39

2 10 G Switches and Networking (setspackages)

Copper 10g Fiber 10g and FC SAN Switch

6

Features Specifications

Switching Architecture and Performance (Fibre10g Switch)

Interface Required

Minimum 48 ports of 10G SFP+ ports on day 1

Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1

Standards Support

Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC addrress

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies from day 1

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

Features Specifications

Switching Architecture and Performance (copper 10g switch)

Interface Required

Minimum 48 ports of 10GbaseT Rj45 ports

Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

switch should also support Multi-chassis link aggregation (MC-LAG)

Standards Support

Support 100100010GBASE-T copper interfaces 40GBASE QSFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42

8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC address

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

48 Port FC SAN Switch Specifications

SNo Specifications

1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports

2 The switch should support auto-sensing 2 4 8 10 and 16

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44

Gbitsec capabilities

3

The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)

4 The switch should be rack mountable

5 Non disruptive Microcode firmware Upgrades and hot code activation

6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end

7

Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic

8 The Switch should be configured with the Zoning and ISL Licenses

9

The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking

10 Support for web based management and should also support CLI

11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access

12

It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status

13

Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)

14 Should provide enterprise-class availability features such as redundant and hotpluggable components

15 Should have Front-to-back airflow and Back-to-front airflow

16 Port to Port latency should be 700 ns

17 The switch should support Inflight Compression and Encryption

18 The switch should have an option for DC power supply also

3 CablingConduiting

4 officecomputer furniturersquos

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45

(vi) Installation commissioning operationalization and operations (for pre-

determined period)

(vii) Project Management Documentation Project activities like Technical

Reviews Schedule Management and Staff deployment etc

(viii) Cabling conduiting as required

(ix) Office furniturersquos computers

(x) Embedded warranty for 3 years and comprehensive non comprehensive

AMC for 2 years

The complete End to End systems will be supplied installed commissioned and operated

as a turnkey project within pre-decided schedule The system requirements are listed in

Annexure-A

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46

Annexure-C

EOI Response Sheet

Requirement Response

Vendor Information

1 Name of Person and Organisation responsible for the information contained in EOI

2 Postal AddressTelephoneFaxemail address

3 ExperienceExpertise in A Meteorological system development and

deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related

field) E Data storage and management F Software design and development

Attach as required

4 Capability in indigenous development of data reception and processing facility (hardware and software)

Attach as required

5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration

Attach as required

6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure

Attach as required

7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs

Attach as required

8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables

Attach as required

9 Describe any third party alliances relationships and dependencies

10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc

Attach as required

11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules

Attach as required

12 Provide information on proposed methodology of carrying out the work

13 Details of deliverables and services offered as part of the EOI

14 Compliance matrix to the EOI Attach as required

15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc

Attach as required

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47

Annexure-D

GENERAL INSTRUCTIONS FOR EOI

1 We invite your proposal duly signed single part in a sealed envelope marked as

follows

Response to EOI MMDRPS Project

2 EOI Bidder related

21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above

22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them

3 Your EOI response should reach us on or before the due date and time Late

proposals received after the due date and time will not be considered

4 Meeting

In order to provide a better understanding of the requirement it is proposed to have a

meeting with the prospective vendors at ANTRIX Bangalore Vendors who are

desirous to attend the meeting may provide details of the representatives attending

the meeting in advance

5 VendorBidder shall discuss among others system engineering aspects design

optimum utilization of satellitecommunication resources the installation plan amp

methodology operations plan training plan warranty amp comprehensive AMC

methodology acceptance procedures and plans etc

6 Vendor shall prepare a detailed specifications document based on the selected

configurationoptionssystemscommitments and make presentation to ANTRIX The

draft specification document shall also include all aspects described above in para

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48

7 Delivery Schedule

The desired delivery schedule for the complete system is 7 to 8 months from the

placement of the purchase order Bidder shall provide the delivery schedule being

proposed along with milestones (like supply of hardwaresoftware installation testing

amp acceptance etc) in the EOI response

8 Any other system or sub system which is relevant for fulfilling implementation of the

scheme shall be brought to the attention by the vendor and detailed in EOI response

9 The vendor submitting response to this EOI and found technically suitable will only be

issued RFP at a later stage

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49

Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited

(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person

2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources

3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person

under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI

4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to

appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application

5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or

opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this

EOI document

Page 40: EOI for MMDRPS - Antrix Corporation for MMDRPS.pdfelectronics, computers, networking, power systems, furniture/fixtures, installation and commissioning. The proposed system will acquire

