545
REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI- Bhubaneswar Tender No: /4 (20)/1518/STPI-BH/2016 Date: 20/01/2017 Software Technology Parks of India C-Ground Zero, Fortune Towers, C.S. Pur, Bhubaneswar 751023, Odisha, India Tel: +91-674-2300412 / 2300413 / 2300787 / 2300358, Fax: +91-674-2302307 URL: www.bbs.stpi.in

REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

  • Upload
    others

  • View
    12

  • Download
    0

Embed Size (px)

Citation preview

Page 1: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

REQUEST FOR PROPOSAL

For

Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-

Bhubaneswar

Tender No: /4 (20)/1518/STPI-BH/2016

Date: 20/01/2017

Software Technology Parks of India

C-Ground Zero, Fortune Towers, C.S. Pur, Bhubaneswar – 751023, Odisha, India Tel: +91-674-2300412 / 2300413 / 2300787 / 2300358, Fax: +91-674-2302307

URL: www.bbs.stpi.in

Page 2: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 2

Table of Contents

1 Fact Sheet ................................................................................................................................................. 9

2 About Software Technology Parks of India (STPI): ................................................................................. 11

3 Background of the project ..................................................................................................................... 12

4 Objective & Brief Scope of Work ........................................................................................................... 15

4.1 Objective .................................................................................................................................... 15

4.2 Brief Scope of Work ................................................................................................................... 15

5 Invitation for Bids ................................................................................................................................... 18

5.1 Pre-Qualification Criteria ........................................................................................................... 18

5.2 Technical Evaluation Criteria...................................................................................................... 21

5.3 Pre-bid Meetings Clarification ................................................................................................... 25

5.4 Responses to pre-proposal queries and issue of corrigendum ................................................. 25

5.5 Amendment of Proposals: ......................................................................................................... 26

5.6 Language of Proposal & Correspondence: ................................................................................. 26

5.7 Period of validity of Proposals: .................................................................................................. 26

5.8 Proposal prices ........................................................................................................................... 27

5.9 Right to terminate the process .................................................................................................. 27

5.10 Earnest money deposit .............................................................................................................. 27

5.11 Submission of the Proposal:....................................................................................................... 28

5.12 Completeness of Tender Offer: .................................................................................................. 31

5.13 Deadline for Submission of Proposals: ...................................................................................... 31

5.14 Late proposals: ........................................................................................................................... 32

5.15 Modification and withdrawal of bids ......................................................................................... 32

5.16 Opening of proposals by STPI: ................................................................................................... 32

5.17 STPI's Right to accept and to reject any or all proposals: .......................................................... 32

5.18 Rejection of Bids ........................................................................................................................ 33

5.19 Evaluation Process ..................................................................................................................... 33

5.20 Tender evaluation ...................................................................................................................... 34

5.21 Notification of Acceptance of Proposal: .................................................................................... 36

5.22 Contacting STPI .......................................................................................................................... 36

6 General Conditions of Contract ............................................................................................................. 37

6.1 Definitions .................................................................................................................................. 37

6.2 Award of contract ...................................................................................................................... 39

6.3 Execution of contract ................................................................................................................. 40

Page 3: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 3

6.4 Duration of contract ................................................................................................................... 40

6.5 System Integrator’s Obligation .................................................................................................. 40

6.6 Reporting Progress: .................................................................................................................... 41

6.7 Knowledge of Site Conditions: ................................................................................................... 42

6.8 Termination clause ..................................................................................................................... 42

6.9 Consequences of Termination ................................................................................................... 43

6.10 Liquidated damages (LD) ............................................................................................................ 43

6.11 Service Level and Penalty ........................................................................................................... 44

6.12 Category of SLA’s........................................................................................................................ 44

6.13 Dispute resolution and Arbitration ............................................................................................ 46

6.14 Force Majeure ............................................................................................................................ 46

6.15 Failure to agree with terms & conditions of the contract ......................................................... 47

6.16 Indemnity ................................................................................................................................... 48

6.17 Fraud and Corrupt practices ...................................................................................................... 48

6.18 Termination for Default ............................................................................................................. 50

6.19 Termination for Insolvency ........................................................................................................ 50

6.20 Termination for convenience ..................................................................................................... 50

6.21 Consequences of Termination ................................................................................................... 51

6.22 Exit Management Plan ............................................................................................................... 51

6.23 Law Governing Contract............................................................................................................. 53

6.24 Notices ....................................................................................................................................... 53

6.25 Taxes and Duties ........................................................................................................................ 53

6.26 Insurance .................................................................................................................................... 54

6.27 STPI Obligation ........................................................................................................................... 54

6.28 Performance Bank Guarantee.................................................................................................... 54

6.29 Statutory requirements ............................................................................................................. 55

6.30 Contract administration ............................................................................................................. 55

6.31 Price Revision ............................................................................................................................. 56

6.32 Applicability of Liquidated Damages .......................................................................................... 56

6.33 Continuance of Contract ............................................................................................................ 56

6.34 Conflict of interest ..................................................................................................................... 56

6.35 Severance ................................................................................................................................... 57

6.36 Limitations of Liability ................................................................................................................ 57

6.37 “No Claims” certificate ............................................................................................................... 57

6.38 Relationship between the Parties .............................................................................................. 57

Page 4: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 4

6.39 No Assignment ........................................................................................................................... 58

6.40 Survival ....................................................................................................................................... 58

6.41 Entire Contract ........................................................................................................................... 58

6.42 Jurisdiction of courts .................................................................................................................. 58

6.43 Non Waiver ................................................................................................................................ 58

6.44 Modification ............................................................................................................................... 59

6.45 Application ................................................................................................................................. 59

6.46 Delay and Non-Conformance ..................................................................................................... 59

6.47 Confidentiality ............................................................................................................................ 59

6.48 Right of monitoring, Inspection and Audit ................................................................................. 59

6.49 Information Security .................................................................................................................. 60

6.50 Publicity ...................................................................................................................................... 60

6.51 Acceptance Tests ....................................................................................................................... 61

6.52 Patents ....................................................................................................................................... 61

6.53 Commencement of Operations ................................................................................................. 62

6.54 Up keeping of the equipment .................................................................................................... 62

6.55 Employees of the System Integrator (Implementation & Operations Team) ............................ 62

6.56 Statutory and other obligations regarding Workmen ............................................................... 63

6.57 Safety Regulations ...................................................................................................................... 63

6.58 Warranty of Equipment ............................................................................................................. 63

6.59 OEM Certification ....................................................................................................................... 64

6.60 O&M and AMC of Equipment .................................................................................................... 65

6.61 Performance & Spares ............................................................................................................... 65

6.62 Ownership of Documents: ......................................................................................................... 65

6.63 Manpower deployment ............................................................................................................. 65

6.64 Project Timelines ........................................................................................................................ 68

6.65 Payment Schedule ...................................................................................................................... 70

7 Design considerations for the STPI Data Centre .................................................................................... 72

7.1 Location and Environment ............................................................................................................. 72

7.2 Functional Areas ............................................................................................................................ 72

7.2.1 Datacentre ................................................................................................................................. 72

7.2.2 HT/Transformer yard ................................................................................................................. 73

7.3 Server Farm .................................................................................................................................... 73

7.4 Power Supply Distribution ............................................................................................................. 73

7.5 Cooling ........................................................................................................................................... 75

Page 5: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 5

7.6 Safety and Security Systems .......................................................................................................... 75

7.6.1 Fire detection and suppression coverage requirement ............................................................. 76

7.7 Passive Networking ........................................................................................................................ 77

7.8 Phase -1 and Phase 2 Components ................................................................................................ 77

7.9 Design Guidelines ........................................................................................................................... 78

8 Scope of Work ........................................................................................................................................ 78

8.1 Data Centre Tier-III Certification by Uptime Institute (UI): ............................................................ 78

8.2 Data Centre Building ...................................................................................................................... 79

8.2.1 Civil Works.................................................................................................................................. 79

8.2.2 Electrical System: ....................................................................................................................... 79

8.2.3 Cooling System: .......................................................................................................................... 80

8.2.4 Safety and Security System: ....................................................................................................... 80

8.2.5 Monitoring System: .................................................................................................................... 81

8.2.6 Racks and PDU: .......................................................................................................................... 81

8.2.7 Structured Cabling: .................................................................................................................... 82

8.2.8 Active Component: .................................................................................................................... 82

8.2.9 Site Miscellaneous: .................................................................................................................... 82

8.2.10 Statutory Compliance: ............................................................................................................... 83

9 Technical Specifications: ........................................................................................................................ 84

9.1 Civil ................................................................................................................................................. 84

9.1.1 Raised Floor ................................................................................................................................ 84

9.1.2 False Ceiling ................................................................................................................................ 85

9.2 Fire Rated partition, Fire rated Glass & fire rated Doors & Ramps ............................................... 86

9.3 Furniture and Miscellaneous Work ................................................................................................ 87

10 Electrical ................................................................................................................................................. 89

10.1 Transformer & Substation.............................................................................................................. 89

10.2 Diesel Generator ............................................................................................................................ 96

10.3 Uninterrupted Power Supply ....................................................................................................... 106

10.4 Bus bar Trunking .......................................................................................................................... 113

10.5 Electrical Switch Board ................................................................................................................. 115

10.6 Air Circuit Breaker ........................................................................................................................ 118

10.7 Molded Case Circuit Breaker ....................................................................................................... 121

10.8 Energy Meter ............................................................................................................................... 125

10.9 TVSS .............................................................................................................................................. 126

10.10 Capacitor Bank ......................................................................................................................... 127

Page 6: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 6

10.11 LT Cables .................................................................................................................................. 130

10.12 Power Cable Tray ..................................................................................................................... 136

10.13 Floor PDU ................................................................................................................................. 137

10.14 Grounding System .................................................................................................................... 143

10.15 Lighting ..................................................................................................................................... 144

10.16 Conduits, Wiring, Switches and Accessories ............................................................................ 145

11 Cooling and Mechanical ....................................................................................................................... 147

11.1 Precision Air Conditioner ............................................................................................................. 147

11.2 Row Based Cooling ....................................................................................................................... 153

11.3 Cold Aisle Containment ................................................................................................................ 158

11.4 Cassette Air Condition.................................................................................................................. 164

12 Safety and Security .............................................................................................................................. 166

12.1 Addressable Fire Detection & Alarm System ............................................................................... 166

12.2 Public Address System ................................................................................................................. 177

12.3 Digital Rodent Repellent System.................................................................................................. 180

12.4 NOVEC 1230 Gas based Fire Suppression System ....................................................................... 182

12.5 High Sensitivity Smoke Detection System.................................................................................... 185

12.6 Access Control System ................................................................................................................. 189

12.7 CCTV System ................................................................................................................................ 217

12.8 Turnstile ....................................................................................................................................... 225

12.9 Water Leakage Detection System ................................................................................................ 226

13 Monitoring System ............................................................................................................................... 231

13.1 Building Management System ..................................................................................................... 231

13.2 Data Centre Infrastructure Management: ................................................................................... 256

14 Racks and PDU ..................................................................................................................................... 265

14.1 Racks ............................................................................................................................................ 265

14.2 IP PDU .......................................................................................................................................... 266

15 Structured Cabling (Non Intelligence solution) .................................................................................... 268

15.1 Fibre ............................................................................................................................................. 271

15.2 Copper .......................................................................................................................................... 272

15.3 Fibre Runner ................................................................................................................................. 275

15.4 Wire Basket .................................................................................................................................. 275

16 Active Component ............................................................................................................................... 277

16.1 Routers ......................................................................................................................................... 277

16.2 Switches (Core Switch & Distribution Switch) ............................................................................. 279

Page 7: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 7

16.2.1 Switch Requirement: ................................................................................................................ 279

16.3 Blade Chassis with Server ............................................................................................................ 282

16.4 External Firewall ........................................................................................................................... 285

16.5 Internal Firewall ........................................................................................................................... 291

16.6 Enterprise Management System Specification ............................................................................ 292

16.7 End Point Protection for Servers and PCs .................................................................................... 300

17 Operation & Maintenance ................................................................................................................... 302

18 Project Management ........................................................................................................................... 319

18.1 Testing and Commissioning ......................................................................................................... 321

18.2 Final Acceptance Testing .............................................................................................................. 321

18.3 Training ........................................................................................................................................ 322

18.4 Documentation ............................................................................................................................ 323

19 HSE ....................................................................................................................................................... 325

Proforma and Schedules .............................................................................................................................. 335

Annexure 1: Proposal submission check-List ........................................................................................... 335

Annexure 2: Declaration regarding acceptance of Terms & Conditions of RFP ...................................... 339

Annexure 3: Declaration regarding clean track record ............................................................................ 340

Annexure 4: Earnest Money Deposit – Forwarding Letter ...................................................................... 341

Annexure 5: Bank Guarantee Format for furnishing Earnest Money Deposit ......................................... 343

Annexure 6: Company Profile .................................................................................................................. 345

Annexure 7: Format for providing CV for each suggested member ........................................................ 346

Annexure 8: Format for providing organization experience ................................................................... 350

Annexure 9: Detailed timeline and work Plan ......................................................................................... 350

Annexure 10: Resource deployment plan ............................................................................................... 352

Annexure 11: Authorization letter from Original Equipment Manufacturer (OEM) ............................... 353

Annexure 12: Commitment letter of support from Original Equipment Manufacturer (OEM) .............. 355

Annexure 13: Software manufacturer authorization and support form ................................................. 357

Annexure 14: Format for Bill of Material ................................................................................................. 359

Annexure 15: Format for Bill of Quantity ................................................................................................ 360

Annexure 16: Proforma for Bank Guarantee (PBG) towards performance security ............................... 361

Annexure 17: Format of Commercial Proposal Document ...................................................................... 364

Annexure 18-Format for Financial Quotations ........................................................................................ 367

FORMAT-18A (PHASE-I) ........................................................................................................................... 367

Annexure 19: Technical specification compliance ................................................................................... 384

Annexure 20: Draft Contract Agreement ................................................................................................. 543

Page 8: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 8

Appendix 21: Format for Power of Attorney for Signing of Proposal ...................................................... 545

Page 9: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 9

1 Fact Sheet

Sl. No Particulars Details

01 Proposal inviting agency Software Technology Parks of India,

Bhubaneswar

02 Start date of Uploading

document

05/12/2016

03 Proposal Document Fee Rs.50,000/- in form of DD / Bankers’

Cheque in favour of “Software Technology

Parks of India” payable at Bhubaneswar

from a nationalized / scheduled commercial

bank in India. The tender fee is inclusive of

5% VAT.

04 Last date and time for

Submission of Queries seeking

clarification

19/12/2016 by 02.00 PM

05 The contact information for

requesting clarifications/

Queries/Site Visit is

Mr. Susil Sethy, Dy. Director

STPI, C-Ground Zero, Fortune Towers, C.S.

Pur, Bhubaneswar-751023, Odisha

Phone:+91-674-2300412/413/787

Fax: +91-674-2302307,

E-mail: [email protected]

06 Pre-Bid Conference

20/12/2016 by 3.30 PM at Conference Hall,

STPI Incubation Complex, PD Market, CRP

Square, Bhubaneswar-751012

07 Response to pre-bid queries

27/12/2016

09 Last date and time for

submission of proposal

20/02/2017 by 02.00 PM

10 EMD/Proposal Security amount

Rs.50,00,000/- (Fifty lakhs only) in shape

of Bank Guarantee in the prescribed format

in favour of “Software Technology Parks of

India” payable at Bhubaneswar from a

nationalized / scheduled commercial bank

Page 10: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 10

Sl. No Particulars Details

in India.

10 Opening of proposal 21/02/2017 by 04.00 PM

11 Date for technical presentation To be intimated later.

12 Opening of financial proposal

(for technically qualified

bidders)

To be intimated later.

13 Language of the proposal This proposal should be filled in English

language only. If any supporting

documents are to be submitted, in any

other language other than English, then

translation of the same in English

language, attested by the bidder should be

attached.

14 Proposal currency Prices shall be quoted in Indian Rupees

(INR)

Page 11: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 11

2 About Software Technology Parks of India (STPI):

Software Technology Parks of India (STPI) was established in the year of 1991 by Ministry

of Communications & IT, under Department of Electronics & IT, (The then Department of

Electronics) Govt. of India with distinct focus for promotion of IT/ITeS exports from the

country by providing single window regulatory services under STP & EHTP schemes, plug &

play incubation facilities for the start-up companies and young entrepreneurs as well as

High Speed Data communication services for a seamless access for offshore IT/ITeS

exports. STPI has been successfully delivering Statutory services to the IT/ITeS industries in

most industry friendly environment and has earned the goodwill of the industry for its liberal

style of functioning. A fact that is aptly proven by the stupendous growth in exports by STP

units from Rs. 52 crores in 1992-93 to a staggering Rs. 3,08,000 Crores in 2015-16.

Working closely with all the stakeholders STPI has played a key role in creating Brand India

and transforming the country as most preferred IT destination. STPI has also played a

phenomenal role in promoting Tier-II/Tier-III cities of the Country. Out of 55 STPI centres,

46 Centres are in Tier-II and Tier-III locations with an objective of a uniform and overall

development of IT/ITES exports across the country.

STPI has also been instrumental in promoting IT exports from the state of Odisha. Over the

years STPI has put new milestones in IT exports of the State. STPI is instrumental for

attracting blue-chip IT companies and played phenomenal role in the growth IT exports

from the State which recorded around Rs.2800 crores during 2015-16 putting the State in

commendable position in the IT Map of the Country. STPI’s efforts have created huge direct

and indirect employments and overall development of economy of the state.

Page 12: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 12

3 Background of the project

In line with the global trends, the Indian data centre market is buoyed by the positive

sentiments in the economy and the strong resurgence of growth-related projects across

verticals such as banking, insurance, telecom and the government. According to research

firm Gartner, Indian data centre infrastructure market, comprising of server, storage and

networking equipment saw a 5.4 % increase to $2.03 billion in 2015. STPI has always

provided unique tailor made solutions for various problems of its customers. STPI brand

name is trusted and proven, therefore, it can leverage its brand value to build and sell data

centre space to Govt. as well as private customers.

The Information Technology (IT) and Information Technology Enabled Services (ITES) and

the Electronic Hardware units have acted as a bulwark for turning India into an IT

superpower over past 20 years. The sector has aggregated revenue of USD 142 billion in

FY 2015-16.This sector is highly export intensive and about 70% of the total revenue is

generated through exports. It is estimated that, about 3.51 million people are directly

employed in this sector in 2015-16.

India with its qualified technical work force has earned a name for itself on a global scale in

the arena of IT and ITES. With emergence of e-Governance initiatives across the country,

there is adoption of e-Governance to improve accessibility, transparency and efficiency in

every sphere of Government activities. The Government aims to leverage Information

Technology for deployment of citizen friendly e-Governance applications to make it possible

for millions of citizens to access services electronically in self-service mode using mobile

phones and the Internet or through assisted service points. With wider implementation of e-

Governance Projects by the Government and Private as well as Corporate, requirement of

secure storage of data is growing exponentially.

Why Bhubaneswar?

A land of opportunities, the State of Odisha, has already scaled enviable heights of

achievements in IT exports, churning out IT professionals, creating IT infrastructure etc.

Odisha is the only destination in the Eastern India where all IT majors such as Infosys, TCS,

Wipro, Tech Mahindra and Mindtree have set up their Development Centres. Bhubaneswar

was among first three cities along with Pune & Bangalore where Govt. of India had

established STPI centres during the year 1991. The IT major Infosys was set up its first

offshore Development at Bhubaneswar outside Karnataka during the year 1996.

Page 13: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 13

According to NASSCOM -AT Kearney Study Report, Bhubaneswar was among top 15

Level II cities which can comfortably challenge the leaders. All the locations were analysed

on the parameters like talent pool available, infrastructure, social environment, business

enablers, Government support and cost of operations. Bhubaneswar has emerged as No. 1

in the smart city challenge among 97 cities in the country and is also the 3rd best city in

India to do business (World Bank)

Endowed with rich mineral resources and surplus power, the State of Odisha has attracted

investment intentions to the tune of over US$100 billion to be spread over next 7-10 years

in sectors like metals, petrochemicals, power, IT, hospitality and higher education. Business

conglomerates like Tatas, Aditya Birla, Jindal, Vedanta, Reliance, and ADAG have made

Odisha their destination of Choice. These investments in turn would create newer

opportunities and market for local IT industries. Today, the state has caught the eyeball of

the business world and is home to several Indian and global industry leaders who have

found their preferred turf to take on the world from here.

Software Technology Parks of India (STPI) has spearheaded for last two decades in

providing Data communication and value added services which includes high speed internet

leased lines, storage and business continuity services, web hosting and collocation and

disaster management services etc. STPI has contributed significantly catering the need of

IT/ITES Industries and building a strong foundation for better and more transparent

governance and assisting the Government's endeavor to reach the unreached.

With the increased expectations from citizens for online services and the number of

automation projects being launched by the Government and private as well as corporate

clients, the data centre requirements are growing exponentially. There is a need to set up

strategic infrastructure that facilitates high availability, quick scalability, efficient

management & optimized utilization of resources.

To fulfill this requirement, STPI-Bhubaneswar intends to set up state-of-the-art Tier III

standard Data Centre at Bhubaneswar to be certified by the Uptime Institute for design &

facility. This Data Centre will cater to the need of Govt. / PSUs / Institutions/ Industries and

other agencies alike.

Page 14: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 14

The deployment of Uptime institute certified Tier-III standard data centre in Bhubaneswar

will serve as a central data repository, secure data storage services, online delivery of

citizen centric services, disaster recovery facilities, remote management and service

integration to enable the Government/MNCs/Private organizations to host their

public/private data to be used by users locally/globally.

Proposed Data Centre details:

The DC will be built on the second floor of the STPI Elite building. The TIER-III DC is

proposed to have a total area of 7500 sq. ft. out of which approx. 3500 sq. ft. will be server

farm area including Network & POI rooms.

The data centre capacity has been planned to accommodate more than hundred (100) 42U

racks to take care of the STPI requirements for the next 5 years. The site preparation at

second floor of the STPI Elite building will be carried out as per industry best practices for

Tier-III Data Centre. The proposed data centre shall give rack space and the premium data

centre infrastructure services to the concerned Departments/PSUs/ Govt. agencies and

business entities in an environment that meets the need for reliability, availability,

scalability, security and serviceability.

It is envisaged that the proposed data centre will offer best-in-class services including

dedicated server hosting, managed and unmanaged services and co-location services.

Implementation will be done in two stages involving the Non- IT equipment and IT

equipment and tools.

Page 15: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 15

4 Objective & Brief Scope of Work

4.1 Objective

With the increased expectations from citizens for online services and the number of e-

Governance Projects, SMART city project and other large scale projects being launched by

the Government and as well as Corporate clients, the Data Centre requirements are growing

exponentially. There is a need to set up strategic infrastructure that facilitates high

availability, quick scalability, efficient management & optimized utilization of resources.

To fulfill this requirement, STPI-Bhubaneswar intends to set up state-of-the-art Data Centre

at Bhubaneswar of Uptime Institutes design & facility certified Tier-III Standard to cater the

need of Industries and other agencies. Based upon the business and technical requirements,

customers may select from various range of services tailor made for the customers such as

co-location services, managed services as well as cloud and DR services which are planned

to be offered based on the requirement of the customers.

4.2 Brief Scope of Work

The scope of the project is given below:

Turnkey implementation of the Datacentre at Second Floor, STPI Elite Building,

Gothapatana, Bhubaneswar with the following subsystems:

Certification of Tier III data centre design and construction facility by Uptime Institute

with the help of the consultant M/s Deloitte Touche Tomatsu India LLP.

Civil and Interiors comprising construction of fire rated walls, partitions, false ceiling,

flooring, and associated works as per specifications.

Supply, installation, testing and commissioning of HT Electrical systems including HT

breakers ring main circuit, transformers and accessories as per the design criteria, SLD

and specifications.

Supply, installation, testing and commissioning of Diesel Generators, AMF, DG panels

and fuel tanks as per design criteria, SLD and specifications.

Construction of powerhouse for housing HT breakers and LT Panels. Space for LT panel

room will be provided in basement so construction of room is not required. HT breaker

panel located perimeter of the building so bidder has to provide the fens for

transformenr yard and HT panel yard

Page 16: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 16

UPS and Power Distribution System comprising supply, installation, testing and

commissioning of UPS system, LT panels, power distribution and earthing as per

specifications.

Supply, installation, testing and commissioning of Precision Air-conditioning System for

the server room, Network and Telecom rooms and UPS room.

Supply and installation of cold aisle containment for server room 1, 2 3, & 4 as per the

design layout.

Comfort Air-conditioning system: Design, supply, installation, testing and

commissioning of ductable air-conditioning system for DC - NOC room, panel room, and

staging room.

Safety and Security System: Design, supply, installation, testing and commissioning of

security systems comprising the following components:

Fire alarm System

Public address system

Aspiration based fire detection system (VESDA)

NOVEC gas based fire suppression system

Access control system

CCTV surveillance system

Water leakage detection system

Rodent Repellent System

Intelligent Building Management System

Passive networking solution: Design, supply, installation, testing and commissioning of

fibre and copper based cabling system for the Data centre

Supply, installation, testing, commissioning and configuration of active components

(Core Routers, NGN Firewall, Core Switch ( 24 Port), Distribution Switch ( 48 Port),

Blade chassis along with server, Enterprise management Suite, License ( Windows and

Linux), , Antivirus.

The project is a turnkey project and hence any additional services / responsibilities /

supply / works, which are not explicitly mentioned in this RFP but inherent, customary

part of the requirement for proper performance of data centre and completion of the

installation & commissioning, shall be in the scope of the bidder.

Long term Operation and Maintenance of the Datacentre for a period of 5 years from

the date of completion of the project and acceptance by STPI.

Page 17: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 17

Datacentre Infrastructure Management System (DCIM) & EMS will be treated as an

optional item, but it has to be quoted. However STPI will decide the requirement

during the implementation

Any other scope or services as required by STPI in relation to the uptime certified Tier

III Data Centre.

The bidder shall obtain all statutory approval as below and the fees will be reimbursed

as per the actuals :

o DG set – State Pollution Control Board.

o HSD Tank – Petroleum Explosive Safety Organization (PESO).

o Safety & Electrical Demand – CESU, Odisha & all other local compliances.

o Fire NOC: Director General Fire Service, Home Department, Odisha etc.

o Any other statutory compliances/clearances as required from any statutory

bodies for Design, Build and O&M of Uptime Institute certified Data Centre for

STPI-Bhubaneswar

o STPI reserves the right to amend any of the terms and conditions in relation to the

scope of work and may issue such directions which are not necessarily stipulated

therein if it deems necessary for the fulfilment of the scope of work outlined in the

scope of work of the RFP. For any additional requirement or change in the scope, the

change management process is allowed as per mutually agreed terms and conditions

between the parties

Page 18: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 18

5 Invitation for Bids

Software Technology Parks of India (STPI), Bhubaneswar invites offer/proposal from

interested data centre contractors / System Integrators for "Design, Build and O&M of

Uptime Institute design and constructed facility certified Data Centre for STPI-

Bhubaneswar”. The RFP is issued by STPI, under Ministry of Electronics & Information

Technology, Government of India, for Selection of System Integrator for Design, Build and

O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar. This RFP document is

being published on web Portal http://eprocure.gov.in, http://www.bbs.stpi.in,

http://www.stpi.in.

Overall Scope and objective of this RFP is to select a System Integrator for Design, Supply,

Installation, Commissioning, Configuration, Operations and maintenance of physical and IT

infrastructure for Tier-III uptime certified Data Centre of STPI-Bhubaneswar for a period of

five years.

5.1 Pre-Qualification Criteria

The bidder should have mandatory & desirable pre-qualification as per the following Tables.

The proposal of the bidders who are only fulfilling the mandatory pre-qualification criteria

shall be considered for technical evaluation. The offer will be rejected if the bidder does not

fulfil any mandatory pre-qualification criteria. However, the bidders having desirable pre-

qualification will be given due weightage in bid evaluation.

Mandatory Pre-Qualification Criteria:

S. No. Mandatory Qualification Supporting document

i. 1

The bidder must be a company

registered in India under Indian

Companies Act, since last 5 years as

on 31st March 2016.The bidder must

have VAT registration for the State

of Odisha, and registered with

Service Tax registration authorities.

NB :

Bid submitted by a company which

a. Copy of Certificate of Incorporation.

b. Copy of Service Tax Registration

Certificate.

c. Copy of VAT registration.

d. Self-Certification of being in the Data

Centre business for last 3 years.

Page 19: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 19

S. No. Mandatory Qualification Supporting document

has acquired a company or division

shall also be considered for

evaluation if the eligibility criteria is

met jointly between the bidder and

company or division acquired.

ii. 2

Bidder must have made a payment

of Rs. 50,000.00 (Rupees fifty

thousand Only)for the tender

document fee

Appropriate Demand Draft / Banker’s

Cheque from nationalized / scheduled

commercial bank

iii. 3

Bidder must have submitted EMD for

Rs. 50,00,000.00 (Rupees Fifty

Lakhs only). The EMD should be

valid for minimum 180 days from

the last date of submission of the

Bid.

The EMD in form of Bank Guarantee in

the prescribed format.

iv. 4

The bidder must have an average

annual turnover of Rupees Five

Hundred Crores for last three

financial years (FY 2013-14, 14-15

and 15-16).

Extracts from the audited Balance sheet

and Profit & Loss; OR Certificate from

the statutory Auditor for the average

annual turnover.

v. 5

The bidder must be a profitable

company having positive net worth

for last three financial years.

Certificate from Statutory Auditor / shall

submit the certificate of solvency, issued

by its Statutory Auditor

vi. 6

The Bidder must have valid ISO

9001:2008 certificate as on the last

date of submission of bids.

Copy of valid ISO 9001:2008 certificates.

vii. 7

The bidder must have constructed at

least one Data Centre in India for

Central or State Government / PSU /

Telecom or IT Companies/Banking or

Financial Institutions worth more

than 25 Crores of Tier III and above

standards of at least 5000 sq. ft. and

capacity of 100 or more racks.

Note: Bidder’s in house Data

Centre shall not be considered

for evaluation

Copy of Work Order / Purchase Order /

Contract Agreement / Completion

Certificate. The Data Centre should have

become operational as on bidding date.

The bidder has to submit the

letter/completion certificate from the

client as a confirmation of the data

centre standard.

viii. 8

The bidder must have at least 100

full time qualified professionals

(excluding dedicated staff for

customer support/call centre) on its

Self-declaration certificate by authorized

signatory or Head of Human resources

on company’s letter head along with

Page 20: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 20

S. No. Mandatory Qualification Supporting document

payroll as on March 31, 2016. Such

professionals should hold degrees

such as B.E./ B. Tech./ MBA/MCA

and certifications such as

PMP/CDCP/CDCS/ATD/ATS/ITIL/

CCNA/CCNP/MCP etc.

extracts from PF statement / muster roll.

ix. 9

The bidder should not have been

blacklisted by any Department,

institute / Organization of

Government of India / State

Governments in India

Undertaking on the company’s letter

head by the authorized signatory.

As per annexure-III.

x. 10

The bidder should have experience

in providing onsite support and

facility management services in

minimum of One Data Centre site.

Copy of Work Order / Agreement /

Completion Certificate OR Proof of

suitable verifiable document

xi. 11

The bidder must be an

OEM/authorized partner of all the

OEMs for the products quoted.

The bidder should submit valid letter

from the OEMs confirming following:

Tender specific authorization for bidder

as per Annexure-11.

The OEM should include the contact

number official e-mail ids of the person

signing the letter. STPI may verify the

genuineness of the letter.

xii. 12

The proposal must be signed by an

authorized signatory (having power

of attorney / authorized by board

resolution) on each page of the

proposal document including

enclosures.

Copy of board resolution and / or power

of attorney shall be submitted along with

technical proposal. Failing of which the

Bid will be rejected.

xiii. 13

The bidder's agency/contractor

appointed by the bidder for

execution of the electrical work

should have valid electrical license

from Government of Odisha since

major & vital works related to the

construction of DC is electrical in

nature and involves manpower

deployment.

Copy of the valid electrical license in

favour of the Company

xiv. 14 The bidder Should have on its

payroll at least one Accredited Tier

Designer(ATD) certified by Uptime

Copy of ATD Certificate of the Employee

along with PF document towards proof of

employment in the Bidding Company

which may be verified with Uptime.

The letter from HR can be submitted

along with the bid.

Page 21: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 21

S. No. Mandatory Qualification Supporting document

xv. 15

The full-fledged, after Sales Service

facility with Spare stores of

approved OEM/ OEM’s authorised

service provider of the major

components like UPS, Precision Air

Conditioners, Electrical

Transformer/PSS, & DG sets should

have presence in Odisha to ensure

prompt service support.

Copy of Service Tax/VAT Registration/

Registration under Odisha Shop &

Establishment Certificate of OEM along

with Address Proof (Electricity/BSNL

Telephone Bill) and employee details of

the OEM/OEM’s authorised service

provider

Note: The company owned facility of

the OEM/OEM's authorised service

provider undertaking shall be

considered

5.2 Technical Evaluation Criteria

Technical evaluation of each bidder shall be carried out to conform to tender requirements.

During this stage the technical evaluation shall comprise of (a) Determining the Bidder’s

eligibility Criteria as per the Pre-qualification and (b) to assess Bidder’s technical capabilities

as per the desired Qualification & Detailed Technical Proposal. Bidder who meet eligibility

criteria and score minimum of 70% marks in the technical evaluation as per the below Table

shall be considered for opening of commercial Bid.

# Criteria / Sub-Criteria Description/Response expected

from bidder

Max

marks

1. Bidder should have been in the

business for a period exceeding

five years as on 31st March 2016

The bidder would be evaluated based

on following criteria

≤5 Relevant Years = 0 marks

6 - 10 Relevant Years = 5 marks

11-15 Relevant years = 7 marks

>15 Relevant Years = 10 marks

10

2.

The bidder should have a

positive net worth and an

average turnover of more

The bidder would be evaluated based

on following criteria

≥ INR 500 - INR 1000 Crores =5

10

Page 22: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 22

than INR 500 crores for each

of the last three financial

years ending on 31.03.2016.

marks

INR 1001 -INR 1500 Crores = 7

marks

> INR 1500 Crores = 10 marks

3.

The bidder should have designed,

installed & commissioned at least

one Tier III standard Data Centre

project that meets all the below

mentioned criteria.

• An Order Value (excluding basic

building structure cost) of not less

than Rs. 25 crores & minimum of

5000 Sq. Ft. DC area.

• Bidder’s in house data centres

shall not be considered.

The bidder must submit minimum of

one completed implementation

projects

1 No DC = 0

2-3 No’s DC= 3 marks

>3 No’s DC = 5 marks

5

4.

The bidder must have on its

payroll at least one Accredited

Tier Designer (ATD) certified by

Uptime Institute.

The bidder would be evaluated based

on following criteria

1 ATD =3 marks

2 ATDs = 5 marks

3 ATDs = 10 marks

10

5. The bidder should have 10

Engineers in payroll (minimum 5

Electrical & 5 Mechanical each)

0 – 10 = 0 Marks

Above 10 = 5 Marks

5

6. The bidder's agency/contractor

appointed by the bidder for

execution of the electrical work

should have valid electrical license

from Government of Odisha

Yes= 5 Marks

No= 0 Marks

5

7. Compliance of qualification and

experience Project Team and CVs

of key experts and support staff

to be deployed/engaged

dedicated for this project.

Bidder should submit a detailed

resource deployment plan and CV of

the resources that are proposed to be

deployed for the implementation

period. Two (2) marks each would be

10

Page 23: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 23

awarded for Project Manager, Team

Leader and ATD and 1 mark each

would be awarded for rest of the key

experts. The CV of key experts only

will be given weightage. The support

staff will not be given marks during

evaluation.

Key Experts Support Staff

Project

Manager

Project

Coordinator

Team Leader HSE Engineer

ATD Electrical

Engineer

Electrical

Expert HVAC Engineer

ELV Expert Network

Engineer

HVAC Expert

Network

Administrator

8. Company owned /OEM's

authorised service provider after

sales service facility with spares

stores of OEM's /OEM's authorised

service provider for the major

components like UPS, Precision

Air condition, Electrical

Transformer/( PSS) and DG set

For OEM service centres,

For UPS = 3 Marks

Precision Air Conditioners = 3 Marks

DG Set = 3 Marks

Transformer/PSS = 1 Marks

For OEM’s Authorised Service centres,

For UPS = 1.5 Marks

Precision Air Conditioners = 1.5 Marks

DG Set = 1.5 Marks

Transformer/PSS = 1 Marks

10

9. Computational Fluid Dynamics

(CFD) Analysis of the Data Centre

Design proposed by the Bidder

The bidder would be given additional

weightage for providing CFD Analysis

of the Data Centre Design analysing

5

Page 24: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 24

the effectiveness of cooling within the

racks and aisles.

10. Technical Presentation before the

technical evaluation committee.

The bidder would be evaluated by the

technical committee on the following

factors depicted by the bidder during

the technical presentation made to

the technical evaluation committee.

The factors that would be evaluated

would include following: For each

factor the marks that would be

awarded to the bidder are also

mentioned.

a. Bidder’s understanding of the Project

& Scope of Work: 5 Marks

b. Solution Architecture & Design: 10

Marks

c. Proposed project plan, approach &

methodology: 10

d. Operation and Maintenance Plan: 5

Marks

The presentation will run from the

media already submitted with

Technical Proposal which has to be

made by a team consisting of

proposed Project Manager & Team

Leader along with other experts.

30

Total Marks 100

N.B. STPI shall constitute an evaluation committee for evaluation and scoring of technical

proposal and Technical Presentation. The interpretation of the documents and scoring of the

evaluation committee shall be deemed as final. The score for the technical presentation

shall be given individually by each of the committee members and the average score shall

Page 25: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 25

be taken into consideration. The score for technical presentation is at the discretion of the

committee members.

5.3 Pre-bid Meetings Clarification

STPI shall organize a pre bid meeting on the scheduled date, time and venue as mentioned

in fact sheet, at Conference Hall, STPI Incubation Complex, PD Market, CRP Square,

Bhubaneswar-751012. STPI may or may not incorporate any changes in the RFP based on

acceptable suggestions received during the Pre-Bid Conference. The decision of STPI

regarding acceptability of any suggestion shall be final in this regard and shall not be called

upon to question under any circumstances. The prospective bidders shall submit their

queries in writing in prescribed format below not later than date and time indicated in fact

sheet.

At any time prior to the last date of submission of proposal, STPI may for any reason be

able to modify the RFP.

Any modifications in RFP or reply to queries shall be hosted on http://www.bbs.stpi.in,

http://eprocure.gov.in, http://www.stpi.in

STPI at its discretion may extend the last date for the receipt of proposals.

5.4 Responses to pre-proposal queries and issue of corrigendum

i. At any time prior to the last date for receipt of bids, STPI may, for any reason, whether

at its own initiative or in response to a clarification requested by a prospective bidder,

modify the RFP document by a corrigendum.

The corrigendum & clarifications (if any) to the queries from all bidders will be posted on the

website http://www.bbs.stpi.in, http://eprocure.gov.in, http://www.stpi.in in

form of modified RFP/corrigendum etc.

ii. Any such corrigendum shall be deemed to be part or incorporated into this RFP.

S. No Clause No & Page No Reference / Subject Clarification

Page 26: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 26

iii. In order to provide prospective bidders reasonable time for taking the

corrigendum/modifications into account, STPI may, at its discretion, extend the last date

for the receipt of Bids.

iv. It is the responsibility of the bidder to check the above websites time to time for

updates.

5.5 Amendment of Proposals:

RFP Proposals once submitted cannot be amended. However, in case of some administrative

exigencies, STPI may decide to take fresh proposals from all the bidders before actually

opening of the Technical Proposal.

In order to provide prospective bidders reasonable time to make fresh proposals, STPI may,

at his discretion, extend the deadline for the submission of proposals. However, no such

request in this regard shall be binding on STPI.

5.6 Language of Proposal & Correspondence:

The proposal will be prepared by the bidder in English language only. All the documents

relating to the Proposal (including brochures) supplied by the bidder should also be in

English, and the correspondence between the bidder & STPI shall be in English language

only. The correspondence by Fax / E-mail must be subsequently confirmed by a duly signed

copy (unless already signed digitally).

5.7 Period of validity of Proposals:

i. STPI intends to build the data centre in two phases. The Proposals shall remain valid

for at least 180 days for Phase-I after the date of opening and Three (3) years for

Phase-II after go live of Phase-I. A proposal valid for a shorter period may be rejected

by STPI as being non-responsive. During the period of validity of Proposals, the terms

and condition mentioned shall not change and any such request may lead to denial of

the work.

ii. In exceptional circumstances, STPI may ask for extension of the period of validity and

such a request shall be binding on the Agency. STPI’s request and the response to

such a request by various agencies shall be in writing.

Page 27: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 27

5.8 Proposal prices

The prices indicated in the price schedule shall be entered in the following manner:

i. The total price quoted must be inclusive of cost of supplying / providing hardware,

software, services for installation, testing and commissioning of the Solution and

support, all applicable taxes, duties, levies, charges etc., as also cost of incidental

services such as transportation, insurance, training etc.

ii. The cost of Annual Maintenance service, for a period of FIVE (5) years on yearly basis

after the go-live date.

iii. Prices quoted as above shall be valid for a minimum period of 180 days from last date

for submission of the tender for Phase-I and three (3) years (from go live of Phase-I) for

Phase-II.

iv. The Vendor cannot quote for the project in part.

v. The Bidder may visit the proposed site of STPI ELITE Building, IDCO Plot

No.2/A, Gothapatna, Near IIIT, Bhubaneswar before bidding to assess the

actual physical & Technical requirement. Site visit may be facilitated on mail

request to the Contact Officer as mentioned in Fact Sheet.

5.9 Right to terminate the process

i. STPI may terminate the RFP process at any time and without assigning any reason. STPI

make no commitments, express or implied, that this process will result in a business

transaction with anyone.

ii. This RFP does not constitute an offer by STPI. The bidders’ participation in this process

may result STPI selecting a bidder to engage towards execution of the contract.

5.10 Earnest money deposit

i. Bidders shall submit, along with their Bids, EMD of Rs. 50,00,000.00 (Fifty Lakhs only), in

the form of bank guarantee issued by any nationalized/scheduled commercial bank in

favour of Software Technology Parks of India, payable at Bhubaneswar, and should

be valid for minimum 180 days from the last date of the submission of Bid.