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies from day 1

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

Features Specifications

Switching Architecture and Performance (copper 10g switch)

Interface Required

Minimum 48 ports of 10GbaseT Rj45 ports

Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

switch should also support Multi-chassis link aggregation (MC-LAG)

Standards Support

Support 100100010GBASE-T copper interfaces 40GBASE QSFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42

8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC address

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

48 Port FC SAN Switch Specifications

SNo Specifications

1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports

2 The switch should support auto-sensing 2 4 8 10 and 16

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44

Gbitsec capabilities

3

The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)

4 The switch should be rack mountable

5 Non disruptive Microcode firmware Upgrades and hot code activation

6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end

7

Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic

8 The Switch should be configured with the Zoning and ISL Licenses

9

The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking

10 Support for web based management and should also support CLI

11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access

12

It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status

13

Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)

14 Should provide enterprise-class availability features such as redundant and hotpluggable components

15 Should have Front-to-back airflow and Back-to-front airflow

16 Port to Port latency should be 700 ns

17 The switch should support Inflight Compression and Encryption

18 The switch should have an option for DC power supply also

3 CablingConduiting

4 officecomputer furniturersquos

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45

(vi) Installation commissioning operationalization and operations (for pre-

determined period)

(vii) Project Management Documentation Project activities like Technical

Reviews Schedule Management and Staff deployment etc

(viii) Cabling conduiting as required

(ix) Office furniturersquos computers

(x) Embedded warranty for 3 years and comprehensive non comprehensive

AMC for 2 years

The complete End to End systems will be supplied installed commissioned and operated

as a turnkey project within pre-decided schedule The system requirements are listed in

Annexure-A

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46

Annexure-C

EOI Response Sheet

Requirement Response

Vendor Information

1 Name of Person and Organisation responsible for the information contained in EOI

2 Postal AddressTelephoneFaxemail address

3 ExperienceExpertise in A Meteorological system development and

deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related

field) E Data storage and management F Software design and development

Attach as required

4 Capability in indigenous development of data reception and processing facility (hardware and software)

Attach as required

5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration

Attach as required

6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure

Attach as required

7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs

Attach as required

8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables

Attach as required

9 Describe any third party alliances relationships and dependencies

10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc

Attach as required

11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules

Attach as required

12 Provide information on proposed methodology of carrying out the work

13 Details of deliverables and services offered as part of the EOI

14 Compliance matrix to the EOI Attach as required

15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc

Attach as required

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47

Annexure-D

GENERAL INSTRUCTIONS FOR EOI

1 We invite your proposal duly signed single part in a sealed envelope marked as

follows

Response to EOI MMDRPS Project

2 EOI Bidder related

21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above

22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them

3 Your EOI response should reach us on or before the due date and time Late

proposals received after the due date and time will not be considered

4 Meeting

In order to provide a better understanding of the requirement it is proposed to have a

meeting with the prospective vendors at ANTRIX Bangalore Vendors who are

desirous to attend the meeting may provide details of the representatives attending

the meeting in advance

5 VendorBidder shall discuss among others system engineering aspects design

optimum utilization of satellitecommunication resources the installation plan amp

methodology operations plan training plan warranty amp comprehensive AMC

methodology acceptance procedures and plans etc

6 Vendor shall prepare a detailed specifications document based on the selected

configurationoptionssystemscommitments and make presentation to ANTRIX The

draft specification document shall also include all aspects described above in para

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48

7 Delivery Schedule

The desired delivery schedule for the complete system is 7 to 8 months from the

placement of the purchase order Bidder shall provide the delivery schedule being

proposed along with milestones (like supply of hardwaresoftware installation testing

amp acceptance etc) in the EOI response

8 Any other system or sub system which is relevant for fulfilling implementation of the

scheme shall be brought to the attention by the vendor and detailed in EOI response

9 The vendor submitting response to this EOI and found technically suitable will only be

issued RFP at a later stage

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49

Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited

(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person

2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources

3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person

under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI

4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to

appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application

5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or

opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this

EOI document

Page 41: EOI for MMDRPS - Antrix Corporation for MMDRPS.pdfelectronics, computers, networking, power systems, furniture/fixtures, installation and commissioning. The proposed system will acquire

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies from day 1

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

Features Specifications

Switching Architecture and Performance (copper 10g switch)

Interface Required

Minimum 48 ports of 10GbaseT Rj45 ports

Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces

HA Features

Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking

switch should also support Multi-chassis link aggregation (MC-LAG)

Standards Support

Support 100100010GBASE-T copper interfaces 40GBASE QSFP+

Switching Architectur

e

Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required

Switching Capacity

Minimum 14 Tbps or more

Forwarding Rate

Minimum 1 Bpps or more

Layer 2 Features

Layer 2 Standards

IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42

8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC address

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

48 Port FC SAN Switch Specifications

SNo Specifications

1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports

2 The switch should support auto-sensing 2 4 8 10 and 16

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44

Gbitsec capabilities

3

The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)

4 The switch should be rack mountable

5 Non disruptive Microcode firmware Upgrades and hot code activation

6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end

7

Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic

8 The Switch should be configured with the Zoning and ISL Licenses

9

The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking

10 Support for web based management and should also support CLI

11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access

12

It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status

13

Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)

14 Should provide enterprise-class availability features such as redundant and hotpluggable components

15 Should have Front-to-back airflow and Back-to-front airflow

16 Port to Port latency should be 700 ns

17 The switch should support Inflight Compression and Encryption

18 The switch should have an option for DC power supply also

3 CablingConduiting

4 officecomputer furniturersquos

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45

(vi) Installation commissioning operationalization and operations (for pre-

determined period)

(vii) Project Management Documentation Project activities like Technical

Reviews Schedule Management and Staff deployment etc

(viii) Cabling conduiting as required

(ix) Office furniturersquos computers

(x) Embedded warranty for 3 years and comprehensive non comprehensive

AMC for 2 years

The complete End to End systems will be supplied installed commissioned and operated

as a turnkey project within pre-decided schedule The system requirements are listed in

Annexure-A

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46

Annexure-C

EOI Response Sheet

Requirement Response

Vendor Information

1 Name of Person and Organisation responsible for the information contained in EOI

2 Postal AddressTelephoneFaxemail address

3 ExperienceExpertise in A Meteorological system development and

deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related

field) E Data storage and management F Software design and development

Attach as required

4 Capability in indigenous development of data reception and processing facility (hardware and software)

Attach as required

5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration

Attach as required

6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure

Attach as required

7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs

Attach as required

8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables

Attach as required

9 Describe any third party alliances relationships and dependencies

10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc

Attach as required

11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules

Attach as required

12 Provide information on proposed methodology of carrying out the work

13 Details of deliverables and services offered as part of the EOI

14 Compliance matrix to the EOI Attach as required

15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc

Attach as required

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47

Annexure-D

GENERAL INSTRUCTIONS FOR EOI

1 We invite your proposal duly signed single part in a sealed envelope marked as

follows

Response to EOI MMDRPS Project

2 EOI Bidder related

21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above

22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them

3 Your EOI response should reach us on or before the due date and time Late

proposals received after the due date and time will not be considered

4 Meeting

In order to provide a better understanding of the requirement it is proposed to have a

meeting with the prospective vendors at ANTRIX Bangalore Vendors who are

desirous to attend the meeting may provide details of the representatives attending

the meeting in advance

5 VendorBidder shall discuss among others system engineering aspects design

optimum utilization of satellitecommunication resources the installation plan amp

methodology operations plan training plan warranty amp comprehensive AMC

methodology acceptance procedures and plans etc

6 Vendor shall prepare a detailed specifications document based on the selected

configurationoptionssystemscommitments and make presentation to ANTRIX The

draft specification document shall also include all aspects described above in para

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48

7 Delivery Schedule

The desired delivery schedule for the complete system is 7 to 8 months from the

placement of the purchase order Bidder shall provide the delivery schedule being

proposed along with milestones (like supply of hardwaresoftware installation testing

amp acceptance etc) in the EOI response

8 Any other system or sub system which is relevant for fulfilling implementation of the

scheme shall be brought to the attention by the vendor and detailed in EOI response

9 The vendor submitting response to this EOI and found technically suitable will only be

issued RFP at a later stage

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49

Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited

(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person

2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources

3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person

under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI

4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to

appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application

5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or

opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this

EOI document

Page 42: EOI for MMDRPS - Antrix Corporation for MMDRPS.pdfelectronics, computers, networking, power systems, furniture/fixtures, installation and commissioning. The proposed system will acquire