Page 28: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 28

ii. EMD of all unsuccessful bidders would be refunded by STPI within 180 days on selection

of successful bidder. The EMD of successful bidder would be returned upon submission of

Performance Bid Security as per the format provided in Annexure-5.

iii. EMD amount is interest free and will be refundable to the unsuccessful bidders without

any accrued interest on it.

iv. The proposal submitted without tender fee and EMD in the prescribed format mentioned

above, shall be summarily rejected.

v. The EMD may be forfeited:

a) If a bidder withdraws its proposal during the period of proposal validity.

b) In case of a successful bidder, if the bidder fails to sign the contract in accordance with

this RFP

c) Fails to deliver as per the Terms & conditions of RFP & deliverables.

d) Any breach of contract

e) Violation or not fulfilment of RFP clause

f) Premature exit from the Contract by the Bidder

5.11 Submission of the Proposal:

i. The proposal shall be submitted online in two parts in CPP Portal www.eprocure.gov.in,

Part-I “Technical Bid” and Part-II “Commercial Bid”. Technical Bid will consist of two

parts; “PRE-QUALIFICATION BID” & “TECHNICAL PROPOSAL”. Commercial bid will only

consist of the commercial proposal as per format in Annexure 18: Format for Financial

Quotations

ii. The bidders must submit their responses as per the format given in this RFP in the

following manner which must be properly flagged to distinguish the required

enclosures.

Prequalification Bid Cost of RFP document in the form of DD as specified.

Earnest Money Deposit (EMD) in the form of Bank Guarantee or

as per Annexure 5: Bank Guarantee Format for furnishing

Earnest Money Deposit

Pre –Qualification criteria proposal as per the following

Annexure:

o Annexure 1: Proposal submission check-List

o Annexure 2: Declaration regarding acceptance of Terms &

Page 29: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 29

Conditions of RFP

o Annexure 3: Declaration regarding clean track record

o Annexure 6: Company Profile

o Annexure 8: Format for providing organization experience

o Annexure 11: Authorization letter from Original Equipment

Manufacturer (OEM)

o Appendix 21: Format for Power of Attorney for Signing of

Proposal

Copy of Certificate of Incorporation

Copy of Service Tax Registration Certificate.

Copy of VAT registration.

Extracts from the audited Balance sheet and Profit & Loss; OR

Certificate from the statutory Auditor for turnover.

PF Extract / Muster Roll

Certificate from Statutory Auditor for solvency

Work Order / or LOI & Copy of Contract / or Client Reference

Letter / or Project Completion Certificate.

Copy of board resolution and / or power of attorney for

authorized signatory

Technical Proposal Technical proposal as per Formats given as per the following

documents/Annexure:

Copy of the valid electrical license of the Company from

Government of Odisha in support of desirable Qualification.

Copy of ATD Certificate of the Employee along with PF

document towards proof of employment in the Bidding

Company in support of desirable Qualification.

Copy of Service Tax / VAT Registration / Registration under

Odisha Shop & Establishment Certificate of OEM along with

Address Proof (Electricity/BSNL Telephone Bill) and employee

details of the OEM separately for items like UPS, Precision AC,

DG Set, Electrical Transformer/PSS in support of desired

requirement of full-fledged, after Sales Service facility with

Spare Stores of approved OEMs.

Annexure 12 & 13: Commitment letter of support from Original

Equipment Manufacturer (OEM) confirming followings:

The products quoted will not be end of life for next ten years

from the last date of submission of bids.

Confirm that the products would be covered under

comprehensive AMC for five years.

Undertake that the support including spares, patches for the

quoted products shall be available for next 5 years

Annexure 6: Company Profile

Annexure 7: Format for providing CV for each suggested

member

Page 30: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 30

Annexure 8: Format for providing organization experience

Annexure 9: Detailed timeline and work Plan

Annexure 10: Resource deployment plan

Annexure 14: Format for Bill of Material

Annexure 15: Format for Bill of Quantity

Annexure 19: Technical specification compliance

Technical Presentation in CD/DVD/Flash Drive in duplicate. The

presentation shall run from the above media only which is part

of the technical bid.

Commercial Proposal Commercial Proposal as per Formats given in the following

Annexure

Annexure 17: Format of Commercial Proposal Document

Annexure 18: Format for Financial Quotations

iii. The proposal should be signed by an authorized signatory (having power of

attorney/authorized by board resolution) on each page of the proposal document including

enclosures. Copy of board resolution and / or power of attorney shall be submitted along

with technical proposal. Failing of which the Bid will be rejected.

iv. The proposal shall contain no interlineations, erasures or overwriting, in order to correct

error made by the bidder. All corrections shall be done & initialled by the authorized

signatory after striking out the original words / figures completely.

v. The bidder should submit a hard copy of the bid submitted online along with original DD

against tender fee, BG against the EMD and copy of technical presentation on a

CD/DVD/Flash drive in the following address which should reach on or before the last date

and time of the online bid submission.

Address:

The Director,

Software Technology Parks of India,

C-Ground Zero, Fortune Towers,

C.S. Pur Bhubaneswar – 751023,

Odisha, India

Tel: +91-674-2300412 / 2300413 / 2300787 / 2300358

Fax: +91-674-2302307, URL: www.bbs.stpi.in

vi. The outer and inner envelopes shall indicate the name and address of the bidder to enable

the bid to be returned unopened in the case it is declared “late” pursuant, and for similar

purposes.

Page 31: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 31

vii. If the outer envelope is not sealed and marked as above, STPI will bear no responsibility

for the misplacement or premature opening of the Bid.

viii. Only detailed complete bids in the form indicated above shall be received prior to the

closing time and date of the bids shall be taken as valid.

ix. The envelope shall be sealed by signing across all joints & pasting good quality

transparent adhesive tape on top of such joints & signatures.

x. Please Note that Prices should not be indicated in the Technical Proposal but should only

be indicated in the Commercial Proposal. Any proposal with Commercial Proposal

submitted along with Technical Proposal in same envelope will be summarily rejected.

xi. All the pages of the proposal must be sequentially numbered and must contain the list of

contents with page numbers. Any deficiency in the documentation may result in the

rejection of the proposal.

xii. The original proposal /proposal shall be prepared in indelible ink. It shall contain no

interlineations or overwriting, except as necessary to correct errors made by the bidder

itself. Any such corrections must be initialled by the person (or persons) who sign(s) the

bids.

xiii. All pages of the proposal including the duplicate copies, shall be initialled and stamped by

the authorized person or persons who sign the proposal.

xiv. Please note that the online submitted proposal will prevail in case there is an ambiguity

or/ and discrepancy occurs between the hard copy and the online version of the bid

submitted by the bidders.

5.12 Completeness of Tender Offer:

The Bidder is expected to examine all instructions, forms, terms, conditions and deliverables

in the tender document. Failure to furnish all information required by the tender documents

or submission of a tender offer not substantially responsive in every respect to the tender

documents will be at the bidder's risk and may result in rejection of its tender offer. The

tender offer is liable to be rejected outright without any intimation to the bidder if complete

information as called for in the tender document is not given therein, or if particulars asked

for in the forms / proforma in the tender are not fully furnished.

5.13 Deadline for Submission of Proposals:

Page 32: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 32

i. The proposal shall be submitted online through e-procurement portal

http://eprocure.gov.in and hard copy by xx/xx/xxxx by X PM and hard copy of the

Technical Bid along with Tender Fee, EMD & Technical Presentation in CD/DVD/Flash

Drive must submitted/sent at the specified address as mentioned above within the above

date and time.

ii. STPI may, at its discretion, extend this deadline for any other administrative reason.

5.14 Late proposals:

Any proposal received by STPI after the deadline for submission of proposals prescribed by

STPI, will be rejected.

5.15 Modification and withdrawal of bids

i. The bidder may be allowed to modify or withdraw its submitted proposal any time prior to

the last date prescribed for receipt of bids, by giving a written notice to the STPI.

ii. The bidder's modification or withdrawal notice shall be prepared, sealed, marked and

dispatched in a manner similar to the original Proposal.

iii. Subsequent to the last date for receipt of bids, no modification of bids shall be allowed.

No bid may be withdrawn in the interval between the deadline for submission of bids and

expiration of the of bid validity period specified. Withdrawal of a bid during this period

will result in Bidder’s forfeiture of bid security/EMD.

5.16 Opening of proposals by STPI:

The date and time for opening of proposals and technical presentation will be decided and

notified by STPI through the website of STPI-Bhubaneswar. The evaluation committee

authorized by STPI, will be entitled for proposal opening in the presence of bidders or their

representatives who may be present at the time of opening. The bidder’s representatives

(maximum two) should carry the identity card or a letter of authorization from the bidding

firms to identify their bonafide for attending the opening of the proposal. In order to assist

in the examination, evaluation and comparison of proposals, STPI may at its discretion ask

the bidder for a clarification regarding its proposal. The clarification shall be given in writing,

but no change in the price or substance of the proposal shall be sought, offered or

permitted.

5.17 STPI's Right to accept and to reject any or all proposals:

Page 33: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 33

Notwithstanding anything else contained to contrary in this RFP Document, STPI reserves

the right to accept or reject any Bid or to annul the bidding process fully or partially or

modifying the same and to reject all Proposals at any time prior to the award of work,

without incurring any liabilities in this regard.

5.18 Rejection of Bids

The bids will be rejected on following grounds:

i. If any of the eligibility criteria as per the Pre-qualification criteria is not met

ii. EMD/ Tender fee not submitted

iii. If tender terms and conditions are not met

iv. If bidder gives wrong information in the bid

v. Canvassing in any form in connection with the bids

vi. If the bid is incomplete /partial bid/ conditional/unclear in any form

vii. Bids submitted after due date and time

viii. Bids are not submitted through e-procurement portal

ix. Bids are submitted through Telex/Fax/ e-mail

x. Erasure and/or overwriting

xi. Bids not signed by authorized signatory

5.19 Evaluation Process

i. STPI may constitute an Evaluation Committee to evaluate the responses of the bidders.

ii. The Evaluation Committee constituted by the STPI shall evaluate the responses to the RFP

and all supporting documents / documentary evidence. Inability to submit requisite

supporting documents / documentary evidence, may lead to rejection.

iii. The interpretation of the bids and the decision made by the Evaluation Committee in the

evaluation of responses to the RFP shall be final. No correspondence will be entertained

outside the process of evaluation with the committee.

Page 34: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 34

iv. The Evaluation Committee may ask for meetings with the bidders to seek clarifications on

their bids.

v. The Evaluation Committee reserves the right to reject any or all bids on the basis of any

deviations.

vi. Each of the responses shall be evaluated as per the criterions and requirements specified in

this RFP.

5.20 Tender evaluation

i. Initial Proposal scrutiny will be held and incomplete details as given below will be treated

as non-responsive. If Bids;

a) Are not submitted as specified in the RFP document.

b) Received without the Letter of Authorization (Power of Attorney)

c) Are found with suppression of details

d) With incomplete information, subjective, conditional offers and partial offers

submitted

e) Submitted without the documents requested in the checklist

f) Have non-compliance of any of the clauses stipulated in the RFP

g) With lesser validity period

ii. Evaluation Committee will prepare a list of responsive bidders, who comply with all the

Terms and Conditions of the RFP. All eligible bids will be considered for further evaluation by

a Committee according to the Evaluation process define in this RFP document. The decision

of the Committee will be final in this regard. All responsive Bids will be considered for

further processing as below:

a. Evaluation committee will examine the bids to determine whether they are complete,

whether any computational errors have been made, and whether the bids are generally in

order. The interpretations made by the evaluation committee will be final and binding on

the bidders.

b. Arithmetical errors will be rectified on the following basis:

• If there is a discrepancy between the unit price and the total price that is obtained by

multiplying the unit price and quantity, the unit price shall prevail and the total price shall

be corrected.

Page 35: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 35

• If the bidder does not accept the correction of the errors, his proposal will be rejected. If

there is a discrepancy between words and figures, the amount in words will prevail.

c. STPI may conduct clarification meetings with each or any bidder to discuss any matters,

technical or otherwise. Result of such meeting/ clarification may be published on specified

website; however no material changes in the bid shall be permitted.

d. Further, the scope of the evaluation committee also covers taking any decision with regard

to the Tender Document, execution/ implementation of the project including management

period.

e. Proposal shall be opened in the presence of bidders representatives who intend to attend at

their cost. The bidders’ representatives who are present shall sign a register giving evidence

of their attendance.

f. Proposal document shall be evaluated as per the following steps.

• Preliminary Examination of Eligibility Criteria documents: The Eligibility document will be

examined to determine whether the bidder meets the eligibility criteria, whether the

proposal is complete in all respects, whether the documents have been properly signed and

whether the bids are generally in order. Any bids found to be non-responsive for any reason

or not meeting the minimum levels of the performance or eligibility criteria specified in

various sections of this Tender Document will be rejected and will not be considered further.

• Technical Evaluation: A detailed evaluation of the bids shall be carried out in order to

determine whether the bidders are competent enough and whether the technical aspects

are substantially responsive to the requirements set forth in the RFP document. Bids

received would be assigned scores based on the parameters defined in the table.

• The technically qualified bidders shall be invited during opening of the commercial bids and

subsequently commercial evaluation shall be carried out.

Evaluation of bids would be done on Least-Cost Based Selection (LCBS) criteria as

detailed. The bidder shall have to score at least 70 marks in Technical Score as per

“Evaluation and Selection Matrix” for being eligible for opening of financial proposal. The

bids quoted as per the commercial bid format in Annexure 17 will be considered for

commercial evaluation.

a. Bids shall be ranked according to the lowest price bids among the submitted bids,

shall be declared as “L1” and awarded the project. STPI’s decision shall be final and

binding.

Page 36: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 36

b. After one year period, STPI will review the performance of the selected bidder, if it is

found unsatisfactory according to the SLA parameters outlined in this RFP document.

STPI may cancel the contract of selected (L1) bidder and may offer the project to

L2/L3 bidder for the remaining period of the contract, subject to matching price

quoted by L1 bidder.

5.21 Notification of Acceptance of Proposal:

Prior to the expiry of the period of Proposal validity, STPI will notify the selected bidder in

writing by speed post or Fax or email that its proposal has been accepted and has been

selected to do the project.

5.22 Contacting STPI

i. Any effort by a bidder to influence the proposal evaluation, proposal comparison or contract

award decisions may result in the rejection of the proposal.

Page 37: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 37

6 General Conditions of Contract

6.1 Definitions

In this RFP, the following terms shall have following respective meanings:-

i. “STPI” means Software Technology Parks of India, Bhubaneswar.

ii. “Business Day” means any day that is not a Sunday or a public holiday (as per the official

holidays of STPI, Bhubaneswar)

iii. “Acceptance” means the STPI’s written certification that following installation, the

system(s) (or specific part thereof) has been tested and verified as complete and/or fully

operational, in accordance with the acceptance test defined in the Acceptance Test

Documents.

iv. “Acceptance Test Documents” means a mutually agreed document which defines

procedures for testing the functioning of the Data Centre, against requirements laid down in

the agreement. It should define tests to be carried out, test equipment and expected test

results.

v. “Contract Agreement” means the Agreement to be signed by the Successful Bidder and

STPI.

vi. “Authorized Representative” shall mean any person/agency authorized by either of the

parties.

vii. “Bidder or bidder” means any firm offering the solution(s), service(s) and/ or materials

asked for in the RFP. The word Bidder, when used in the pre-award period shall be

synonymous with Bidder, and when used after intimation of successful bidder shall mean

the successful bidder, also called ‘Vendor or System Integrator’, with whom STPI signs the

Contract.

viii. “BOM” means Bill of Material

ix. “BOQ” means Bill of Quantity

x. “Contract” is used synonymously with Contract Agreement.

xi. “Documentary evidence” means any matter expressed or described upon any substance

by means of letters, figures or marks intended to be used for the recording of that matter

and produced before a court.

xii. “GoI” shall mean Government of India.

xiii. “Gov. /Government/Govt. of Odisha” shall mean Government of Odisha.

xiv. “Go-Live” Shall mean that the successful completion of installation of Hardware at all

locations and the data centre is ready in all respect i.e. designing, installation,

Page 38: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 38

commissioning, testing, and implementation of the hardware & software. This implies the

Data Centre can now be used by all the end users together as will be defined in the detailed

Technical Requirement Specifications document. For successful Go-Live, issuance of

Acceptance certificate is required from both the Consultant & STPI.

xv. “Law” shall mean any Act, notification, by law, rules and regulations, directive, ordinance,

order or instruction having the force of law enacted or issued by the Government of India or

State Government or regulatory authority or political sub-division of government agency.

xvi. “LOI” means issuing of Letter of Intent which shall constitute the intention of the Tenderer

to place the purchase order with the successful bidder.

xvii. “LOA” means issuing of Letter of Award which shall constitute the intention of the Tenderer

to place the work order with the successful bidder.

xviii. “OEM” means Original Equipment Manufacturer company, that is incorporated in India or

abroad, who has management control over the manufacturing/production process, Quality

Assurance, Procurement of Raw materials/manufacturing process inputs marketing and

warranty services of the resultant products, of at least one manufacturing facility /factory

where the manufacturing of equipment, related accessories, as required for Data Centre

project is carried out.

xix. “Party” shall mean STPI or Bidder individually and “Parties” shall mean STPI and Bidder

collectively.

xx. “PBG” means Performance Bank Guarantee.

xxi. “Revenue” means payments collected from the customers/end users towards the services

offered and entered in the book of accounts.

xxii. “Service” means facilities/ services to be provided by bidder as specified in the RFP, any

other incidental services such as installation, implementation, Operation, Maintenance, for

“Selection of System Integrator for Design, Build and O&M of uptime certified Tier III Data

Centre at STPI-Bhubaneswar ” as detailed in the scope of work of this RFP.

xxiii. “AMC” means Annual Maintenance Contract, for delivery of stated requirements.

xxiv. “CAMC” means Comprehensive Annual Maintenance Contract

xxv. “Rates/Prices” means prices of supply of equipment and services quoted by the Bidder in

the Commercial Bid submitted by bidder.

xxvi. “RFP” means the detailed notification seeking a set of solution(s), service(s), materials

and/or any combination of them.

xxvii. “Site” shall mean the location(s) for which the Contract has been issued and where the

service shall be provided as per Agreement.

Page 39: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 39

xxviii. “Final Acceptance Test (FAT)” means the acceptance testing of the Data Centre for

providing the Services as mentioned in the RFP.

xxix. “Tenderer” shall mean the authority issuing this Request for Proposal (RFP) and the

authority under whom the Tier III Uptime certified Data Centre is to be implemented,

operated, managed etc. and this authority shall be the STPI, acting on behalf of Ministry of

Electronics & Information Technology, Govt. of India.

xxx. “QCBS” means Quality-Cum-Cost Based Selection

xxxi. “ATD” means Accredited Tier Designer certified by the Uptime Institute, USA

6.2 Award of contract

i. The STPI reserves the right to ask for a technical elaboration/clarification from the bidder on

the already submitted Technical Proposal at any point of time before opening the

Commercial Proposal. The bidder shall furnish the required information to STPI and its

appointed representative on the date asked for, at no cost to the STPI. STPI may at its

discretion, visit the office of the bidder any-time before awarding the contract.

ii. STPI shall inform those bidders whose bids did not meet the eligibility criteria or were

considered non-responsive, informing that their Commercial Bids will be returned unopened

after completing the selection process. STPI shall simultaneously notify those bidders who

qualify for the Evaluation process as described in this Tender Document, informing the date

and time set for opening of Commercial Bids. The notification may be sent by mail or fax.

iii. The bidder’s name, the Proposal Price, the total amount of each proposal and other such

details as the Tendering Authority may consider appropriate, will be announced and

recorded by the STPI at the opening of proposal

iv. STPI shall inform the bidder whose proposal is accepted via issuance of Letter of Intent

(LoI) in duplicate copy. Selected bidder shall acknowledge the LoI and return the duplicate

copy duly sealed and signed, within seven days from the issue of LoI by STPI

v. Special Condition for Awarding the Contract -

a) STPI will issue the LoI to only one successful bidder.

b) STPI will sign the contract after site survey report will be approved by STPI.

c) STPI reserves the right to issue work order / purchase order for additional sites on the same

price, terms and conditions as specified in the contract/agreement beyond 6 months for

phase -1 on mutually agreed terms

Page 40: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 40

d) The prices for all the items shall be valid for six month period from date of agreement. STPI

may its own discretion extend the validity of prices for one more year on the same price,

terms and conditions as specified in the contract/agreement mutually agreed upon.

6.3 Execution of contract

After acceptance of LoI the bidder will submit the performance security as specified in this

document for entering into a Contract with STPI.

6.4 Duration of contract

The contract shall remain valid for a period of five and half (5.5) year i.e. (66 Months) from

the date of signing of contract. STPI will direct to selected bidder for start the work

partially/ fully subjected to release of Agreement/ purchase order/ work order.

6.5 System Integrator’s Obligation

The SI would be required to develop, maintain and manage the proposed STPI DC facilities.

It will be the System Integrator’s responsibility to ensure compliance to the requirements of

the Data Centre and continued operation of the Data Centre in accordance with and in strict

adherence to the terms of this Bid, the Tender and this Contract.

In addition to the aforementioned, the SI shall:

Perform the Services specified by the STPI and make available the necessary equipment/

facilities /services as may be necessary and other ‘Scope of work’ requirements as specified

in the tender and changes thereof.

The SI shall ensure that the implementation team is competent, professional and possesses

the requisite qualifications and experience appropriate to the task they are required to

perform under this Contract. The SI shall ensure that the Services are performed through

the efforts of the SI’s Team, in accordance with the terms hereof and to the satisfaction of

STPI. Nothing in this Contract relieves the SI from its liabilities or obligations under this

Contract to provide the Services in accordance with the STPI directions and requirements

and as stated in this Contract and the Bid to the extent accepted by the STPI and the SI

shall be liable for any non-performance, non-compliance, breach or other loss and damage

resulting either directly or indirectly by or on account of its Team.

The SI’s representative shall have all the powers requisite for the performance of services

under this contract. The SI’s representative shall liaise with the STPI representative for the

Page 41: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 41

proper coordination and timely completion of the works and on any other matters pertaining

to the works. The representative extend full co-operation to STPI representative in the

manner required by them for supervision/ inspection/ observation of the Data Centre

facilities, equipment/ material, procedures, performance, reports and records pertaining to

the works. The representative shall also have complete charge of the SI’s personnel

engaged in the performance of the works and to ensure internal discipline, compliance of

rules, regulations and safety practice. The representative shall also co-ordinate and co-

operate with the other Service Providers/ Vendors of the STPI working at the Site/offsite for

activities related to planning, execution of scope of work and providing services under this

contract.

6.6 Reporting Progress:

SI shall monitor progress of all the activities specified in the contract and submit monthly

progress report about various aspects of the work to STPI. STPI on mutual agreement

between both parties may change the periodicity of such reports. The same is required to be

submitted in soft copy as well. Formats for such reporting shall be discussed at the Kick-Off

meeting.

The Data Centre facilities / services, and/or labour to be provided by the SI under the

Contract and the manner and speed of execution and maintenance of the work are to be

conducted in a manner to the satisfaction of STPI representative in accordance with the

Contract. Should the rate of progress of the work, compliance to the requirements of the

Data Centre/ its facilities, or any part of them at any time fall behind the stipulated time for

completion or is found to be too slow to ensure completion of the works or insufficient for

satisfactory operation of the Data Centre, STPI representative shall so notify the SI in

writing.

The SI shall reply to the written notice giving details of the measures he proposes to take to

expedite the progress so as to complete the works by the prescribed time. The SI shall not

be entitled to any additional payment for taking such steps. If at any time it should appear

to STPI that the actual progress of work does not conform to the approved programme the

SI shall produce at the request of the STPI representative a revised programme showing the

modification to the approved programme necessary to ensure completion of the works

within the time for completion or steps initiated to ensure compliance/ improvement to the

stipulated requirements.

In case during the site preparation of the proposed Data Centre, the progress falls behind

schedule or does not meet the desired requirements, SI shall deploy extra manpower,

Page 42: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 42

resources, infrastructure to make up the progress or to meet the requirements. Programme

for deployment of extra man power/ resources/ infrastructure will be submitted to STPI for

its review and approval, which approval shall not be unreasonably withheld. All time and

cost effect in this respect shall be borne, by the SI unless otherwise expressly provided in

the Contract.

6.7 Knowledge of Site Conditions:

The SI’s undertaking of this Contract shall be deemed to mean that the SI possesses the

knowledge of all data centre related requirements as stipulated in the Tender Document

including but not limited to environmental, demographic and Physical conditions and all

criteria required to meet the design of the data centre.

6.8 Termination clause

STPI reserves the right to cancel the contract placed on the selected bidder by providing a

30 day written notice and recover expenditure incurred by STPI under the following

circumstances:-

a) The selected bidder commits a breach of any of the terms and conditions of the proposal.

b) The bidder goes into liquidation, voluntarily or otherwise.

c) If the selected bidder fails to complete the assignment as per the time lines prescribed in

the RFP and the extension if any allowed, it will be a breach of contract. The STPI reserves

its right to cancel the order in the event of delay and forfeit the proposal security as

liquidated damages for the delay.

d) If deductions of account of liquidated damages /Penalty exceeds more than 20% of the total

contract price.

e) In case the selected bidder fails to deliver the quantity as stipulated in the delivery

schedule, STPI reserves the right to procure the same or similar product from alternate

sources at the risk, cost and responsibility of the selected bidder Maximum of 20% of the

differential value of the goods supplied or services rendered.

f) After award of the contract, if the selected bidder does not perform satisfactorily or delays

execution of the contract, STPI reserves the right to get the balance contract executed by

another party of its choice by giving one month(s) notice for the same. In this event, the

selected bidder is bound to make the additional expenditure, which STPI may have to incur

Page 43: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 43

in executing the balance contract. This clause is applicable, if for any reason, the contract is

cancelled.

g) STPI reserves the right to recover any dues payable by the selected Bidder from any

amount outstanding to the credit of the selected bidder, including the pending bills and/or

invoking the bank guarantee under this contract.

6.9 Consequences of Termination

a) In the event of termination of the Contract due to any cause whatsoever, whether

consequent to the stipulated term of the Contract or otherwise, STPI shall be entitled to

impose any such obligations and conditions and issue any clarifications as may be necessary

to ensure an efficient transition and effective business continuity of the Service(s) which the

Vendor shall be obliged to comply with and take all available steps to minimize loss resulting

from that termination/breach, and further allow the next successor Vendor to take over the

obligations of the erstwhile Vendor in relation to the execution/continued execution of the

scope of the Contract.

b) Nothing herein shall restrict the right of STPI to invoke the Guarantee and other guarantees,

securities furnished, enforce the Deed of Indemnity and pursue such other rights and/or

remedies that may be available STPI under law or otherwise.

c) The termination hereof shall not affect any accrued right or liability of either Party nor affect

the operation of the provisions of the Contract that are expressly or by implication intended

to come into or continue in force on or after such termination.

6.10 Liquidated damages (LD)

a) Notwithstanding STPI’s right to cancel the order, liquidated damages for late delivery at 1%

(One percent) of the undelivered items/equipment of corresponding value of supply per

week will be charged for every week’s delay in the specified delivery schedule subject to a

maximum of 10% of the corresponding value of supply. For e.g. If Server is delivered but

delivery of power cord, to be supplied along with Server, is delayed then LD would be

calculated on the total cost of the Server and not on the cost of the power cord alone.

b) Liquidated damages for late commissioning at 1% (One percent) of the corresponding value

of commissioning per week will be charged for every week(s) delay in commissioning to a

maximum of 10% of the corresponding value of commissioning.

Page 44: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 44

c) Please note that the above LD for delay in delivery and delay in commissioning are

independent of each other and shall be levied as the case may be.

d) STPI reserve its right to recover these amounts by any mode such as adjusting from any

payments to be made by STPI to the bidder. Liquidated damages will be calculated on per

week basis.

6.11 Service Level and Penalty

a) The Bidder shall perform its obligations under the agreement entered into with the STPI, in

a professional manner.

b) In the event of failure of maintaining the SLA, penalty should be imposed on basis of the

cost of concerned hardware equipment as per mentioned in SLA would be levied subject to a

maximum of 20% of the total hardware / supply/service cost.

c) If any act or failure by the bidder under the agreement results in failure or inoperability of

systems and if STPI has to take corrective actions to ensure functionality of its property,

STPI reserves the right to impose penalty, which may be equal to the cost it incurs or the

loss it suffers for such failures.

d) STPI may impose penalty to the extent of damage to its any equipment, if the damage was

due to the actions directly attributable to the staff of Bidder.

e) If the Bidder fails to complete the due performance of the contract in accordance with the

specification and condition of the offer document, the SPTI reserves the right either to

cancel the order or to recover a suitable amount as deemed reasonable as

penalty/Liquidated Damage for non –performance.

6.12 Category of SLA’s

a) The following measurements and targets shall be used to track and report performance on a

regular basis. The targets shown in the following paragraphs and tables are applicable for

the duration of the contract for the ‘Penalty shall be calculated on a quarterly basis’.

b) The penalty for various delays and deficiencies in services will be as follows:

c) Delay in execution of project: If the successful bidder does not complete the project

within the stipulated period given in the Scope of Work, a penalty at the rate of 1% of total

quoted value per week or part there of the corresponding contract value will be levied for a

maximum period of eight weeks. If the services are not completed even within this eight-

Page 45: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 45

week period, then the contract will be liable for termination, in part or whole, at the

discretion of STPI and at the risk and cost of the selected Bidder.

d) Delay in Site Design: In case the Bidder fails to visit the project site and complete the site

design within the period allowed in Scope of Work, the bidder will be entitled to forfeit the

5% from PBG provided by the selected bidder.

e) Design and Acceptance Test: If any variation found in the design approved by STPI at

the time of Final Acceptance Test (FAT), a penalty at the rate of 2% of total value for that

contract will be levied and the contract will be liable for termination, in part or whole, at the

discretion of STPI and at the risk and cost of the successful bidder. STPI will pay the actual

amount of work after deduction of penalty.

f) Delay in Uptime Certification: In case the Bidder fails to certify the site with Uptime

Institute and complete the design documents certification process within the period allowed

in Scope of Work, the bidder will be entitled to forfeit the 5% from PBG provided by the

Bidder.

g) Delay in Installation and Commissioning of the DC facility: In case the Bidder fails to

deliver, install, test, & commission the DC as per the design documents within the period

allowed in Scope of Work, the bidder will be entitled to forfeit the 5% from PBG provided by

the Bidder.

h) Onsite Warranty Support: The successful bidder will provide five years on-site warranty

support for all hardware parts supplied by the bidder from the date of installation and

commissioning of hardware. If any part/component is found defective during the contract

period, the successful Bidder shall repair/ replace the defective device within 08 hours of

complaint received from STPI.

i) Non-IT & IT infrastructure service levels: The successful bidder will provide five years

Data Centre uptime with service levels applicable on all Non-IT & IT components which are

part of BOM of RFP. The measurements and targets shall be used to track and report

performance on a regular basis. If any component is found not maintaining service levels,

approved penalty will be imposed as mentioned in the RFP sections.

j) Helpdesk & Support: Service support during the contract period - The supplier should

provide post implementation support for five years. The supplier shall provide a website or

any suitable means for electronic logging of complaints by the User or bidder. The system

should be able to acknowledge a receipt as a proof of having lodged a complaint by the User

or the Purchaser. Alternatively the supplier shall provide a telephone number at which

Page 46: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 46

complaints can be lodged. If the successful bidder does not provide helpdesk support within

the stipulated period given in the Scope of Work, a penalty at the rate of 0.5% per week or

part there of the corresponding contract value will be levied for a maximum period of eight

weeks.

Note: The time taken to troubleshoot and fix the problem from the time the call has been

logged at the Helpdesk till the time the problem has been fixed.

6.13 Dispute resolution and Arbitration

STPI and the Selected Bidder shall make every effort to resolve amicably by direct informal

negotiations, any disagreement or disputes, arising between them under or in connection

with the Contract. The Bidder and STPI shall make endeavor their best to amicably settle all

disputes arising out of or in connection with the Contract in the following manner:

The Party raising a dispute shall address to the other Party a notice requesting an amicable

settlement of the dispute within seven (7) days of receipt of the notice.

Matter will be referred for negotiation between Officer nominated by Director, STPI and the

Authorized Official of the Bidder. The matter shall then be resolved between them and the

agreed course of action documented within a further period of 15 days.

In case any dispute between the Parties, does not settle by negotiation in the manner as

mentioned above, the same may be resolved exclusively by arbitration and Conciliation Act,

1996

Any disputes, differences, claims and demands arising under this contract shall be referred

to arbitration of a sole arbitrator to be appointed as per Arbitration and Conciliation Act,

1996

6.14 Force Majeure

Force Majeure is herein defined as any cause, which is beyond the control of the selected

bidder or STPI as the case may be which they could not foresee or with a reasonable

amount of diligence could not have foreseen and which substantially affect the performance

of the contract, such as:

a) Natural phenomenon, including but not limited to floods, droughts, earthquakes and

epidemics.

Page 47: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 47

b) Acts of any government, including but not limited to war, declared or undeclared priorities,

quarantines and embargos.

c) Terrorist attack, public unrest in work area provided either party shall within 10 days from

occurrence of such a cause, notifies the other in writing of such causes. The bidder or STPI

shall not be liable for delay in performing his/her obligations resulting from any force

majeure cause as referred to and/or defined above. Any delay beyond 30 days shall lead to

termination of contract by parties and all obligations expressed quantitatively shall be

calculated as on date of termination. Notwithstanding this, provisions relating to indemnity,

confidentiality survive termination of the contract.

Force Majeure shall not include any events caused due to acts/omissions of such Party or

result from a breach/contravention of any of the terms of the Contract, Proposal and/or the

Tender. It shall also not include any default on the part of a party due to its negligence or

failure to implement the stipulated/proposed precautions, as were required to be taken

under the Contract.

The failure or occurrence of a delay in performance of any of the obligations of either party

shall constitute a Force Majeure event only where such failure or delay could not have

reasonably been foreseen, or where despite the presence of adequate and stipulated

safeguards the failure to perform obligations has occurred. In such an event, the affected

party shall inform the other party in writing within five days of the occurrence of such event.

STPI will make the payments due for Services rendered till the occurrence of Force Majeure.

However, any failure or lapse on the part of the Selected Bidder in performing any

obligation as is necessary and proper, to negate the damage due to projected force majeure

events or to mitigate the damage that may be caused due to the above mentioned events

or the failure to provide adequate disaster management/recovery or any failure in setting up

a contingency mechanism would not constitute force majeure, as set out above.

In case of a Force Majeure, all Parties will endeavour to agree on an alternate mode of

performance in order to ensure the continuity of service and implementation of the

obligations of a party under the Contract and to minimize any adverse consequences of

Force Majeure.

6.15 Failure to agree with terms & conditions of the contract

Failure of the successful bidder to agree with the Terms & Conditions of the RFP shall

constitute sufficient grounds for the annulment of the award, in which event STPI may

Page 48: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 48

award the contract to the next best value bidder or call for new bids from the interested

bidders or invoke the PBG of the most responsive bidder.

6.16 Indemnity

The Selected Bidder shall execute and furnish to the STPI, a Deed of Indemnity in favour of

the STPI, in a form and manner acceptable to the STPI, indemnifying STPI from and against

any costs, loss, damages, expense, claims including those from third parties or liabilities of

any kind how-so-ever suffered including patent, copyright, trademark and trade secret,

arising or incurred inter-alia during and after the Contract period out of:

a) Negligence or wrongful act or omission by the Selected Bidder or its team or any Agency/

Third Party in connection with or incidental to this Contract; or

b) Any breach of any of the terms the Selected Bidder’s Proposal as agreed, the Tender and

this contract by the Selected Bidder, its Team or any Agency/ Third Party.

c) Bidder (the "Indemnifying Party") undertakes to indemnify the client (the "Indemnified

Party") from and against all losses, claims for damages including losses, claims for damages

on account of bodily injury, death or damage to tangible.

d) The indemnity shall be to the extent of 100% of project cost in favour of the STPI.

6.17 Fraud and Corrupt practices

a) The Bidders and their respective officers, employees, agents and advisers shall observe the

highest standard of ethics during the Selection Process. Notwithstanding anything to the

contrary contained in this RFP, the STPI shall reject a Proposal without being liable in any

manner whatsoever to the Bidder, if it determines that the Bidder has, directly or indirectly

or through an agent, engaged in corrupt practice, fraudulent practice, coercive practice,

undesirable practice or restrictive practice (collectively the “Prohibited Practices”) in the

Selection Process. In such an event, the STPI shall, without prejudice to its any other rights

or remedies, forfeit and appropriate the Proposal Security or Performance Security, as the

case may be, as mutually agreed genuine pre-estimated compensation and damages

payable to the Authority for, inter alia, time, cost and effort of the Authority, in regard to

the RFP, including consideration and evaluation of such Bidder Proposal.

b) Without prejudice to the rights of the STPI under Clause above and the rights and remedies

which the STPI may have under the LoI or the Contract Agreement, if an Bidder or Systems

Integrator, as the case may be, is found by the STPI to have directly or indirectly or through

Page 49: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 49

an agent, engaged or indulged in any corrupt practice, fraudulent practice, coercive

practice, undesirable practice or restrictive practice during the Selection Process, or after

the issue of the LoI or the execution of the Agreement, such Bidder shall not be eligible to

participate in any tender or RFP issued by STPI during a period of < period, suggested 2

(two) > years from the date such Bidder, as the case may be, is found by the STPI to have

directly or through an agent, engaged or indulged in any corrupt practice, fraudulent

practice, coercive practice, undesirable practice or restrictive practice, as the case may be.

c) For the purposes of this Section, the following terms shall have the meaning hereinafter

respectively assigned to them:

i. “Corrupt practice” means

Engaging in any manner whatsoever, whether during the Selection Process or after the

issue of the LoI or after the execution of the Agreement, as the case may be, any person in

respect of any matter relating to the Project or the LoI or the Agreement, who at any time

has been or is a legal, financial or technical consultant/ adviser of the STPI in relation to

any matter concerning the Project; “fraudulent practice” means a misrepresentation or

omission of facts or disclosure of incomplete facts, in order to influence the Selection

Process;

the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to

influence the action of any person connected with the Selection Process (for avoidance of

doubt, offering of employment to or employing or engaging in any manner whatsoever,

directly or indirectly, any official of the STPI who is or has been associated in any manner,

directly or indirectly with the Selection Process or the LoA or has dealt with matters

concerning the Agreement or arising there from, before or after the execution thereof, at

any time prior to the expiry of one year from the date such official resigns or retires from or

otherwise ceases to be in the service of the STPI, shall be deemed to constitute influencing

the actions of a person connected with the Selection Process); or

ii. “Coercive practice” means impairing or harming or threatening to impair or harm, directly

or indirectly, any persons or property to influence any person s participation or action in the

Selection Process;

iii. “Undesirable practice” means

establishing contact with any person connected with or employed or engaged by STPI with

the objective of canvassing, lobbying or in any manner influencing or attempting to

influence the Selection Process; or having a Conflict of Interest; and

Page 50: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 50

iv. “Restrictive practice” means forming a cartel or arriving at any understanding or

arrangement among Bidders with the objective of restricting or manipulating a full and fair

competition in the Selection Process.

6.18 Termination for Default

STPI, without prejudice to any other remedy available for breach of Agreement, may

terminate the Agreement, by issuing a Default Notice of Fifteen (15) days in writing to the

SI, for any, for which no Default Notice will be given:

i. If the SI fails to implement the Tier III Data Centre Project within the time period(s)

specified in the Agreement, or within any extension thereof granted by the STPI in writing;

ii. If the SI fails to provide any or all of the contracted services as per service standards

specified in the Agreement;

iii. If the SI fails to perform any other obligation(s) under the Agreement;

iv. If the SI, in the judgment of the STPI has engaged in corrupt or fraudulent practices in

competing for or in executing the Agreement;

v. If the SI uses the STPI Data Centre and engages in antinational activities.

vi. In the event STPI terminates the Contract in whole or in part, STPI may procure, upon such

terms and in such manner as it deems appropriate, Goods or Related Services similar to

those undelivered or not performed, and the SI shall be liable to STPI for any additional

costs for such similar Goods or Related Services. However, the bidder shall continue

performance of the Contract to the extent not terminated.

6.19 Termination for Insolvency

STPI may at any time terminate the Contract by giving Notice to the bidder if the bidder

becomes bankrupt or otherwise insolvent. In such event, termination will be without

compensation to the bidder, provided that such termination will not prejudice or affect any

right of action or remedy that has accrued or will accrue thereafter to STPI.

6.20 Termination for convenience

STPI, by notice sent to the bidder, may terminate the contract, in whole or in part, at any

time for its convenience. The notice of termination shall specify that termination is for the

Page 51: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 51

STPI’s convenience, the extent to which performance of the bidder under the contract is

terminated, and the date upon which such termination becomes effective.

The goods that are complete and ready for shipment within twenty-eight (28) days after the

bidder’s receipt of the Notice of termination shall be accepted by STPI at the contract terms

and prices. For the remaining goods, STPI may elect:

i. To have any portion completed and delivered at the Contract terms and prices; and/or

ii. To cancel the remaining part of the project and pay to the SI an agreed amount for partially

completed Goods and Related Services and for materials and parts previously procured by

the selected bidder.

6.21 Consequences of Termination

Upon Termination of the Contract, the bidder shall:

(i) Prepare and present a detailed exit plan within five calendar days of termination notice

receipt to the client. (ii) The client and along with designated team will review the Exit plan. If approved, bidder

shall start working on the same immediately. If the plan is rejected, bidder shall prepare

alternate plan within two calendar days. If the second plan is also rejected, the client or

the authorized person will provide a plan for bidder and it should be adhered by in

totality

6.22 Exit Management Plan

The selected bidder shall not exit from the contract within stipulated time period of five

years. However, in the event that the selected bidder decides to opt out of the contract

prematurely it has to notify the authority six months in advance through a written letter,

bidder will not seek ownership rights over the equipment and its PBG will also be forfeited.

a) Upon successful completion of the contract period upon termination of the agreement for

any reasons, the Successful Bidder shall comply with the following:

Notify to the STPI forthwith the particulars of all Project Assets

Transfer entire Data Centre Equipment & Network in working condition to STPI

Deliver forthwith actual or constructive possession of the project, free and clear of all

encumbrances and execute such deeds, writings and documents as may be required by the

STPI for fully and effectively divesting the Successful Bidder of all of the rights, title and

Page 52: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 52

interest of the successful bidder in the project and conveying the project

Comply with the divestment requirements set out except in case if termination of this

agreement is due to STPI event of default, In case of termination due to STPI event of

default, the successful bidder shall have implemented the maintenance schedule as well as

any repairs pointed out by the Consultant in its Operations & Maintenance inspection report

prior to date of termination notice. In case of termination due to Force Majeure event, the

divestment requirements shall be agreed between STPI and the successful Bidder.