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42

8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control

No of Vlans

Switch should have minimum support for 4000 active vlans

MAC Address

Scalability Switch should support upto 200k MAC address

ARP ARP entries upto 48000

Jumbo Frames

Jumbo frames up to 9000 bytes or more

Layer 3 Features

Routing Protocols

Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack

Switch should support IPv6 protocols

Quality of Service (QoS) Features

8021P Switch should support 8021P for classification and marking

Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP

Hardware Queues

Switch Should support 8 queues per port in hardware

Rate Limiting

Switch shall provide traffic shaping and rate limiting features

Queue scheduling

Switch should support Queue scheduling mechanisms including SP WRR

Security Features

MAC Address Filtering

Switch should support MAC address based filters access control lists (ACLs) on all switch ports

Authentication

AAARADIUSTACACS authentication

Multicast routes

IPv4 multicast routes 100k 50K IPv6 multicast routes

8021x Support

Multiple 8021x users per port

Access Control

Lists Upto 4000

Anti-Spoofing Features

Switch should have support to prevent MACIP Spoofing

IP Source Guard

Switch should support IP Source Guard

CPU DOS Protection

Switch should have built in features to protect against Denial of Service (Dos) attacks

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

48 Port FC SAN Switch Specifications

SNo Specifications

1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports

2 The switch should support auto-sensing 2 4 8 10 and 16

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44

Gbitsec capabilities

3

The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)

4 The switch should be rack mountable

5 Non disruptive Microcode firmware Upgrades and hot code activation

6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end

7

Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic

8 The Switch should be configured with the Zoning and ISL Licenses

9

The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking

10 Support for web based management and should also support CLI

11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access

12

It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status

13

Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)

14 Should provide enterprise-class availability features such as redundant and hotpluggable components

15 Should have Front-to-back airflow and Back-to-front airflow

16 Port to Port latency should be 700 ns

17 The switch should support Inflight Compression and Encryption

18 The switch should have an option for DC power supply also

3 CablingConduiting

4 officecomputer furniturersquos

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45

(vi) Installation commissioning operationalization and operations (for pre-

determined period)

(vii) Project Management Documentation Project activities like Technical

Reviews Schedule Management and Staff deployment etc

(viii) Cabling conduiting as required

(ix) Office furniturersquos computers

(x) Embedded warranty for 3 years and comprehensive non comprehensive

AMC for 2 years

The complete End to End systems will be supplied installed commissioned and operated

as a turnkey project within pre-decided schedule The system requirements are listed in

Annexure-A

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46

Annexure-C

EOI Response Sheet

Requirement Response

Vendor Information

1 Name of Person and Organisation responsible for the information contained in EOI

2 Postal AddressTelephoneFaxemail address

3 ExperienceExpertise in A Meteorological system development and

deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related

field) E Data storage and management F Software design and development

Attach as required

4 Capability in indigenous development of data reception and processing facility (hardware and software)

Attach as required

5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration

Attach as required

6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure

Attach as required

7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs

Attach as required

8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables

Attach as required

9 Describe any third party alliances relationships and dependencies

10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc

Attach as required

11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules

Attach as required

12 Provide information on proposed methodology of carrying out the work

13 Details of deliverables and services offered as part of the EOI

14 Compliance matrix to the EOI Attach as required

15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc

Attach as required

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47

Annexure-D

GENERAL INSTRUCTIONS FOR EOI

1 We invite your proposal duly signed single part in a sealed envelope marked as

follows

Response to EOI MMDRPS Project

2 EOI Bidder related

21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above

22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them

3 Your EOI response should reach us on or before the due date and time Late

proposals received after the due date and time will not be considered

4 Meeting

In order to provide a better understanding of the requirement it is proposed to have a

meeting with the prospective vendors at ANTRIX Bangalore Vendors who are

desirous to attend the meeting may provide details of the representatives attending

the meeting in advance

5 VendorBidder shall discuss among others system engineering aspects design

optimum utilization of satellitecommunication resources the installation plan amp

methodology operations plan training plan warranty amp comprehensive AMC

methodology acceptance procedures and plans etc

6 Vendor shall prepare a detailed specifications document based on the selected

configurationoptionssystemscommitments and make presentation to ANTRIX The

draft specification document shall also include all aspects described above in para

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48

7 Delivery Schedule

The desired delivery schedule for the complete system is 7 to 8 months from the

placement of the purchase order Bidder shall provide the delivery schedule being

proposed along with milestones (like supply of hardwaresoftware installation testing

amp acceptance etc) in the EOI response

8 Any other system or sub system which is relevant for fulfilling implementation of the

scheme shall be brought to the attention by the vendor and detailed in EOI response