Pay all transfer costs and stamp duty applicable on handing back of project assets except in

case the Project is being transferred due to Default of STPI or expiry of contract period,

where STPI shall be responsible for transfer costs and stamp duty, if any. For clarification of

doubt, transfer costs in this Clause relate to taxes and duties applicable at transfer of

Project, if any.

b) Subject to clause (a) of exit management, upon completion of the contract period or upon

termination of the agreement, the Successful Bidder shall comply and conform to the

following Divestment Requirements in respect of the Project:

All Project Assets including the hardware, software, documentation and any other

infrastructure shall have been renewed and cured of all defects and deficiencies as

necessary so that the Project is compliant with the specifications and standards set forth in

the RFP, Agreement and any other amendments made during the contract period.

The Successful Bidder delivers relevant records and reports pertaining to the Project and its

design, engineering, operation, and maintenance including all operation and maintenance

records and manuals pertaining thereto and complete as on the Divestment Date.

The Successful Bidder executes such deeds of conveyance, documents and other writings as

the STPI may reasonably require to convey, divest and assign all the rights, title and

interest of the Successful Bidder in the Project free from all Encumbrances absolutely and

free of any charge or tax unto the STPI or its Nominee.

The Successful Bidder complies with all other requirements as may be prescribed under

applicable Laws to complete the divestment and assignment of all the rights, title and

interest of the Successful Bidder in the Project free from all encumbrances absolutely and

free of any charge or tax to STPI or its nominee.

c) Not earlier than 3 (three) months before the expiry of the contract Period but not later than

30 (thirty) days before such expiry, or in the event of earlier Termination of the contract,

immediately upon but not later than 15 (fifteen) days from the date of issue of Termination

Notice, the Consultant as nominated by STPI shall verify, in the presence of a representative

of the Successful Bidder, compliance by the Successful Bidder with the Divestment

Page 53: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 53

Requirements set forth in relation to the Project and, if required, cause appropriate tests to

be carried out at the Successful Bidder cost for determining the compliance therewith. If any

shortcomings in the Divestment Requirements are found by either Party, it shall notify the

other of the same and the Successful Bidder shall rectify the same at its cost.

d) The Exit Plan should cover the following :-

Execute all documents that may be necessary to effectively transfer the ownership and title,

including OEM warranties in respect of all equipment;

Handover all developed codes, related documentation and other Configurable items, if any

in his possession;

Handover the list of all IT Assets, passwords at all locations to the Client.

e) The Exit Plan should include the bidder and client (or authorized person) signing a

completion certificate at the end of successful completion (all points tracked to closure) of

the Exit Plan.

6.23 Law Governing Contract

The Contract shall be interpreted in accordance with the laws of the Union of India and the

State of Odisha

6.24 Notices

Any notice given by one party to the other pursuant to this contract shall be sent to the

other party in writing or by telex, email, cable or facsimile to the other party’s address, and

confirmed in writing by the other party. A notice shall be effective when delivered or

tendered to other party whichever is earlier.

6.25 Taxes and Duties

All payments will be subjected to tax deduction at source as applicable/ required at the

prevailing tax rates. Any changes, revision or enactment in duties like Service Tax, GST,

taxes and surcharges during the period of validity of the Bids and also during the contract

period by Central/State/Other Government bodies will be considered and applied after due

consideration.

Page 54: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 54

6.26 Insurance

Insurance coverage for project period for any losses, damages to equipment may be taken

by STPI directly and SI will assist STPI in procuring the same by STPI. However, the SI has

to do transit insurance which shall cover till the delivery of products to the customer’s

premises.

6.27 STPI Obligation

STPI representative shall interface with the Selected Bidder, to provide the required

information, clarifications, and to resolve any issues as may arise during the execution of

the Contract.

STPI shall ensure that timely approval is provided to the selected Bidder, where deemed

necessary, which should include diagram / plans and all specifications related to services

required to be provided as part of the Scope of Work.

6.28 Performance Bank Guarantee

i. Within 15 days after the receipt of notification of award of the Contract from the STPI, the

successful Bidder shall furnish Contract Performance Bank Guarantee to the STPI,

Bhubaneswar, which shall be equal to 10% of the contract value in the form of BG of any

nationalized /Scheduled Bank having branch at Bhubaneswar as per the format. The PBG

shall be renewed every year to ensure its validity during the entire contract period of five

years.

ii. The PBG shall be as per format given at Annexure 16: Proforma for Bank Guarantee (PBG)

towards performance security

iii. The proceeds of the performance guarantees shall be payable to the client as compensation

for any loss / penalties resulting from the bidder’s failure to complete its obligations under

the contract.

iv. The amount covered by PBG of the successful bidder/ prime bidder shall be forfeited if the

successful bidder/ prime bidder fails to comply with any conditions of the contract.

v. The performance guarantee will be discharged by the client and returned to the bidder

within 60 days following the date of completion of the bidder performance obligations,

including any warranty obligations under the Contract

Page 55: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 55

6.29 Statutory requirements

During the tenure of this contract, nothing shall be done by the Selected Bidder in

contravention of any applicable law, act and / or rules / regulations, there-under or any

amendment thereof governing inter-alia customs, stowaways, foreign exchange etc. and

shall keep STPI indemnified in this regard.

The SI and their personnel/ representative shall not alter / change / replace any hardware

component proprietary to STPI and/or under warranty or AMC of third party without prior

consent of STPI.

The SI and their personnel/representative shall not without consent of STPI install any

hardware or software not purchased / owned by STPI.

6.30 Contract administration

i. Either party may appoint any individual / organization as its authorized representative

through a written notice to the other party. Each Representative shall have the authority to:

Exercise all of the powers and functions of his/her Party under this contract, other than the

power to amend this contract and ensure proper administration and performance of the

terms hereof; and

Bind his or her Party in relation to any matter arising out of or in connection with this

Contract.

ii. The Selected Bidder shall be bound by all undertakings and representations made by the

authorized representative of the Selected Bidder and any covenants stipulated hereunder,

with respect to this contract, for and on their behalf.

iii. For the purpose of execution or performance of the obligations under this Contract, STPI

representative would act as an interface with the nominated representative of the Selected

Bidder. The Selected Bidder shall comply with any instructions that are given by STPI

representative during the course of this contract in relation to the performance of its

obligations under the terms of this contract and the Tender.

iv. A committee comprising of representatives from STPI and the Selected Bidder shall meet on

a quarterly basis to discuss any issues / bottlenecks being encountered. The Selected Bidder

shall draw the minutes of these meetings and circulate to STPI.

Page 56: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 56

6.31 Price Revision

Prices quoted must be firm and shall not be subject to any upward revision on any account

what-so-ever throughout the period of contract.

6.32 Applicability of Liquidated Damages

Subject to clause for Force Majeure, if the bidder fails to complete the services

under Project scope of work before the scheduled completion date or the extended date or

if the Selected Bidder repudiates the contract before completion of the work, STPI, at its

discretion, may without prejudice to any other right or remedy available to it under the

contract, recover a maximum of 10 percent of the project cost from the Selected Bidder, as

Liquidated Damages (LD).

In case it leads to termination, STPI shall give thirty days’ notice to the Selected Bidder of

its intention to terminate the contract and shall so terminate the contract unless during the

thirty days’ notice period, the Selected Bidder initiates remedial action acceptable to STPI.

STPI may without prejudice to its right to affect recovery by any other method, deduct the

amount of liquidated damages from any money belonging to the Selected Bidder in its

hands (which includes STPI right to claim such amount against Selected Bidder’s Bank

Guarantee) or which may become due to the Selected Bidder. Any such recovery or

liquidated damages shall not in any way relieve the Selected Bidder from any of its

obligations to complete the work or from any other obligations and liabilities under the

Contract.

6.33 Continuance of Contract

Notwithstanding the fact that settlement of dispute(s) (if any) under arbitration may be

pending, the parties hereto shall continue to be governed by and perform the work in

accordance with the provisions under the Scope of Work to ensure continuity of operations.

6.34 Conflict of interest

The Bidder shall disclose to STPI in writing, all actual and potential conflicts of interest that

exist, arise or may arise (either for the Vendor or the Bidder’s team) in the course of

performing the Service(s) as soon as practical after it becomes aware of that conflict.

Page 57: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 57

The Bidder shall hold the Client’s interests paramount, without any consideration for future

work, and strictly avoid conflict with other assignments or their own corporate interests.

Bidder not to Benefit from Commissions, Discounts: The payment of the bidder shall

constitute the bidder’s only payment in connection with this Contract or the Services, and

the bidder shall not accept for their own benefit any trade commission, discount, or similar

payment in connection with activities pursuant to this Contract or to the Services or in the

discharge of their obligations under the Contract, and the bidder shall use their best efforts

to ensure that the Personnel and agents of either of them similarly shall not receive any

such additional payment.

Prohibition of Conflicting Activities: The bidder shall not engage and shall cause their

Personnel, either directly or indirectly, in any business or professional activities which would

conflict with the activities assigned to them under this Contract.

6.35 Severance

The Bidder shall disclose to STPI in writing, all actual and potential conflicts of interest that

exist, arise or may arise (either for the Vendor the Bidder s team) in the course of

performing the Service(s) as soon as practical after it becomes aware of that conflict.

6.36 Limitations of Liability

The total Liability of the bidder in connection with any damage or loss under this contract is

maximum 100% of the project cost.

6.37 “No Claims” certificate

The Selected Bidder shall not be entitled to make any claim, whatsoever against STPI,

under or by virtue of or arising out of, the contract, nor shall STPI entertain or consider any

such claim, if made by the Selected Bidder after it has signed a “No claim” certificate in

favour of STPI in such form as shall be required by it after the work is finally accepted.

6.38 Relationship between the Parties

i. Nothing in the Contract constitutes any fiduciary relationship between STPI and Selected

Bidder/ Bidder’s Team or any relationship of employer employee, principal and agent, or

partnership, between the STPI and Selected Bidder.

Page 58: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 58

ii. No Party has any authority to bind the other Party in any manner whatsoever except as

agreed under the terms of the Contract.

iii. STPI will not be under any obligation to the System Integrator’s team except as agreed

under the terms of the Contract

6.39 No Assignment

The Selected Bidder shall not transfer any interest, right, benefit or obligation under the

contract without the prior written consent of STPI.

6.40 Survival

The provisions of the clauses of the Contract in relation to documents, data, processes,

property, Intellectual Property Rights, indemnity, publicity and confidentiality and ownership

survive the expiry or termination of this Contract and in relation to confidentiality, the

obligations continue to apply unless STPI notifies the Selected Bidder of its release from

those obligations.

6.41 Entire Contract

The terms and conditions laid down in the Tender and all annexures thereto as also the

Proposal and any attachments/annexes thereto shall be read in consonance with and form

an integral part of the Contract. The Contract supersedes any prior contract, understanding

or representation of the Parties on the subject matter.

6.42 Jurisdiction of courts

Courts at New Delhi shall have the jurisdiction in case of litigation between the parties.

6.43 Non Waiver

Any waiver of any provision of this Contract is ineffective unless it is in writing and signed

by the Party waiving its rights.

A waiver by either Party in respect of a breach of a provision of this Contract by the other

Party is not a waiver in respect of any other breach of that or any other provision.

The failure of either Party to enforce at any time any of the provisions of this Contract shall

not be interpreted as a waiver of such provision.

Page 59: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 59

6.44 Modification

Any modification of the Contract shall be in writing and signed by an authorized

representative of each Party.

6.45 Application

These General Conditions shall apply to the extent that provisions in other parts of the

Contract do not supersede them.

6.46 Delay and Non-Conformance

In case the time schedule mentioned at Annexure 9: Detailed timeline and work Plan is not

being adhered to, STPI has the right to cancel the Contract wholly or in part without

any liability to cancellation charges and procure the Goods and Services elsewhere and

in a manner decided by the client. In such case the successful bidder shall pay the

difference of the cost of Goods and Services procured elsewhere and price set forth in

the Contract Agreement with the successful bidder.

6.47 Confidentiality

Except with the prior written consent of the Client, the bidder and the Personnel shall not at

any time communicate to any person or entity any confidential information acquired in the

course of the Services, nor shall the bidder and the Personnel make public the

recommendations formulated in the course of, or as a result of, the services.

Any information pertaining to STPI or any other agency involved in the project, matters

concerning STPI or with the agency that comes to the knowledge of the vendor in

connection with this contract will be deemed to be confidential and the contractor will be

fully responsible for the same being kept confidential and held in trust, as also for all

consequences of its concerned personnel failing to do so. The vendor shall ensure due

secrecy of information and data not intended for public distribution. The affidavit to that

effect should be submitted along with security deposit.

6.48 Right of monitoring, Inspection and Audit

STPI at its discretion may appoint third party for auditing the activities of onsite services

and operations of entire services provided to STPI.

Page 60: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 60

STPI reserves the right to inspect and monitor / assess the progress / performance at any

time during the course of the Contract, after providing due notice to the Selected Bidder.

STPI may demand, and upon such demand being made, the selected bidder shall provide

with any document, data, material or any other information required to assess the progress

of the project. The selected bidder shall provide MIS reports weekly, monthly, quarterly and

yearly as required by STPI. The data backup need to be taken by the selected bidder

periodically, to ensure business continuity.

STPI shall also have the right to conduct, either itself or through any another agency as it

may deem fit, an audit to monitor the performance by the Selected Bidder of its

obligations/functions in accordance with the standards committed to or required by STPI

and the Selected Bidder undertakes to cooperate with and provide to STPI/ any other

Consultant/ Agency appointed by the STPI, all documents and other details as may be

required by them for this purpose. Any deviations or contravention identified as a result of

such audit/assessment would need to be rectified by the Selected Bidder failing which STPI

may, without prejudice to any other rights that it may have, issue a notice of default.

6.49 Information Security

The Selected Bidder shall not carry and/or transmit any material, information, layouts,

diagrams, storage media or any other goods/material in physical or electronic form, which

are proprietary to or owned by the STPI, out of premises, without prior written permission

from the STPI.

The Selected Bidder shall, upon termination of this agreement for any reason, or upon

demand by STPI, whichever is earliest, return any and all information provided to the

Selected Bidder by STPI, including any copies or reproductions, both hard copy and

electronic.

6.50 Publicity

Any publicity by the bidder containing the name of STPI should be done only with the

explicit written permission from STPI.

The Selected bidder shall not make or permit to be made a public announcement or media

release about any aspect of this Contract unless the STPI first gives its written consent to

the selected bidder.

Page 61: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 61

6.51 Acceptance Tests

The selected bidder in presence of the STPI authorized team will conduct acceptance test at

the site. The test will involve installation and commissioning and successful operation of the

hardware, software, network equipment etc. The testing shall be carried out in order to

ensure that the solution has been properly engineered and integrated so that the quality of

services offered to users is at a satisfactory level. No additional charges shall be payable by

the STPI for carrying out these acceptance tests.

The acceptance testing shall include tests for capacity and scalability on the equipment and

functional tests

The successful bidder shall submit an acceptance test schedule. STPI shall have the right to

make modifications or additions to any test configuration or techniques of measurement or

number of tests as considered necessary by it

The selected bidder must provide at its own cost, the software programs and testers

required to carrying out the acceptance tests

Selected bidder must demonstrate to the STPI the services and its physical security & safety

features

STPI reserves the right to randomly test services upon completion of installation. If the

results of those tests are deemed unacceptable, Successful Bidders shall correct all

identified errors if it was deemed that the installation was in error

Once installation and commissioning of equipment is completed a random sizeable sample

would be tested to check the effectiveness of the equipment

Services must run fifteen (15) consecutive days (Trial run period) without any equipment

hardware / software failure. Failure during such time will require replacement, reinstallation

which will be done within 7 days

Based on the feedback received from users and successful completion of the run the project

will proceed towards Go-Live.

All the documentation requirements have to be met, and selected bidder has to certify in

writing to the STPI that the infrastructure created is operational, in accordance with the

specifications and ready to use.

6.52 Patents

Page 62: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 62

The Bidder shall indemnify the department against all third party claims of infringement of

patent, trademark or industrial design and intellectual property rights arising from the use

of equipment and services or any part thereof.

6.53 Commencement of Operations

Subjected to satisfactory completion of the acceptance tests, Successful Bidder shall provide

declaration letter stating the necessary equipment as per the specifications provided in this

RFP has been installed and is ready for providing service to the user. The date of declaration

letter provided by the Successful Bidder shall be considered for commencement of

operations.

6.54 Up keeping of the equipment

Selected Bidder shall ensure to operate the equipment at most care by deploying a skilled

and experienced operating staff.

It is the responsibility of the Successful Bidder to get the faulty equipment repaired at his

own expense for those faults or damages caused by Electrical Surges, Variations in voltage,

Power fluctuations, Earth leakage, Vibrations, Physical damage, fire etc. which are not

covered under warranty contract with OEM.

6.55 Employees of the System Integrator (Implementation & Operations Team)

The selected bidder at its own expense shall deploy skilled and experienced professionals in

the area of Civil, Electrical, Mechanical & IT operations etc. during implementation and

operations of the NOC, and helpdesk. Such skilled resources are necessary for the proper

and timely execution and maintenance of STPI Tier III Data Centre project. The overall

project works shall be monitored by the experienced project manager designated by the

selected bidder.

Selected Bidder is expected to have adequate resources working in parallel during

implementation of the project for timely completion of the project.

During O&M Period selected bidder is expected to deploy O&M team for ensuring smooth

operations of the Data Centre.

Page 63: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 63

In the event of the STPI being of the opinion that the selected bidder has not employed

sufficient number of staff and workmen as is necessary for the proper completion of

the project within the time prescribed, the selected bidder shall forthwith on receiving

intimation to this effect take additional staff and labour (at his own expense) specified by

STPI within 3 days for timely completion of works.

The support expert pool and the support staff for implementation shall be deployed at STPI

site as per the resource deployment plan.

6.56 Statutory and other obligations regarding Workmen

The Successful Bidder shall comply with all Government Regulations and Enactment

pertaining to workmen, labour and all statutory obligations and STPI shall be indemnified

of any effects/impact.

6.57 Safety Regulations

Successful Bidder shall be responsible to take all precautions to ensure the safety of the

person or property of the STPI and Data Centre while performing its obligations hereunder

It is the responsibility of the bidder to carry the material/equipment to the location of the

installation, SI will be penalized for any damage caused to property/ STPI Elite building.

It is the responsibility of the Successful Bidder to comply with all sorts of safety measures

under applicable law in regards to men and material deployed for the project.

6.58 Warranty of Equipment

The Bidder is required to provide warranty valid for Five (5) Years, for all supplied

equipment as per financial bid.

The Bidder shall warrant that all the equipment supplied under the contract is newly

manufactured and shall have no defect arising out of design, materials or workmanship or

from any act or omission of the Bidder that may develop under normal use of the supplied

equipment’s in the conditions prevailing across the country.

Page 64: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 64

The Bidder shall warrant that the services provided under the contract shall be as per the

Service Level Agreement (SLA) defined in the tender.

This warranty, for all equipment’s, shall remain valid for Five (5) Years after the complete

installation and final commissioning of the Data Centre. The installation will be deemed

incomplete if any component of the equipment or any documentation/media is not delivered

or is delivered and not installed and/or not operational or not acceptable to STPI after final

acceptance testing.

STPI shall promptly notify the Bidder about any claims arising under this warranty. Upon

receipt of such notice, the bidder shall repair/ replace/ reconfigure/ re-provision the

defective equipment or service.

The supplier shall ensure during the comprehensive warranty period that all the supplied

stores continue to function as per the parameters mentioned in technical specification.

During warranty period, maintenance of all stores including pick-up of the faulty equipment

for repair, replacement and repair/fault rectification, delivery of the rectified equipment shall

be undertaken by the supplier at no additional cost to the buyer. The supplier will be

responsible for the maintenance/preventive maintenance of the complete system. Any

Malfunctioning or defective items shall be replaced by the supplier free of cost at project site

as early as possible, under the following condition:-

If the bidder, having been notified, fails to remedy the defect(s) within the period specified

in the SLA, STPI may proceed to take such remedial action as may be necessary at the

Bidder’s risk and expense and without prejudice to any other rights, which STPI may have

against the Bidder under the contract.

6.59 OEM Certification

(a) The OEM Certificate as per the Annexure-11 or 12 & 13 as applicable stating that the

bidding company is the Original Equipment Manufacturer of the equipment they are offering,

shall produce signed declaration certificates, giving reference of this Tender Enquiry, who is

authorized to offer their equipment and a commitment to provide maintenance support

during the comprehensive warranty period.

(b) In case the stores are supplied by the authorized supplier of the OEM, then the

OEM certificate (Annexure-11) shall state that, in case the authorized supplier fails to

Page 65: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 65

repair/ maintenance the equipment during the comprehensive warranty, the responsibility

for maintenance of the equipment provided would then be taken over by the OEM.

(c) The complete contact details of the OEM (Name and designation of contact person, postal

address, e mail ID and telephone & FAX numbers) will be furnished and the buyer may at

his discretion verify the authorization from the OEM, failure of which may result in the

bidder being black listed and / or barred from participating for any future tender of this

organization.

6.60 O&M and AMC of Equipment

It is the responsibility of the selected bidder to operate and maintain STPI DC for the entire

contract period and shall bear all the recurring expenditure (AMC of the support equipment,

Operating staff salaries, And Incidental expenses etc.) and bear any other expenses which

are not covered under above for implementation of this project.

It is the responsibility of the selected bidder to ensure AMC for the support equipment from

time to time to keep the equipment in working condition during the contract period and

shall bear this expenditure. However consumables may be reimbursed as per actuals

6.61 Performance & Spares

a. The Bidder shall specify in the Technical Proposal the complete list of spares that will be

maintained for meeting the various SLA parameters specified in the tender.

b. The Successful Bidder shall stand guarantee for the supply of spares of all the equipment

under the scope of supply for a minimum period of 5 years from the date of awarding the

contract and also guarantee that discontinuity of production of any item offered as a part of

the system shall not affect the maintainability of the system for a period of 5 years from

the start date of operation and maintenance support of data centre.

6.62 Ownership of Documents:

All documents and reports prepared or obtained by the Consultant in performing the

Services shall become and remain the property of STPI, and the Consultant shall, not later

than upon termination or expiration of this Contract, deliver all such documents to STPI,

together with a detailed inventory thereof.

6.63 Manpower deployment

Page 66: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 66

The bidder has to propose Manpower deployment plan in accordance with the project

requirements and stages. The below is the minimum requirements of the manpower to be

deployed for the project. The bidder shall deploy the resources for the minimum residential

period (MRP) as per the below table. Minimum residential period means the time period for

which the professional has to be present in the data centre site during the implementation

of the project.

The SI shall post an on-site full time Team Leader and support staffs as given below who

are dedicated solely to look after the entire implementation duration of the Data Centre. The

project manager shall coordinate with the designated officer of the tendering authority. The

manpower deployed has to be part of the project during the entire period of

implementation, no replacement of key experts will be allowed during the implementation of

data centre. Only replacement of one key expert is allowed between the proposal date and

the date of commencement of project. Similarly minimum 80% key experts have to be on

the payroll of the project as on bidding date and the bidder shall commit to engage hundred

percent of the key resources on its payroll before commencement of the project.

If any of the key experts become unavailable for the implementation period, the SI shall

provide a written adequate justification and evidence satisfactory to STPI together with the

substitution request. In such case, a replacement key expert shall have equal or better

qualifications and experience than those of the originally proposed key expert. The technical

evaluation score, however, will remain to be based on the evaluation of the CV of the

original Key Expert.

The team leader and the support staff shall be available at implementation site on all

working days.

Sl No. Role No’s Minimum Qualification & Relevant

Experience

Key Experts

1 Project Manager

MRP: 6 Weeks

(Minimum 5 days a

week)

1 B.E. / B. Tech/AMIE/MCA/Masters with

10+ Years’ experience including

minimum 5 year experience in Data

Centre project management

Page 67: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 67

2 Team Leader

MRP: Entire project

Duration(Minimum 5

days a week)

1 B.E. /B. Tech/AMIE/MCA with 5 Years’

experience including minimum 5 year

experience in Data Centre Project

Management.

3 Accredited Tier

Designer

MRP: 6 Weeks

(Minimum 5 days a

week)

1 B.E. /B. Tech/AMIE/MCA with 8 Years

experience with experience in Data

Centre Design and ATD Certification

3 Electrical Expert

MRP: 6 Weeks

(Minimum 5 days a

week)

1 B.E./B. Tech in Electrical / EEE with 8

Years experience including minimum 3

year experience in HT/LT

Installation/Maintenance.

4 HVAC Expert

MRP: 6 Weeks

(Minimum 5 days a

week)

1 B.E. /B. Tech in Mechanical, With 5

Years’ experience including minimum 3

year experience in HVAC installation

maintenance.

5 ELV Expert

MRP: 6 Weeks

(Minimum 5 days a

week)

1 B.E./B. Tech in

Mechanical/Electrical/ECE/EEE, 5 Years'

experience including minimum 3 year

experience Data Centre ELV

Installations

6 Network Administrator

MRP: 6 Weeks

(Minimum 5 days a

week)

1 B.E./B. Tech /MCA/AMIE with 3 Years

relevant experience, CCNA/CCNP/

CCSP/CISSP or equivalent

Support Staff

1 Project Coordinator 1 Graduate/ Diploma in with 3 Years

Page 68: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 68

MRP: Entire project

Duration(Minimum 5

days a week)

experience

2 Health & Safety

Environment Officer

Entire project

Duration(Minimum 5

days a week)

1 Graduate/ Diploma in with 3 Years

experience

3 Electrical Engineer

Entire project

Duration(Minimum 5

days a week)

1 Graduate/ Diploma in with 3 Years

experience

4 HVAC Engineer

Entire project

Duration(Minimum 5

days a week)

1 Graduate/ Diploma in with 3 Years

experience

5 Network Engineer

Entire project

Duration(Minimum 5

days a week)

1 Graduate/ Diploma in with 3 Years

experience

6.64 Project Timelines

The estimated timeline shall be as Annexure 9: Detailed timeline and work Plan. The start

date of the project shall be from the date of signing the contract excluding the

implementation period. No extensions shall be permitted by STPI.

Week Activity ST

PI Consultant

SI Remarks

T Project Kick-off √ √ √ This would be done

Page 69: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 69

Week Activity ST

PI Consultant

SI Remarks

Day within 2 weeks of issue

of work order

T + 2 Preparation &

Submission of

DC lay-out

√ √ STPI and Consultant

shall provide support.

T+3 Submission of

Inception

Report, Design

Documents for

Uptime

Certification

√ √

STPI and Consultant

shall provide support.

T + 4 Approval of the

Lay-out

√ Consultant to work with

SI for approval

T + 5 DC Design &

Installation,

commission

activities

√ √ Consultant shall carry

out the project

management activities.

STPI to review the

progress on a periodic

basis.

T + 8 Uptime Institute

certification of

design

documents

√ √ √ SI has to complete the

UI certification

T + 18 Commissioning

of Data Centre

√ √ STPI and Consultant

shall provide support.

T + 18 Availability of

raw power

√ √ STPI and Consultant

shall provide support.

T + 20 User Acceptance

Tests

√ √ Consultant shall lay

down UAT plan

T + 22 Final Acceptance

Testing &

Project Sign-Off

√ √ √

T+24 Go-Live √ √ √

Page 70: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 70

Note: The SI needs to issue the work order to the Uptime Institute for design certification

within 15 days of receiving the WO from STPI and the proof copy has to be submitted to

STPI.

TOTAL TIME FOR THE COMPLETION OF THE PROJECT: 24 WEEKS. IN CASE THE

PROJECT IS NOT COMPLETED IN TIME. THE PENALTY OF 1% of PBG PER WEEK

(liquidated damage charges/delay charges) MAX 10 WEEKS WILL BE APPLICABLE.

AFTER THAT STPI IS FREE TO CANCEL THE W.O/CONTARCT. THE REMAINING PART

OF WORK WILL BE COMPLETED BY STPI OR ANY AGENCY ENGAGED BY STPI AT

THE COST OF SELECTED VENDOR.

6.65 Payment Schedule

Payment will be released to the successfully shortlisted bidder in phased manner as stated

below:

Deliverables Payment Remarks

Inception Report 10% of total

quoted value

The bidder would be given 10% of

payment as mobilization advance after

the project kick off and submission of

inception report.

Uptime Certification

of Design Documents

15% of total

quoted value

On completion of Uptime certification

process of design documents

Delivery of all Non-IT

components of DC

40% of total

quoted value

Delivery of Non-IT components like

Transformer (PSS), DG set, UPS, PAC,

BBT, electrical panels.

Installation &

Commissioning of all

Non-IT & IT

components of DC

10% of total

quoted value

On Successful installation and

commissioning of all non IT equipment’s

Page 71: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 71

Final Acceptance Test 15% of total

quoted value

On successful completion of final

acceptance test and submission of

completion certificate

On successful running

of DC for one year

from final acceptance

test and submission

of documentation

Final 10% of total

quoted value

The payment will be against submission

of performance Bank Guarantee valid

for 1 years.

Operations and

Management for 5

years payable

quarterly

5% (per quarter)

of the OPEX.

1st quarter pay-

out will be made

post submission of

structured cabling

certification valid

for 25 yrs.

3rd quarter pay-

out will be made

only after the DC is

ISO 27001

certified.

6th quarter pay-

out will be made

only after STPI DC

is ISO 20000

certified.

Payment terms would be quarterly in

arrears after making due adjustment

with SLA/ performance

The payment will be against submission

of performance Bank Guarantee(10 %

of total O & M value) valid for 5 years

Note: - All the payments will be made to the successful bidder in Indian Rupees only.

Payments will be made after thirty (30) days of receiving the invoice subject to approval

from competent authority. The billing has to be made in the name of STPI.

Page 72: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 72

7 Design considerations for the STPI Data Centre

7.1 Location and Environment

The location of the proposed Datacentre is 2nd Floor, STPI Elite Building (Upcoming),

Gothapatna, Bhubaneswar, Odisha (Co-ordinates: 20°17'34"N, 85°44'32"E). The Datacentre

subsystems shall be designed for the following ambient conditions:

Ambient Temperature: 46 Degree Celsius

Relative Humidity: 0 to 95%

Seismic: Zone 3

7.2 Functional Areas

7.2.1 Datacentre

STPI is proposing to construct a Datacentre meeting Tier III guidelines in a space of 7500

Sq. Ft. The DC should have the following functional areas:

Server farm: 3000 Sq. Ft.

Network Operating Centre (NOC)

Technical Support Areas

Staging area

UPS and Battery Rooms

BMS Room

ISP Room

Communication Room

The proposed layout of various functional area of the Datacentre is given in the Drawings below. The

below indicative layout is also attached as annexure to this document.

Page 73: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 73

Figure 1: Data Centre Layout

7.2.2 HT/Transformer yard

The HT/Transformer yard shall be located in perimeter of STPI premises. The bidder is

required to visit the site and carry out a site survey prior to submission of the bids.

The HT/Transformer yard shall have the following functional areas:

3 Way HT Panel ( Existing panel) the bidder shall provide additional one suitable VCB

according to existing panel specification

There are two transformer yard and each consist of one Packaged substation(PSS)

packaged Substation consist of

o 2 No's Load breaker Switch and one VCB

o Dry type transformer

o LT breaker

DG Yard consisting of a maximum 2 number of Diesel Generator

Redundant Fuel Tanks with fuel unloading bay

7.3 Server Farm

It is proposed to house about 120 racks in the server farm area. The server farm area is

divided into 4 zones depending on the power load density:

Server Room 1: 6.5 KW per Rack

Server Room 2: 6.5 KW per Rack

Server Room 3: 10 KW per Rack

Server Room 4: 6.5 KW per Rack

7.4 Power Supply Distribution

Based on below consideration, the total IT load is calculated as below:

Page 74: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 74

IT Power Type of

rack

Number

of Rack

Power

Per Rack KW Diversity

Power in

KW

Data Centre Phase 1

Server room 1 Server 38 6.50 247 1 247.00

Network 4 3.0 12 1 12.00

Server room 2 Server 20 6.50 130 1 130.00

Network 2 3.0 6 1 6.00

Server room 3 (High

Density) Server 6 10.00 60 1 60.00

Network room 1 Network 3 3.0 9 1 9.00

Network room 2 Network 3 3.0 9 1 9.00

POI room 1 Network 1 3.0 3 1 3.00

POI room 2 Network 1 3.0 3 1 3.00

Total critical IT Load 78 479.00

Data Centre Phase 2

Server room 4 Server 34 6.5 221 1 221.00

Network 4 3.0 12 1 12.00

POI room 1 Network 1 3.0 3 1 3.00

POI room 2 Network 1 3.0 3 1 3.00

Total critical IT Load 40 239.00

So the maximum IT load of the Datacentre is 718 kW.

An additional load of maximum 42 KW for Lighting, Safety and security, Workstation air

condition etc. in Safety and security systems such as fire alarm system, fire suppression

system and Access control system is envisaged.

The UPS system to be deployed in two phases. In phase-1 UPS capable of delivering

600KVA and Phase 2 UPS capable of delivering 300 KVA.

N+N Redundancy is required for the UPS.

STPI will arrange 11 KV HT connections. The HT breakers and packaged substation shall

be implemented for the entire capacity on first phase itself.

The Diesel Generator (DG) sets for 100% of the designed load will be deployed in N+N

configuration in phase -1.

The power distribution system including LT Panels, cable, etc. shall be provided for the

total datacentre requirement in phase-1 itself.

Power distribution for racks and PAC units shall be implemented for 82 racks in phase 1.

Provision shall be provided for extending to phase -2 for 38 racks without disturbing the

operation of phase 1.

Page 75: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 75

7.5 Cooling

Precision cooling system considered for Server room, network room and Communication

room & electrical Room

Cassette cooling system considered for Monitoring room, staging room, BMS Rooms &

meeting room, Manager Room.

At least N+1 Redundancy required for all the cooling systems.

Outside Ambient Temperature to be considered for the design is 46 degree Celsius.

The Precision cooling system shall be designed for Cold Aisle temperature of at least 22

+/- 1 Degree.

Humidity shall be maintained at 50% +/- 5% RH for server rooms, network and ISP

rooms.

Nominal room temperature for other area cooling system shall be 24 Degree Celsius.

Cold Aisle containment shall be provided for the server room area.

The cooling system shall be comply with TIER III specifications of Uptime

Institute/TIA942

The cooling system shall be designed as per ASHRAE standards and recommendations.

Redundancy and concurrent maintainability shall be ensured for all critical capacity

components (UPS, DG, AC Units, etc.) and distribution components (Panels, cables, switch

gears, etc.).

7.6 Safety and Security Systems

Sl. No. Parameter Design Criteria/Details

1 Fire Detection Addressable Sensors.

Mix of heat detectors and optical smoke detectors.

Multiple zones and redundancy.

Sensor level and controller level redundancy is

required.

VESDA System.

2 Gas Based Fire

Suppression System

Automatic Gas based suppression.

Novec 1230 Gas based suppression system

Multiple zones are required.

3 Access Control Biometric and Smart card for critical areas.

Smartcard for other non-critical areas.

Centralized monitoring and recording.

Access logs storage for 1 year.

4 CCTV IP Based CCTV Cameras.

Centralized monitoring and recording.

Backup for 2 months on storage system with RAID 1.

Archiving solution is required.

5 Other security

systems

Rodent Repellent

Water leakage system

Page 76: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 76

Public Address System

6 Standards NFPA, TIA942, Local standards/regulatory codes.

7.6.1 Fire detection and suppression coverage requirement

Area Detection

Required

VESDA Suppressio

n Required

Number Fire

suppression

zones

Manual

extinguishers

Minimum

requirement)

Server

Room

Yes Yes Yes 2 each server

room

Network/ISP

Room

Yes Yes Yes 1 1

Monitoring

Room

Yes No No 1

Staging

Room

Yes No Yes 2

BMS Room Yes No No 1

UPS Room Yes Yes Yes 2 (one for each

UPS room)

2

Battery

Room

Yes No Yes 1 1

Panel Room Yes No Yes 2

DG/Transfor

mer yard

Yes for all

indoor

areas

No No 2

The above are minimum requirements. The design shall be as per the relevant NFPA and

local standards.

The rodent repellent system, Water Leakage Detection system and Public Address system

should cover all the area.

Page 77: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 77

All the doors shall have the access control system and enable with anti-pass back. The

server room door shall have bio metric access control with card reader.

CCTV shall cover all the server rooms, ISP rooms, Network Rooms, BMS room,

Monitoring Room, transformer Yard.

7.7 Passive Networking

Sl. No. Parameter Design Criteria / Details

1 Passive Network Passive network to be deployed for total area

in first phase itself except Server Room-4.

2 Telco connectivity Redundant connectivity to separate Telecom

entrance rooms.

3 Tier TIER III

4 Standards EIA 568, EIA606 and other relevant

standards.

7.8 Phase -1 and Phase 2 Components

Subsystem Phase 1 Phase 2

Civil and Interior Works 100%

HT Electrical distribution 100%

DG 100%

UPS 600 KW

N+N(N=600 KW)

300 W

N+N (N=300 KW)

Main LT Distribution at Datacentre

100% UPS Panel & Distribution as per Phase 2

Power distribution to racks and CRAC units

82 38

Precision Cooling Server Room 1,2 & 3,Network room 1 & 2

Server Room 4

Safety and Security Systems

100%

Racks 82 38

Page 78: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 78

Passive Networking 100% of cable ducting/trays

Trunk cables from end of row network rack to the central racks (Except Server Room 4)

Server Room 4

7.9 Design Guidelines

The following are the design considerations of the Datacentre:

High Availability (Tier III or better): All subsystems of the Datacentre shall be

designed and implemented as per the Tier III guidelines specified by the Uptime Institute’s

topology and TIA942 standards. The bidder shall obtain Tier III design certification from

Uptime Institute.

Energy Efficiency: The Datacentre shall be designed with an energy efficient design.

The target average PUE shall be better than 1.8.

Modular Design: The Datacentre design shall be modular so that the capacities can be

added on demand.

8 Scope of Work

8.1 Data Centre Tier-III Certification by Uptime Institute (UI):

Software Technology Parks of India intents to build a state of the art Data Centre which has

to be certified by Uptime Institute, USA for design initially and then for construction if

required. The Tier III requirements, as defined by Uptime Institute is Concurrently

maintainable, so that annual maintenance shutdowns are not required, which allows an

aggressive maintenance program improving overall equipment performance and

demonstrate 99.98% availability. A Concurrently Maintainable Data Centre has redundant

capacity component and multiple independent distribution paths serving the computer

equipment.

Each and every capacity component and element in the distribution paths can be removed

from service on a planned basis without impacting any of the computer equipment. An

unplanned outage or failure of any one capacity in N+1 system will not affect the computer

equipment. An unplanned outage or failure of a capacity component or distribution element

may impact the computer equipment. There is sufficient permanently installed capacity to

meet the needs of the site when any redundant component is removed from service.

The successful bidder or the selected system integrator shall coordinate with

consultant to get the Tier III certification from Uptime Institute, USA. The bidder

shall get the final quotation from Uptime Institute, release the work order and

requisite fees to Uptime Institute within two weeks once they receive the WO from

Page 79: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 79

STPI (Copy of the Work Order & Payment Receipt from uptime to be submitted to

STPI as a proof). The bidder shall take the base design prepared by the consultant

into consideration and make necessary modifications/changes if required (in

consultation with the consultant & STPI) in order to get the designs certified from

UI. STPI shall reimburse the certification cost which is initially quoted by UI as a

standard cost. If the design certification incurs any additional cost to the SI, it has

to bear the same.

8.2 Data Centre Building

8.2.1 Civil Works

The scope of civil works shall include but not limited to the following:

Interior design

Pest Control

Permanent walls and partitions (Fire rated)

Temporary removable Partitions (Fire rated)

False Ceiling as per specifications

False Flooring as per specifications.

Thermal Insulation

Painting (Fire rated)

Doors (Fire rated)

Furniture

Ramp

Glass partitions (fire rated) if required

Any civil, masonry, trenching and fabrication works required for Electrical installation,

Earthing, HVAC installation and other subsystems installations.

Any other civil works required at site

All the Civil works are to be carried out as per the layout diagram.

8.2.2 Electrical System:

To supply and installation, testing and commissioning of the following equipment but not

limited to

S. No Description Specification

1 Transformer PSS,1600 KVA, Dry type

Transformer

2 Diesel Generator Prime rated 1290 KW Continuous

load @ 0.8 PF (lagging) Electrical

Page 80: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 80

power output at Alternator

terminals continuously without any

interruption 24 x 7 x 365 days @

50 Deg. C. This availability of

specified continuous power output

shall be as per Continuous Power

(COP) definition ref ISO8528-1

with 900 ltrs Day tank

3 HSD Tank 2x HSD, total capacity of 72 hours

4 LT panels ,SUB Distribution Panel, UPS Input

and Output Panel with Switch gear as per

specification

As per SLD and Specification

5 BBT (Bus bar Trunking As per SLD and Specification

6 Uninterrupted Power Supply As per SLD, Specification and BOQ

7 Capacitor bank As per SLD, Specification and BOQ

8 HT and LT Cables As per Specification and SLD

9 Power Cable tray As per requirement

10 Conduiting and wiring As per requirement

11 Floor PDU As per SLD and Drawing

12 LED lighting and Motion detector As per site requirement

8.2.3 Cooling System:

To supply and installation, testing and commissioning of the following equipment but not

limited to

S. No Description Specification

1 DX based Precision Air Conditioning

( Perimeter Cooling)

As per requirement

2 DX based Row Based Cooling (Row Cooling)

and Containment for Server room 3

As per requirement

3 Cold Aisle containment for Server room 1 &

2 & 4

As per Drawing

8.2.4 Safety and Security System:

To supply and installation, testing and commissioning of the following equipment but not

limited to

S. No Description Specification

1 Addressable Fire Detection and Alarm As per site requirement

Page 81: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 81

System

2 Public Addressable System As per site requirement

3 Rodent Repellent System As per site requirement

4 Gas Based fire Suppression System As per site requirement

5 Very Early Smoke Detection System(

VESDA)

As per site requirement

6 Access Control System As per site requirement

7 CCTV As per site requirement

8 Water Leakage Detection System As per site requirement

9 Portable Fire Extinguishers As per site requirement

8.2.5 Monitoring System:

To supply and installation, testing and commissioning of the following equipment but not

limited to

S.No Description Specification

1 Building Management System As per site requirement

2 Temperature and Humidity Sensor As per site requirement

3 Flow meter for Diesel unloading As per site requirement

4 Float Sensor for Diesel Monitoring at day tank

level

As per site requirement

5 Integration with All energy meter, MCCB,

ACB, Safety and Security Equipment’s, Diesel

monitoring, Data centre Temperature and

Humidity Monitoring, UPS, PAC, Panel

ON/Off/Trip status etc..