9 The vendor submitting response to this EOI and found technically suitable will only be

issued RFP at a later stage

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49

Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited

(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person

2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources

3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person

under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI

4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to

appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application

5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or

opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this

EOI document

Page 43: EOI for MMDRPS - Antrix Corporation for MMDRPS.pdfelectronics, computers, networking, power systems, furniture/fixtures, installation and commissioning. The proposed system will acquire

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43

Multiple Preivilege

levels

Switch should support multiple privilege levels to provide different level of access

Storm Control

Switch should support per-port broadcast multicast and unicast storm control

Other Security Features

SSH SNMPv3

Management and Maintenance Features

Switch Manageme

nt Configuration through the CLI console Telnet

SNMP Support

SNMP v1v2v3

RMON RMON 4 groups Stats History Alarms and Events

Configuration Files

Switch should support multiple configuration files

Configuration Backup

Configuration Backup via FTPTFTPSecure Copy

Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption

Monitoring Switch should support Sflow or equivalent technology for monitoring traffic

Event Logging

Switch should support event logging and should be able forward logs to external syslog server

Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch

Troubleshooting

Switch should support comprehensive troubleshooting tools to anlayze the network issues

Power amp Environment

Power Supply

Redundancy

Switch should have inbuilt redundant hot swappable power supplies

Voltage Auto-ranging 90-240VAC 50-60 Hz

Air Flow Relatively negligible air flow environments

Operating Temperatu

re 0deg C to 40deg C (32deg F to 104deg F)

Operating Humidity

10 to 80 relative humidity non-condensing

48 Port FC SAN Switch Specifications

SNo Specifications

1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports

2 The switch should support auto-sensing 2 4 8 10 and 16

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44

Gbitsec capabilities

3

The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)

4 The switch should be rack mountable

5 Non disruptive Microcode firmware Upgrades and hot code activation

6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end

7

Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic

8 The Switch should be configured with the Zoning and ISL Licenses

9

The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking

10 Support for web based management and should also support CLI

11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access

12

It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status

13

Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)

14 Should provide enterprise-class availability features such as redundant and hotpluggable components

15 Should have Front-to-back airflow and Back-to-front airflow

16 Port to Port latency should be 700 ns

17 The switch should support Inflight Compression and Encryption

18 The switch should have an option for DC power supply also

3 CablingConduiting

4 officecomputer furniturersquos

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45

(vi) Installation commissioning operationalization and operations (for pre-

determined period)

(vii) Project Management Documentation Project activities like Technical

Reviews Schedule Management and Staff deployment etc

(viii) Cabling conduiting as required

(ix) Office furniturersquos computers

(x) Embedded warranty for 3 years and comprehensive non comprehensive

AMC for 2 years

The complete End to End systems will be supplied installed commissioned and operated

as a turnkey project within pre-decided schedule The system requirements are listed in

Annexure-A

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46

Annexure-C

EOI Response Sheet

Requirement Response

Vendor Information

1 Name of Person and Organisation responsible for the information contained in EOI

2 Postal AddressTelephoneFaxemail address

3 ExperienceExpertise in A Meteorological system development and

deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related

field) E Data storage and management F Software design and development

Attach as required

4 Capability in indigenous development of data reception and processing facility (hardware and software)

Attach as required

5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration

Attach as required

6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure

Attach as required

7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs

Attach as required

8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables

Attach as required

9 Describe any third party alliances relationships and dependencies

10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc

Attach as required

11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules

Attach as required

12 Provide information on proposed methodology of carrying out the work

13 Details of deliverables and services offered as part of the EOI

14 Compliance matrix to the EOI Attach as required

15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc

Attach as required

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47

Annexure-D

GENERAL INSTRUCTIONS FOR EOI

1 We invite your proposal duly signed single part in a sealed envelope marked as

follows

Response to EOI MMDRPS Project

2 EOI Bidder related

21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above

22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them

3 Your EOI response should reach us on or before the due date and time Late

proposals received after the due date and time will not be considered

4 Meeting

In order to provide a better understanding of the requirement it is proposed to have a

meeting with the prospective vendors at ANTRIX Bangalore Vendors who are

desirous to attend the meeting may provide details of the representatives attending

the meeting in advance

5 VendorBidder shall discuss among others system engineering aspects design

optimum utilization of satellitecommunication resources the installation plan amp

methodology operations plan training plan warranty amp comprehensive AMC

methodology acceptance procedures and plans etc

6 Vendor shall prepare a detailed specifications document based on the selected

configurationoptionssystemscommitments and make presentation to ANTRIX The

draft specification document shall also include all aspects described above in para