As per site requirement

8.2.6 Racks and PDU:

To supply and installation, testing and commissioning of the following equipment but not

limited to

S.No Description Specification

1 19 ‘’ 42 U Rack with necessary Accessories As per site requirement

2 Cable entry brush ( rack bottom) As per site requirement

3 32 A IP PDU with Ethernet based Environment

Monitoring System with one Temperature Sensor

As per Rack layout

4 16 A IP PDU with Ethernet based Environment

Monitoring System with one Temperature Sensor

As per site requirement

5 Blanking Panels As per site requirement

Page 82: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 82

8.2.7 Structured Cabling:

To supply and installation, testing and commissioning of the following equipment but not

limited to

S. No Description Specification

1 fibre Cabling ( MTO Cabling) As per rack layout

2 Copper Cabling As per rack layout

3 fibre Runner As per rack layout

4 Wire basket for Copper As per rack layout

5 Server & PC As per site requirement

The fibre Runner and wire basket shall connect all the rooms like Server room 1, 2 3 & 4

and communication room 1 & 2, ISP room 1& 2, staging Room 1.

8.2.8 Active Component:

Bidder should come up with a network solution. There will be no single point of failure in the

entire system. Alternate paths for data transfer will be made to ensure that no component

acts as a bottleneck for data flow or transactions. This will be made in conjunction with

redundant systems and high availability system.

To supply and installation, testing and commissioning of the following equipment but not

limited to

S. No Description Specification

1 Core Routers As per specification

2 NGN Firewall As per specification

3 Internal Firewall As per specification

4 Core Switch ( 24 Port) As per specification

5 Distribution Switch ( 48 Port) As per specification

6 Blade chassis along with server As per specification

7 Enterprise management Suite As per specification

8 License ( Windows and Linux) As per specification

9 End point Protection for Servers & PCs As per specification

8.2.9 Site Miscellaneous:

To supply and installation, testing and commissioning of the following equipment but not

limited to

Page 83: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 83

S. No Description Specification

1 Furniture As per BOQ

2 Reception and Meeting Room & Security

tables

As per BOQ

3 Shoe Stand and Shoe cover dispenser As per BOQ

4 Fire Vault As per BOQ

5 Glow Signage for entry, Exit, door name,

Electrical Signage etc.…

As per BOQ

6 Printer ( Multi-Functional) A4, A3 As per BOQ

7 Baggage Scanner As per BOQ

8 Metal Detector As per BOQ

9 Chairs As per BOQ

8.2.10 Statutory Compliance:

The bidder shall take care of all statuary approval from local authority.

DG set – Clearance from State Pollution Control Board, Electricity Board if any

HSD Tack – Clearance from Petroleum Explosive Safety Organization (PESO)

Electrical SLD Approval & Safety – CESU

Fire NOC: Director General Fire Service, Home Department, Odisha etc.

N.B.

The provided BOQ is indicative and for reference only. The bidder should visit the site

and does the complete site survey to estimate the actual quantity. If the actual quantity is

higher than the estimated quantity, the bidder should propose the quantity separately

otherwise the proposed solution shall be considered 100 percent and no additional payment

shall be made. Similarly when the actual BOQ is less than the proposed BOQ the payment

shall be done on actual basis.

The project is a turnkey project and hence any additional supply/works, which are not

explicitly mentioned in this RFP but required to complete the installation as per schedule of

requirements, are in the scope of the bidder.

Operation and Maintenance of the Datacentre should be quoted for a period of five year

from the date of completion of the project and acceptance by STPI. Based on the first year

performance STPI will decide to continue the service further.

The detailed specification refers the respective section.

Page 84: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 84

9 Technical Specifications:

9.1 Civil

9.1.1 Raised Floor Providing and fixing Access floor systems as per EN 12825 or equivalent standards.

System:

Access floor system to be installed at finished floor height of maximum 600 mm from the

existing floor level. The system will provide for suitable pedestal and under-structure

designed to withstand various static loads and rolling loads subjected to it in an office /

server / DCS / panel / rack area. The entire Access floor system will provide for adequate

fire resistance, acoustic barrier and air leakage resistance.

Panels:

Panels will be made up of inert material Calcium sulphate. The bottom of the panel shall be

of Aluminium foil to create a fire and humidity barrier and this should provide floor’s

electrical continuity. Panels will remain flat through and stable unaffected by humidity or

fluctuation in temperature throughout its normal working life. The Panels will be UL listed/

FM/DM approved.

Panels will provide for impact resistance top surfaces minimal deflection, corrosion

resistance properties and shall not be combustible or aid surface spread of flame. Panels

will be insulated against heat and noise transfer. Panels will be 600 x 600mm x 30 mm

height fully interchangeable with each other within the range of a specified layout. Panels

shall rest on the grid formed by the stringers which are bolted on to the pedestals. Panels

shall be finished with anti-static 0.9 mm Laminate and 0.45 mm thick plastic edge material

that is self-extinguishing and will be PVC free

Panel Loading:

Concentrated point load: 450 Kg as per European standard EN 12825*. Uniformly

Distributed Load (UDL): 1500 Kg/M2.

Fire Rating:

The Panels will confirm to class O and Class 1 Fire Ratings tested as per CIRC 91/61 or BS

476 Part 6 & 7 ( 30 min).

Pedestals:

Pedestal installed to support the panel will be suitable to achieve a finished floor height of

600mm. Pedestal design will confirm speedy assembly and removal for relocation and

maintenance. Pedestal base to be permanently secured to position on the sub-floor.

Pedestal assembly will provide for easy adjustment of levelling and accurately align panels

to ensure lateral restrain. Pedestals will support an axial load of 1500 Kgs, without

permanent deflection and an ultimate load of 3000 Kgs. Pedestal head will be designed to

avoid any rattle or squeaks.

Pedestal Assembly:

The structure is made entirely of galvanized steel consisting of hexagonal shaped, 89 mm

diameter, and 1.5 mm thick base plate, with 6 shaped stiffening ribs with niches that

improve adhesion and with 5 holes mechanical fastening to the ground. The assembly will

provide a range of height adjustment up to 25mm, with the help of check nuts.

Page 85: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 85

Under structure:

Under structure system consists of stringers of size 525 x 30x 25 x 0.8 mm thick to form a

grid of 600 x 600mm. These stringers are locked into the pedestal head and run both ways.

The US system will provide adequate solid, rigid and quiet support for access floor panels.

The US system will provide a minimum clear, uninterrupted height of 600 mm between the

bottom of the floor and bottom of the access floor for electrical conducting and wiring.

Stringers:

Stringer system is composed of a special frame, made of pressed galvanized steel plate and

with a section 25mm wide, 30 mm high and 0.8 mm thick. The longitudinal ribs and flaps in

the lower part should be designed to increase flexion resistance. The grid formed by the

pedestal and stringer assembly will receive the floor panel.

Floor Insulation:

The floor and ceiling slabs should be heat-insulated, or coated with a heat insulating

material to avoid condensation on floors below and above and to reduce the heat transfer in

the serve r/network room area. The insulation shall be done with 13 mm thick self-adhesive

aluminium foil face nitrile rubber. The floor and ceiling shall be coated with epoxy paint. The

floor insulation should cover for true floor and true ceiling, this will not allow the thermal

conductivity.

The server & other required area should be equipped with raised floor with 600 mm (24

inch) height. Cavity floor shall have false flooring panels of 18 gauges steel 600 x 600

coated with APDCL Page: TSA – 2 50 micron epoxy conductive paint. Floor shall be finished

with 2mm thick antistatic high pressure laminate with 2mm thick PVC trim edge all-round.

The interior of the panels shall be filled with non-combustible Cementous compound.

The raised floor distributed load should not be less than 1500 Kg/Sqm.

9.1.2 False Ceiling

False Ceiling at appropriate height should be installed concealing any cabling tray and

electrical lighting wiring in all areas. For Server room: False ceiling shall be provided with

Armstrong Lay in (Hot dipped galvanized steel) metal ceiling system 600 x 600 x 5mm with

standard perforation of 2.5 mm die (16% open space) and fleece with NRC of 70 & CAC 36

to be laid on Armstrong grid system. Armstrong Orcal Lay in metal ceiling System consisting

of 600x600mm lay in tiles of pre coated galvanised steel in 0.5 mm thickness in white

colour with standard perforation of 2.5mm die & open area of 16%. The back of the tile

should have black acoustical fleece with NRC of 0.70 & CAC 36 to be laid on Armstrong grid

systems with 15mm wide T - section flanges Colour white having rotary stitching on the

Main Runner, 1200 mm & 600 mm Cross Tees, fixed to the structural soffit by Butterfly clip

hangers, suspension wires & anchor fasteners as per the manufacturer's specification.

Suspension wires to be provided at every 600mm c/c with two no’s of ties on each anchor

fastener, Perimeter trim of Trulok wall angle in white colour secured to wall at 450mm

maximum centres.

For Other Areas: Acoustical false ceiling of mineral fibre Board (600 x 600 x 15mm) of

Armstrong (ELIT RH99) of Equipment. Laid on Grid system (Micro lock edge) with 15mm

thick T section(White) having main runner 1200mm x 600mm, cross Tee at 295 HT. Mineral

Fibre Board modular False Ceiling in Armstrong in Board edge Fissured ANF tiles of size

600mX600mmX15mm having Noise reduction Co-efficient 0.5, light reflection over 75%,

Relative Humidity 99%, fire performance class0/class1 (BS 476) 24XL - Hot Dipped

Galvanized Steel Suspension System having rotary stitching on main runner, 1200 mm &

Page 86: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 86

600 mm cross tees with 15mm wide flanges of white colour with standard perforation of

2.5mm dia. (16% open space) fleece with NRC of 0.70 & CAC 36, fixed to the structural

soffit by Butterfly clip hangers, suspension wires & anchor fasteners as per the

manufacturer's specification, Suspension wires to be provided at every 600mm c/c with two

no’s of ties on each anchor fastener, Perimeter trim of Trulok wall angle in white colour

secured to wall at 450mm maximum centres.

The False Ceiling tile should be Dust free type and of Non-combustible material. Each False

Ceiling tile (preferably 600mm x 600mm) should be individually removable for access to

area above False Ceiling.

The false ceiling area should cover with as per layout. The contractor should propose the

right quantity.

The false ceiling height would be 450 mm.

9.2 Fire Rated partition, Fire rated Glass & fire rated Doors & Ramps

Partitions/ Walls:

The internal partitions for server room, battery room, UPS and electrical room shall be full

height 125 mm thick fire line Gyp Board using 12.5 mm thick double fire line gyp-board on

both sides with GI sheet metal vertical stud frame of size 75 mm thick fixed in the floor and

ceiling channels of 75 mm wide to provide a strong partition. Glass wool insulation inside

shall be provided as required. Fixing shall be made by self-tapping screw width vertical

studs being at 610 mm intervals. The same should be inclusive of making cut out for

switchboards, sockets, grills etc. It shall also include preparing the surface smoothly and

finally finishing with one coat of approved brand of resistant coating.

Vitrified Flooring:

Thick vitrified tiles 600 x 600 size conforming to IS: 15622: 2006 to be fixed with special

adhesive of Dr. Fixit Fevimate X-L or equivalent in areas other than Lounge, Corridors, and

Manager Room & Engineering Room. All areas should have 6” skirting.

Fire rated Doors:

Doors for Server room, Battery room, UPS room, FM room should be 2 hr fire rated metal

door with size as per drawing and requirement. Door for other areas will be aluminium

frame glass door with min 8 mm thick toughen glass. All doors should be equipped with

door closer or floor spring and other required hard wares. All doors should have all

accessories to fit access control system.

The doors colour must be approved by client so that during the time of order placement the

bidder should have prior approval from client/consultant.

Internal Glass Window

All glass windows in the server room should be double glass panel with one glass should be

with 2 hr fire rated wired mesh glass with min 5 mm thickness and other glass 6 mm thick

toughen type. Glass should be properly fixed in the SS frame work with the size of 90 x 50

x 2 (304 Grade).

All glass windows in other areas should be with 6 mm thick toughen glass fixed in SS frame

with size of 90 x 50 x 2 (304 Grade). External glass windows should be covered with

venetian blind. The louvers of vetetian blind should be 100 mm wide made of fabric woven

from 100% polyester yarns dyed in fade resistant colours and coated to give stability, dust

Page 87: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 87

repellence and stain resistance. The Louvers shall hang straight and flat without buckling or

distortion.

Painting:

Anti-dust type painting shall be used for data centre.

Gypsum / Plaster of Paris paste of thickness 5 - 8 mm punning over cement plaster shall be

provided so as to ensure a level and smooth texture to the exposed walls and columns. The

existing surfaces are to be cleaned and scratched and markers are kept before the

application of punning material. After the material has dried upon application it is to be

smoothened by means of rubbing it with sandpaper. Upon this smoothened surface one coat

of primer and two coats of plastic emulsion paint of approved make & shade is to be

applied. This will be applicable for all vertical plane surface and for fire line gyp-board

ceiling. Server room shall additionally be applied with painting putty to level & plumb and

painting with 2 coats of fire retardant painting.

9.3 Furniture and Miscellaneous Work Modular Trapezoidal work station of the following dimensions, i.e., height of partition 1.2 m,

thickness of partition 69 mm, worktop size 1.05 m, with 600 mm & 750 mm depth. Panels

above worktop and below worktop with PVC flat lipping. This workstations will have a KBPT,

a CPU trolley, one 2 dr. steel pedestal and soft Board with provision for raceway below the

worktop for carrying wires and switches. Work Table for other areas of size 1200 mm x 750

mm including in-built arrangement of drawers, cupboard, computer keyboard tray, C.P.U.

rack with provision for raceway below the worktop for carrying wires and switches including

all as per specification and as approved by Engineer in-charge and as per catalogue of

preferred make. Providing and fixing white magnetic board of Alkosign display system on

wall of 1050 X 1200 mm and fixed with all necessary arrangement as per manufacturers

specifications etc. complete. Providing and fixing soft board incl of 9mm ply backing. All

edges to be finished in 40mm x 40mm BEECH wood lipping. The rate should include the

fabric with FRLS Coating on the soft board with necessary 150mm wide, 12mm thick

commercial ply reinforcement in the partition.

Full Height Storage:

Providing & fixing Storage cabinets made out of 19mm BWP Block Board duly laminated

shutter with 1.0mm laminate in facia and balancing laminate all inside adjustable laminated

shelves,50X12mm laminate finish band all around, 20mm laminated groove, 100mm high

skirting. Rate should be inclusive of necessary Hardware- SS d shaped cabinet handle 150

long, Lock sets, self-closing hinges, spring loaded shutter latch inside.

Low height Storage:

Storage unit 600 deep, constructed from comm. Blockboard i/c 2 nos. intermediated

shelves, finished externally with laminate, including hardware and iron mongery with lock

sets. Inner surfaces laminated with balancing laminate. Rate should be inclusive of

necessary Hardware- SS d shaped cabinet handle 150 long, Lock sets, self-closing hinges,

spring loaded shutter latch inside, all cabinet hardware to be of approved make & as per

approval.

Overhead storage unit:

Providing and fixing Overhead Storage Units including lighting pelmet constructed from best

quality bwp comm. board shutters to have laminate outside & counter laminated on inside.

Internal partitions & shelves also to be laminated. Hardware- SS d shaped cabinet handle

150mm long, lock sets, self-closing hinges, spring loaded shutter latch inside.

Page 88: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 88

Executive Chairs:

Low back Executive Chairs as approved by Engineer in-charge as per catalogue of preferred

makes.

Shoe Rack:

Shoe Rack with seating approved by end user as per catalogue of preferred makes.

Glow Signage:

Providing & fixing glow signage on both sides of the door shutters marking PUSH / PULL

along with other signage marking different work areas and emergency signs. The data

centre area should have proper signage for entry, exit, fire exit, server room names, stair

case etc.

Others:

The bidders shall propose Laptop scanner & metal detector in security room

Page 89: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 89

10 Electrical

10.1 Transformer & Substation

*Note: Central Electricity Supply Unit of Odisha confirmed the HT incomer voltage

as an 11KV hence the bidder shall propose the 11 KV component

All equipment and material shall be designed manufactured and tested in accordance with

the latest applicable Indian Standard / IEC standard.

Equipment and material confirming to any other standard which ensures equal or better

quality may be accepted. In such case copies of English version of the standard adopted

shall be submitted. The electrical installation shall met the requirement of Indian Electricity

Rules as amended up to date relevant IS code of practice and Indian electricity act. The

Unitized Sub-station offered shall in general comply with the latest issues including

amendments of the following standards but not restricted to it.

Title Indian & IEC Standards

High Voltage Low Voltage Pre-Fabricated

Substation

IEC:62271-202

11 kV, Switchgear cubicles IS: 13118, IS: 3427, IEC: 60694.

IEC:60298

Ring main unit 11 KV grade, IS:9920, IEC:60265

Code of practice for selection, installation

and maintenance of Switchgear

IS:10118

Distribution DRY TYPE Transformer IS: 2026

Indian Electricity Rules 1956

Indian Electricity Act 1910

DESIGN CRITERIA

o Compact Sub-station shall consist of 11KV SF6 Insulated compact switchgear with

SF6 / Vacuum Circuit Breaker as protection to transformer + Transformer + L.T.

Switchgear with all connection accessories, fitting & auxiliary equipment in a pre-

fabricated Enclosure to supply Low-voltage energy from high-voltage system as detailed in

this specification. The complete unit shall be installed on a substation plinth (base) as

Outdoor substation. 11KV Load Break Cable Switches controls incoming-outgoing feeder

cables of the 11KV ring distribution system. The SF6 / Vacuum Circuit Breaker shall be used

to control and isolate the 11kV/433V Distribution transformer. The transformer’s L.T. side

shall be connected to L.T. switchgear by means of Aluminium bus bar. The connection

cables to consumer shall be taken out from the L.T. switchgear.

o The pre-fabricated unitized substation shall be designed for :

o Compactness,

o Fast installation,

o Maintenance free operation,

o Safety for worker/operator & public.

Page 90: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 90

o The Switchgear and component thereof shall be capable of withstanding the mechanical

and thermal stresses of short circuit listed in ratings and requirements clause without

any damage or deterioration of the materials.

o For continues operation at specified ratings temperature rise of the various switchgear

components shall be limited to permissible values stipulated in the relevant standard

and / or this specification.

Service Conditions:

The equipment offered shall be suitable for continuous satisfactory operation in tropical area

of Installation.

The Enclosure consisting of High Voltage switchgear-control gear, Low Voltage switchgear-

control gear & Transformer of the Unitized substation shall be designed to be used under

normal outdoor service condition. The enclosure should take minimum space for the

installation including the space required for approaching various doors & equipment inside.

The enclosure construction shall be such that it fully protects ingress of rain water, dust &

rusting.

Specific Requirement

The main components of a prefabricated-unitized substation are Transformer, High-voltage

switchgear-control gear, Low-voltage switchgear-control gear, corresponding

interconnections (cable, bus bars) & auxiliary equipment. The components shall be

enclosed, by either common enclosure or by an assembly of enclosure. All the components

shall comply with their relevant IS/IEC standards.

Ratings:

Description Unit Value

Rated Voltage / Operating

Voltage

kV RMS 11

Rated frequency & Number of

phases

Hz &

nos.

50 50 & 3

Rated maximum power of

substation

kVA 1600 KVA,

Rated Ingress protection class of

Enclosure

IP IP: 54 for LT Switchgear & HT Switchgear

compartments and IP-34 for Transformer

compartment.

HV Network & Bus bar

RMU 3 WAY (2Nos.Isolators+1No. Breaker)

Rated current Amp 630A for 11kV

Rated short time withstand

current

KA RMS

/ 3secs

21 for 11 kV,

LV Network

LV Side: 4P 3200 Amp rating and fault withstand capacity of 50kA/50KA/35kA.

Page 91: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 91

Outdoor Enclosure:

o The enclosure shall be made of 2.0 mm thickness Galvanized Sheet Steel tropicalized to

meet Indian weather conditions including all the partition sheets & doors.

o The base of the enclosure shall be of 4.0 mm thickness Hot Dip Galvanized Sheet Steel to

ensure rigidity for easy transport & installation. The entire Package Substation shall be

Factory Assemble & Factory Fitted.

o The structure of the substation shall be capable of supporting the gross weight of all the

equipment & the roof of the substation compartment shall be designed to support adequate

loads. In case of relocation of the Package Substation, the entire substation should be

capable of getting lifted and placed as a Single Unit without dismantling of any of the major

equipment’s inside. The lifting arrangement should be from the bottom of the enclosure &

not from the top.

o There shall be proper / adequate ventilation inside the enclosure so that hot air inside

enclosure are directed out by help of duct. Louvers apertures shall be provided so that there

is circulation of natural air inside the enclosure. The Package Substation should be designed

& engineering to have natural cooling & ventilation instead of forced cooling / ventilation as

the same would de-rate the Transformer further and shall be an additional load on the

Transformer.

o The complete design shall be compartmentalized.

Interconnection:

The connection of HT switchgear to Transformer shall be with the help of suitable size of

cables from Transformer to LT switchgear with the help of suitable size of Aluminium bus

bars.

Internal Fault:

Failure within the unitized substation due either to a defect, an exceptional service condition

or mal-operation may initiate an internal arc. Such an event may lead to the risk of injury, if

persons are present. It is desirable that the unit shall be tested for Internal Arc fault test to

the tune of at least 20KA for 1 second adhering to as per latest IEC 62271-202.

Covers & Doors:

Covers & doors are part of the enclosure. When they are closed, they shall provide the

degree of protection specified for the enclosure. All covers, doors or roof shall be provided

with locking facility or it shall not be possible to open or remove them before doors used for

normal operation have been opened. The doors shall open outward at an angle of at least

90degrees & be equipped with a device able to maintain them in an open position. Proper

padlocking facility shall be provided for doors of each compartment. Transformer

compartment doors must be open from both the sides & should not have access from

outside.