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48

7 Delivery Schedule

The desired delivery schedule for the complete system is 7 to 8 months from the

placement of the purchase order Bidder shall provide the delivery schedule being

proposed along with milestones (like supply of hardwaresoftware installation testing

amp acceptance etc) in the EOI response

8 Any other system or sub system which is relevant for fulfilling implementation of the

scheme shall be brought to the attention by the vendor and detailed in EOI response

9 The vendor submitting response to this EOI and found technically suitable will only be

issued RFP at a later stage

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49

Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited

(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person

2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources

3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person

under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI

4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to

appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application

5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or

opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this

EOI document

Page 44: EOI for MMDRPS - Antrix Corporation for MMDRPS.pdfelectronics, computers, networking, power systems, furniture/fixtures, installation and commissioning. The proposed system will acquire

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44

Gbitsec capabilities

3

The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)

4 The switch should be rack mountable

5 Non disruptive Microcode firmware Upgrades and hot code activation

6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end

7

Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic

8 The Switch should be configured with the Zoning and ISL Licenses

9

The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking

10 Support for web based management and should also support CLI

11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access

12

It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status

13

Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)

14 Should provide enterprise-class availability features such as redundant and hotpluggable components

15 Should have Front-to-back airflow and Back-to-front airflow

16 Port to Port latency should be 700 ns

17 The switch should support Inflight Compression and Encryption

18 The switch should have an option for DC power supply also

3 CablingConduiting

4 officecomputer furniturersquos

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45

(vi) Installation commissioning operationalization and operations (for pre-

determined period)

(vii) Project Management Documentation Project activities like Technical

Reviews Schedule Management and Staff deployment etc

(viii) Cabling conduiting as required

(ix) Office furniturersquos computers

(x) Embedded warranty for 3 years and comprehensive non comprehensive

AMC for 2 years

The complete End to End systems will be supplied installed commissioned and operated

as a turnkey project within pre-decided schedule The system requirements are listed in

Annexure-A

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46

Annexure-C

EOI Response Sheet

Requirement Response

Vendor Information

1 Name of Person and Organisation responsible for the information contained in EOI

2 Postal AddressTelephoneFaxemail address

3 ExperienceExpertise in A Meteorological system development and

deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related

field) E Data storage and management F Software design and development

Attach as required

4 Capability in indigenous development of data reception and processing facility (hardware and software)

Attach as required

5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration

Attach as required

6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure

Attach as required

7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs

Attach as required

8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables

Attach as required

9 Describe any third party alliances relationships and dependencies

10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc

Attach as required

11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules

Attach as required

12 Provide information on proposed methodology of carrying out the work

13 Details of deliverables and services offered as part of the EOI

14 Compliance matrix to the EOI Attach as required

15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc

Attach as required

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47

Annexure-D

GENERAL INSTRUCTIONS FOR EOI

1 We invite your proposal duly signed single part in a sealed envelope marked as

follows

Response to EOI MMDRPS Project

2 EOI Bidder related

21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above

22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them

3 Your EOI response should reach us on or before the due date and time Late

proposals received after the due date and time will not be considered

4 Meeting

In order to provide a better understanding of the requirement it is proposed to have a

meeting with the prospective vendors at ANTRIX Bangalore Vendors who are

desirous to attend the meeting may provide details of the representatives attending

the meeting in advance

5 VendorBidder shall discuss among others system engineering aspects design

optimum utilization of satellitecommunication resources the installation plan amp

methodology operations plan training plan warranty amp comprehensive AMC

methodology acceptance procedures and plans etc

6 Vendor shall prepare a detailed specifications document based on the selected

configurationoptionssystemscommitments and make presentation to ANTRIX The

draft specification document shall also include all aspects described above in para

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48

7 Delivery Schedule

The desired delivery schedule for the complete system is 7 to 8 months from the

placement of the purchase order Bidder shall provide the delivery schedule being

proposed along with milestones (like supply of hardwaresoftware installation testing

amp acceptance etc) in the EOI response

8 Any other system or sub system which is relevant for fulfilling implementation of the

scheme shall be brought to the attention by the vendor and detailed in EOI response

9 The vendor submitting response to this EOI and found technically suitable will only be

issued RFP at a later stage

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49

Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited

(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person

2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources

3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person

under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI

4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to

appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application

5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or

opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this

EOI document

Page 45: EOI for MMDRPS - Antrix Corporation for MMDRPS.pdfelectronics, computers, networking, power systems, furniture/fixtures, installation and commissioning. The proposed system will acquire

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45

(vi) Installation commissioning operationalization and operations (for pre-

determined period)

(vii) Project Management Documentation Project activities like Technical

Reviews Schedule Management and Staff deployment etc

(viii) Cabling conduiting as required

(ix) Office furniturersquos computers

(x) Embedded warranty for 3 years and comprehensive non comprehensive

AMC for 2 years

The complete End to End systems will be supplied installed commissioned and operated

as a turnkey project within pre-decided schedule The system requirements are listed in

Annexure-A

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46

Annexure-C

EOI Response Sheet

Requirement Response

Vendor Information

1 Name of Person and Organisation responsible for the information contained in EOI

2 Postal AddressTelephoneFaxemail address

3 ExperienceExpertise in A Meteorological system development and

deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related

field) E Data storage and management F Software design and development

Attach as required

4 Capability in indigenous development of data reception and processing facility (hardware and software)

Attach as required

5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration

Attach as required

6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure

Attach as required

7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs

Attach as required

8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables

Attach as required

9 Describe any third party alliances relationships and dependencies

10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc

Attach as required

11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules

Attach as required

12 Provide information on proposed methodology of carrying out the work

13 Details of deliverables and services offered as part of the EOI

14 Compliance matrix to the EOI Attach as required

15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc

Attach as required

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47

Annexure-D

GENERAL INSTRUCTIONS FOR EOI

1 We invite your proposal duly signed single part in a sealed envelope marked as

follows

Response to EOI MMDRPS Project

2 EOI Bidder related

21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above

22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them

3 Your EOI response should reach us on or before the due date and time Late

proposals received after the due date and time will not be considered

4 Meeting

In order to provide a better understanding of the requirement it is proposed to have a

meeting with the prospective vendors at ANTRIX Bangalore Vendors who are

desirous to attend the meeting may provide details of the representatives attending

the meeting in advance

5 VendorBidder shall discuss among others system engineering aspects design

optimum utilization of satellitecommunication resources the installation plan amp

methodology operations plan training plan warranty amp comprehensive AMC

methodology acceptance procedures and plans etc

6 Vendor shall prepare a detailed specifications document based on the selected

configurationoptionssystemscommitments and make presentation to ANTRIX The

draft specification document shall also include all aspects described above in para

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48

7 Delivery Schedule

The desired delivery schedule for the complete system is 7 to 8 months from the

placement of the purchase order Bidder shall provide the delivery schedule being

proposed along with milestones (like supply of hardwaresoftware installation testing

amp acceptance etc) in the EOI response

8 Any other system or sub system which is relevant for fulfilling implementation of the

scheme shall be brought to the attention by the vendor and detailed in EOI response

9 The vendor submitting response to this EOI and found technically suitable will only be

issued RFP at a later stage

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49

Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited

(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person

2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources

3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person

under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI

4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to

appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application

5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or

opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this

EOI document

Page 46: EOI for MMDRPS - Antrix Corporation for MMDRPS.pdfelectronics, computers, networking, power systems, furniture/fixtures, installation and commissioning. The proposed system will acquire

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46

Annexure-C

EOI Response Sheet

Requirement Response

Vendor Information

1 Name of Person and Organisation responsible for the information contained in EOI

2 Postal AddressTelephoneFaxemail address

3 ExperienceExpertise in A Meteorological system development and

deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related

field) E Data storage and management F Software design and development

Attach as required

4 Capability in indigenous development of data reception and processing facility (hardware and software)

Attach as required

5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration

Attach as required

6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure

Attach as required

7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs

Attach as required

8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables

Attach as required

9 Describe any third party alliances relationships and dependencies

10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc

Attach as required

11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules

Attach as required

12 Provide information on proposed methodology of carrying out the work

13 Details of deliverables and services offered as part of the EOI

14 Compliance matrix to the EOI Attach as required

15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc

Attach as required

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47

Annexure-D

GENERAL INSTRUCTIONS FOR EOI

1 We invite your proposal duly signed single part in a sealed envelope marked as

follows

Response to EOI MMDRPS Project

2 EOI Bidder related

21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above

22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them

3 Your EOI response should reach us on or before the due date and time Late

proposals received after the due date and time will not be considered

4 Meeting

In order to provide a better understanding of the requirement it is proposed to have a

meeting with the prospective vendors at ANTRIX Bangalore Vendors who are

desirous to attend the meeting may provide details of the representatives attending

the meeting in advance

5 VendorBidder shall discuss among others system engineering aspects design

optimum utilization of satellitecommunication resources the installation plan amp

methodology operations plan training plan warranty amp comprehensive AMC

methodology acceptance procedures and plans etc

6 Vendor shall prepare a detailed specifications document based on the selected

configurationoptionssystemscommitments and make presentation to ANTRIX The

draft specification document shall also include all aspects described above in para

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48

7 Delivery Schedule

The desired delivery schedule for the complete system is 7 to 8 months from the

placement of the purchase order Bidder shall provide the delivery schedule being

proposed along with milestones (like supply of hardwaresoftware installation testing

amp acceptance etc) in the EOI response

8 Any other system or sub system which is relevant for fulfilling implementation of the

scheme shall be brought to the attention by the vendor and detailed in EOI response

9 The vendor submitting response to this EOI and found technically suitable will only be

issued RFP at a later stage

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49

Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited

(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person

2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources

3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person

under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI

4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to

appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application

5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or

opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this

EOI document

Page 47: EOI for MMDRPS - Antrix Corporation for MMDRPS.pdfelectronics, computers, networking, power systems, furniture/fixtures, installation and commissioning. The proposed system will acquire

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47

Annexure-D

GENERAL INSTRUCTIONS FOR EOI

1 We invite your proposal duly signed single part in a sealed envelope marked as

follows

Response to EOI MMDRPS Project

2 EOI Bidder related

21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above

22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them

3 Your EOI response should reach us on or before the due date and time Late

proposals received after the due date and time will not be considered

4 Meeting

In order to provide a better understanding of the requirement it is proposed to have a

meeting with the prospective vendors at ANTRIX Bangalore Vendors who are

desirous to attend the meeting may provide details of the representatives attending

the meeting in advance

5 VendorBidder shall discuss among others system engineering aspects design

optimum utilization of satellitecommunication resources the installation plan amp

methodology operations plan training plan warranty amp comprehensive AMC

methodology acceptance procedures and plans etc

6 Vendor shall prepare a detailed specifications document based on the selected

configurationoptionssystemscommitments and make presentation to ANTRIX The

draft specification document shall also include all aspects described above in para

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48

7 Delivery Schedule

The desired delivery schedule for the complete system is 7 to 8 months from the

placement of the purchase order Bidder shall provide the delivery schedule being

proposed along with milestones (like supply of hardwaresoftware installation testing

amp acceptance etc) in the EOI response

8 Any other system or sub system which is relevant for fulfilling implementation of the

scheme shall be brought to the attention by the vendor and detailed in EOI response

9 The vendor submitting response to this EOI and found technically suitable will only be

issued RFP at a later stage

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49

Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited

(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person

2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources

3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person

under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI

4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to

appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application

5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or

opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this

EOI document

Page 48: EOI for MMDRPS - Antrix Corporation for MMDRPS.pdfelectronics, computers, networking, power systems, furniture/fixtures, installation and commissioning. The proposed system will acquire

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48

7 Delivery Schedule

The desired delivery schedule for the complete system is 7 to 8 months from the

placement of the purchase order Bidder shall provide the delivery schedule being

proposed along with milestones (like supply of hardwaresoftware installation testing

amp acceptance etc) in the EOI response

8 Any other system or sub system which is relevant for fulfilling implementation of the

scheme shall be brought to the attention by the vendor and detailed in EOI response

9 The vendor submitting response to this EOI and found technically suitable will only be

issued RFP at a later stage

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49

Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited

(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person

2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources

3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person

under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI

4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to

appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application

5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or

opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this

EOI document

Page 49: EOI for MMDRPS - Antrix Corporation for MMDRPS.pdfelectronics, computers, networking, power systems, furniture/fixtures, installation and commissioning. The proposed system will acquire

ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49

Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited

(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person

2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources

3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person

under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI

4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to

appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application

5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or

opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this

EOI document