Earthing:

All metallic components shall be earthed to a common earthing point. It shall be terminated

by an adequate terminal intended for connection to the earth system of the installation, by

way of flexible jumpers/strips & Lug arrangement. The continuity of the earth system shall

be ensured taking into account the thermal & mechanical stresses caused by the current it

may have to carry. The components to be connected to the earth system shall include:

o The enclosure of Unitized / prefabricated substation,

o The enclosure of High voltage switchgear & control gear from the terminal provided for the

purpose.

o The metal screen & the high voltage cable earth conductor,

o The transformer tank or metal frame of transformer,

Page 92: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 92

o The frame &/or enclosure of low voltage switchgear,

Internal Illumination:

There shall be arrangement for internal lighting activated by associated switch on doors for

HV, Transformer & LV compartments separately.

Labels:

Labels for warning, manufacturer’s operating instructions etc. & those according to local

standards & regulations shall be pasted / provided inside and shall be durable & clearly

legible.

Painting and Fabrication process:

o The paints shall be carefully selected to withstand tropical heat rain. The paint shall not

scale off or crinkle or be removed by abrasion due to normal handling. For this purpose

powder coating shall be used.

o Special care shall be taken by the manufacturer to ensure against rusting of nuts, bolts

and fittings during operation. All bushings and current carrying parts shall be cleaned

properly after final painting.

o The fabrication process shall ensure that there are no sharp edges on the GI sheets

used. Enclosure GTP:

1) Temperature 46 deg C

2) Type of Ventilation for Normal Condition &

Hot Condition Natural

3) Compartmentalized Yes

4) Rated temperature enclosure class 10

5)

Degree of protection for external enclosure

IP34 Transformer Compartment.

IP54 MV & LV Compartment

6) Applicable Standard IEC 62271 / 61330

7) Enclosure material Galvanized sheet Steel/CRCA

8) Thickness of sheet (GI only) 2mm for enclosure & 4mm for PSS

Base.

Note: No capacity de-rating of equipment / components up to 40°C ambient temperature.

11kV Switchgear

o Non-extensible SF6 Insulated Compact Switchgear as required shall consist of following

items:

Page 93: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 93

o Load Break Cable Switch with integral earth switch having full making capacity shall be

used for Incoming cables.

o SF6 / Vacuum Circuit Breaker shall be used for distribution network of HT switchgear.

Circuit Breaker complete with operating mechanism, self-powered, static type O/C,E/F

protection relay with associated Current Transformers shall be used for control and

protection of Transformer. An integral cable earthing switch with full making capacity shall

be provided.

o The above Load Break Cable Switch, SF6 / Vacuum circuit breaker, Bus bars should be

mounted inside a sealed for life, cast resin / stainless steel tank. The operating mechanism

of the switches and breakers shall be outside the SF6 tank and accessible from front. The

tank should be filled with SF6 gas at an adequate pressure. The degree of protection for gas

tank should be IP67. There shall be provision for filling the SF6 gas at site. Moreover the

Cast Resin / Stainless Steel Gas Tank shall confirm to the sealed pressure system as per IEC

and ensure the gas leakage to 0.1 % per year as per IEC.

o The Circuit Breaker is required to control 11 kV/433 volts distribution Transformer of

rating up to 990KVA and relay settings and Current Transformers shall be selected

accordingly.

General Finish: Totally enclosed, metal enclosed, vermin and dust proof suitable for

tropical climate use as detailed in the specification.

Ratings: The bus bars shall have continuous rating of 630 Amps. The isolator shall have a

continuous rating of 630 Amps. SF6 Circuit Breaker or Vacuum Circuit Breaker shall have a

continuous rating of 200 Amps. In accordance with relevant IS / IEC standard

Breaking & Making Capacity: The Load Break Cable Switches shall be capable for

breaking rated full load current. The same along with its earthing switch shall also be

suitable for full making capacity of the system as specified. The complete switchgear shall

be suitable for breaking capacity of 21kA symmetrical at 11000 volts three phase for 11kV

system for 3 sec

Bus bar: Switchgear shall be complete with all connection, bus-bars etc. Copper bus bars

continuous rating shall be 630 Amps. The bus bars should be fully encapsulated by SF6 gas

inside the tank.

Protection: The circuit breaker shall be fitted with static type self-powered relay inside the

front cover to avoid any tampering. The same shall be used in conjunction with suitable CT’s

and Tripping Coil for fault tripping of the Circuit Breakers. CT’s shall be mounted on bushing

of breaker. CT’s mounted on cable inside cable compartment are also acceptable.

Cable Termination: Each Cable compartment shall be provided with three bushings of

adequate sizes to terminate the incoming outgoing 11kV, 3 Core cables as the case may be.

There shall be enough height from the base of the mounted switchgear so that the cables

can be bent and taken vertically up to the bushings. The Cable termination shall be done by

Heat shrinkable Termination method so that adequate clearances shall be maintained

between phases for Termination. Cable Termination boots shall be supplied by the

switchgear manufacturer.

Earthing of the main circuit: The moving contacts of the earthing switch shall be

visible in the closed position through transparent covers.

Locking Arrangement:

Page 94: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 94

Suitable padlocking arrangements shall be provided as stated below:

o Circuit Breaker manual operating handle in the “OFF” position.

o Each feeder Panel operating handle in ‘Closed’ ‘Open” or ‘Earth’ position.

o Each isolator operating handle in ‘Closed’, ‘ Open’, or ‘Earth’ position.

The design should comply for the following standards.

1. IEC-439-1, 1992 Low voltage Switch gear and Control gear assemblies Part-I, type

tested and partially type tested assemblies.

2. IEC-947-1, 1998 Low voltage Switch gear and Control gear Part-I general rules.

3. IEC-1180-1, 1992 High voltage test techniques for low voltage equipment Part–I

definition test and Procedure requirement

3. IEC-529, 1989 Degree of protection provided by enclosures (IP code)

EQUIPMENT SPECIFICATION

Air circuit breaker (ACB)

These shall be fixed type with manually operated (MDO type) mechanism. The short circuit

mechanism and breaking capacity as shall be supported by test certificate. The test

certificates should be from CPRI / any Govt. approved recognized test house / laboratory.

The circuit breaker shall be fitted with CT operated thermal overload and short circuit

releases devices for suitable current rating.

o Overload releases should be settable from 50% to 100% of the rated current in.

o Ambient temperature compensated type and there should not be de-rating of ACB

current carrying capacity at 50C. The testing of ACB for the temperature rise shall be

carried out by the manufacturer as per the prevailing, IS / IEC or any other international

standards.

o ACB shall be provided with very sensitive overload and short circuit release. Short circuit

release should have settable value as required with an adjustable times having setting

range of 40 – 460 m seconds, to have a proper co-ordination with short circuit release of

outgoing MCCBs.

o 3 phase, 4 wire, neutral earthed having link arrangement.

o Rated current thermal current - as required

o Service voltage - 415 volts

o No. of break / pole - one

o Frequency - 50

o Rated insulation voltage - 1000 volts

o Rated short circuit breaking capacity

Rated services S/C breaking capacity Ics (RMS) – 50kA

Rated ultimate S/C breaking capacity Icu (RMS) – 50kA

o Break Time - less than 40ms

o S/C making capacity 1cm (peak) - 105kA

o Rated short time withstands current - Icw 50kA for 1 sec.

o Suitable for outdoor installation.

o It shall conform to IS 13947 / pt.2 / 1993 with latest amendment, if any.

o Performance category - Utilization category – B.

o The status of open and close shall be clearly visible.

o The trip indication separated for overload and individual phase wise trip indication for

short circuit to be provided.

o The ACB shall have the provision to lock the operating mechanism in off position.

Page 95: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 95

o The operating mechanism should be form front and the compartment should have the

degree of protection IP – 54.

o Separator shall be provided between all phases inside. ACB enclosed to prevent travel of

arc during short circuit.

o The CT’s mounted for thermal overload release shall have secondary winding

inaccessible including tripping mechanism of O/L and magnetic releases to avoid

tampering CT’s should also have provision of separators.

o Two nos. earthing bolts for propose of earthing of ACB may also be provided & suitable

for G.I stay wire of size 7 / 10 SWG.

o The bus bar size shall be confirming to relevant IS and the neutral bus bar shall be of

same wire of size as phase bus bar and should be suitable for connecting neutral.

o The ACB shall be tested in accordance with the provision of IS: 13947 – Part I or

relevant IEC

Interconnecting bus bar

o Bus bar shall be of high conductivity aluminium (E91E) supported on insulators made of

non-hygroscopic, non-inflammable material with tracking index equal to or more than

that defined in BIS. The main bus bars shall have uniform current ratings throughout

their length as specified in data sheet / job specification. The current rating of the

neutral shall be half that of the phase bus bars. Removable neutral links shall be

provided on feeders to permit isolation of the neutral bus bar.

o Only zinc passivated or cadmium plated high tensile strength steel bolts, nuts and

double spring washers shall be used for all bus bar, joints and supports.

o The hot spot temperature of bus bars including joints at design ambient temperature

shall not exceed 95C for normal operating conditions. It must be recorded during type

tests.

o The current rating of the bus bars shall be as required for design ambient temperature

at site conditions and for being inside the cubicle at fully loaded condition. The vendor

shall suitably de-rate the nominal rating to suit the above condition.

o Minimum clearance between live parts, between live parts / neutral to earth shall be

19mm. However clearances between terminals at components shall be as per applicable

individual standard for components.

o Interconnections between the main bus bars and individual units shall be made using

vertical / horizontal aluminium bus bars of adequate rating.

HT & LT metering: Shall be as per schedule of quantities

Package Substation – Configuration

HV Side Transformer LV Side

3 Way RMU Comprising:

Two ON load break SF 6 insulated switches

and a SF 6 circuit breaker for transformer

Dry Type

transformer

4P ACB

Note: Ics=Icu=Icw

for 1 Sec for ACB’s

VOLTAGE CONFIGURATIONS OF PACKAGE SUBSTATION: 11 kV / 433 V

TYPE TESTS

o 11 kV / 433 V Compact substations HT switchgear must be type tested for 20 kA/0.2sec.

o Enclosure must be type tested for IAC 20ka/1sec.

o Enclosure must be type tested for Ingress protection on each compartment.

o It is mandatory to have temperature rise test on enclosure for K10class.

Page 96: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 96

From 4way HT panel to transformer cable must be laid and terminated for Data Centre

transformer. The location of the transformer please refer the drawing

10.2 Diesel Generator

The Diesel Generator location shown in the layout refer the Annexure drawing. The DG set

silencer structure has been constructed and the bidder shall propose the supply and

installation of the exhaust pipe as per industrial standard.

The bidder shall propose the DG foundation for proposed rating as per OEM

recommendation.

The bidder shall propose 2 X HSD tank. The total tank capacity must support 72 hours of

DG continuous running at full load capacity.

Diesel Generator:

Technical specification & scope of work of the minimum Continuous Power COP (as per

ISO8528-1) for the engine supplied in the required DG Set should be 1410 kWm / 1890

BHP. The corresponding Prime Power Rating of the same engine should also allow a

provision of 10% overload capability (over prime rating power output) for a period of 1 hour

within a 12-hour period of operation.

“(Each DG should be capable of delivering Minimum 1290kWe @ 0.8 PF (lagging)

Electrical power output at Alternator terminals continuously without any

interruption 24 x 7 x 365 days @ 50 Deg. C. This availability of specified

continuous power output shall be as per Continuous Power (COP) definition ref

ISO8528-1, whilst supplying a constant electrical load when operated for an

unlimited number of hours per year under the agreed operating conditions. The

confirmation on availability of sufficient continuous Engine power (COP) to

develop the said electrical output from DG Set has to be submitted by the

authorized signatory of the engine manufacturer as per attached format and shall

be accompanied by the applicable calculations clarifying conversion of engine

power to continuous electrical power output of 1290kW power @ 0.8PF (lagging).”

Scope:

This section covers the detailed requirements regarding design, manufacture, assembly,

testing at the manufacturer's works, packing & forwarding and delivery up to the site,

unloading and in-site shifting if required, supply, erection, testing, commissioning,

performance and guarantee testing of Diesel Gen-Sets at Site complete in all respects with

all equipment, fitting and accessories for efficient and trouble free operation as specified

here under. The design, manufacture and performance of equipment shall comply with all

currently applicable statues, regulations and safety codes in the locality where the

equipment will be installed. Nothing in this specification shall be construed to relieve the

bidder of this responsibility.

Page 97: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 97

The equipment shall be to the latest edition of applicable standard as specified. In case of

conflict between applicable standards and this specification shall govern.

The General Scope of this work shall include but not limited to the following:

o DG set including diesel engine complete with all auxiliary and accessories, Alternator

directly coupled to the engine through flexible/ rigid coupling complete with all accessories

for starting, regulation and control, including common base frame, interconnecting piping

and accessories, power and control cable glands and lugs. DGs local (Engine mounted)

control Panel, all housed within the Acoustic Enclosure as per CPCB Norms.

o Radiator of suitable capacity coupled with the Engine.

o Equipment’s necessary for fuel distribution including day oil tank, piping, valves, and

calibrated MS tank along with level switch Flexible connections, Expansion joints and

Residential type silencer, exhaust system including piping, support and thermal insulation

for total exhaust system.

o Starting batteries and battery-charging equipment, including their connections as

required

o Set of Anti Vibration Mountings pad etc.

o The DG Set shall have properly machined common base frame with grouting bolts.

o All the sheet metals should be processed (cutting, forming, bending, etc.) through CNC

machine for fabricating and assembling acoustic enclosure, fuel tank and other allied works

at the DG manufacturer’s premises.

o All the sheet metals to be used for the acoustic, fuel tank, etc. should be properly

cleaned though 9-11(Min) tank treatment process before painting. The Acoustic Enclosure

should be weather proof and rust proof when kept in open air.

o The fresh air inlet and the hot air outlet should be hood type placed on the top of the

acoustic enclosure to improve the efficiency of air circulation and ventilation.

General Design Consideration:

Ambient condition

For the purpose of designing all electrical equipment, following ambient conditions shall be

taken into consideration.

o Ambient temperature : 50 o C

o Altitude above mean sea level : ≤500 mtrs.

The Switchboard shall be suitable for operation at rated load for maximum ambient

temperature of 40oC.

Codes and Standards

All material & equipment shall be designed, manufactured and tested in accordance with the

latest applicable Indian Standard (IS) or IEC Publication except where modified and/or

supplemented by this specifications.

Equipment and materials conforming to any other standard which ensures equal or better

quality may be accepted. In such case, copies of the English version of the standard

adopted shall be submitted along with the bid.

The electrical installation shall meet the requirements of Indian Electricity Rules as amended

up to date and relevant IS Codes of Practice. In addition, other rules or regulations

applicable to the work shall be followed. In case of any discrepancy, the more restrictive

rule shall be binding.

Page 98: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 98

The offered Diesel Generator shall also comply with the latest revision of following

Standards:

Diesel Engine ISO 8528/1, ; BS: 5514/1

Internal Combustion Engines (12 Parts) IS: 10000

Speed of Diesel Generator BS: 649 / 195B

Alternator IS: 4722 ; IEC: 60034 ; IS: 12065 ; IS: 12075

Permissible Limits of Noise Level of

Rotating Machines

IS: 12065

Measure, Evaluation and Limit of

Vibration Severity of Rotating of Rotating

Electrical Machines Shaft Dia. 65 mm or

higher

IS: 12075

Diesel Fuels – Specifications IS: 1460

Recommended Practice for Hot Dip

Galvanizing of Iron and Steel

IS: 2629

Method for Testing Uniformity of Coating

of Zinc Coated Articles

IS: 2633

Code of Practice for Fire Safety IS: 3034

Equipment conforming to any other National/International Standard, which ensures equal or

better quality, may be accepted. In such case the bidder shall furnish copies of the

standards in English along with his bid and shall clearly bring out the salient features of

comparison with corresponding listed standards.

The equipment’s furnished under this specification have to operate in a tropical climate and

shall be given tropical and fungicidal treatment as per relevant specification.

Period of Operation/Duty Cycle:

The sets are intended to supply power to a constant electrical load when operated for an

unlimited number of hours per year under the agreed operating conditions. The extensive

usage primarily is due to non-availability of gird power and hence both engine as well as

alternator should be continuous duty rated (for the specified 1290kWe @0.8PF).

Manufacturer’s to note that these DG Sets may not be idle for long periods except for

periodic routine checks once in a day.

ENGINE:

Type:

The diesel engine shall be of stationary type four strokes with INLINE cylinder arrangement,

Turbocharged, air to air charge cooling, Radiator cooled with Unit injectors

Rating:

o Both Prime Power BHP rating PRP (as per ISO8528-1) as well as Continuous Power BHP

Rating COP (as per ISO8528-1) of the engine should be specified by the manufacturer.

Continuous Power BHP Rating of Engine shall be such that the DG set can deliver the

specified net continuous electrical output (1290kWe @0.8PF Lagging) while supplying

power/driving all electrical and mechanical auxiliaries connected to alternator terminals

and engine shaft at specified site conditions and ambient temperature of 50 deg C. This

will ensure the exact continuous output of 1290kWe @0.8PF even at high temperature of

50 degree centigrade at site. (Letter from Engine Manufacture stating that engine is

suitable to provide the stated load at site at 50 deg C without any deration).

o The Engine should be 4 strokes, water cooled, 1500 RPM Confirming to BS: 5514/1. The

Page 99: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 99

Engine shall be provided with Electrical Starting Arrangement and shall give the Electrical

Output of 1290 kW continuous rating.

o The Prime Power BHP rating PRP of the supplied engine shall also include provision for

satisfactorily driving the alternator at 10% over load (above Prime Power Rating) at the

rated speed for one hour in any period of 12 hours of continuous running.

o DG set to test at factory at 1290kWe (0.8 PF lagging) output and 100% of the rated

Prime Power output at 50 deg C.

Speed:

o Speed shall be 1500 revolutions per minute. Over speed protection shall be provided.

o At normal running conditions, speed shall be stabilized at plus or minus 2% nominal

speed, regardless of load. At transient condition, engine speed shall vary not more than

10% plus or minus.

Lubrication System:

o The engine shall have a closed cycle forced & splash lubricating system with positive oil

pressure and a crank chamber for collection/storage of the lubricating oil during circulation.

No moving part shall require lubrication by hand or any other external source either prior to

the starting of the engine or when it is in operation.

o The lubricating oil filter shall be suitable for replacement under normal conditions. The

minimum operating life of filter shall be 300 hours/ 1 year without the necessity of its

replacement or cleaning.

o In case lubricating oil coolers are required they shall be of the air cooled/water cooled

type and shall be an integral part of the Diesel Generator Set.

o Necessary temperature and pressure gauges and other instruments shall be supplied and

fitted on the lubrication system.

o A lubricating oil level dipstick suitably calibrated and shall be located in the accessible

position.

o In case manufacturer recommends lube oil pump for intermittent priming, the same shall

be provided by the bidder along with its controls.

o The design of the DG Set should be such that it shall not require lubricating oil priming

before starting.

Fuel System:

o The engine shall be capable of running and delivering rated load on high speed diesel

normally available in India. The injection of fuel should be through combined unit injectors

or equivalent injection mechanism for 1290kWe @ 0.8PF continuous electrical output as well

as rated Prime Power Output.

o A fuel day tank shall be provided on a suitably fabricated steel platform. The tank shall

be fabricated out of 2mm thick CRCA Sheet, complete with level indicator marked in litres,

filling inlet with removable screen, an outlet, a drain plug, an air vent and necessary piping.

The fuel tank shall be painted with oil resistant paint.

o The Vendor should declare the fuel consumption of the Diesel Generator at

100%, 75%, and 50% loads.

Engine Exhaust System:

o Exhaust system should create minimum backpressure.

o The exhaust backpressure should be within acceptable limit. However, it should be within

the limits suggested by engine manufacturers to suit performance of the engine.

Page 100: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 100

o Use of thimble is must while passing the pipe through concrete wall. The clearance

around the pipe and wall is must for free movement and expansion/contraction of piping.

o Exhaust piping inside the DG room should be lagged LRB rock wool of proper density

along with aluminium sheet cladding to avoid heat dissipation to engine room. The thickness

of lagging should not be less than 50mm. Exhaust piping shall be suitably supported and

padded to avoid damage to thermal insulation. Aluminium cladding should be with

Aluminium sheet or with minimum 24SWG thickness.

o Exhaust flexible shall have its free length when it is installed.

o The exhaust outlet should be in the direction of prevailing winds & should not allow

exhaust gases to enter air inlet/windows etc.

o There should be a rain trap to avoid rainwater entry. If rain cap is used the aperture

between exhaust pipe & rain cap should be higher than diameter of pipe. It is also

recommended that horizontal run of exhaust piping should have slope downwards away

from engine towards the condensate trap. Silencer should be installed with drain plug at

bottom.

o Residential type silencer should be provided in the engine exhaust pipe. The design and

location of the silencer shall meet the requirement of backpressure.

o The flue gases from silencer shall be taken out to atmosphere through metallic, thermally

insulated and cladded chimneys. These chimneys shall be made from M S class 'B' piping

system conforming to IS 3589. Required flexible bellows, bends, expansion joints, load

support etc. shall be provided as required.

o The exhaust chimney shall be insulated with minimum 50 mm thick thermal insulated

glass wool/mineral wool up to silencer. The portion between flexible connections to silencer

shall be lagged with Asbestos rope. The insulation should be held in position using wire

chicken mesh. 24 gauge aluminium cladding sheet should be wrapped over exhaust pipe

starting from engine up to the chimney top.

Flywheel Housing:

o The Flywheel Housing should conform to SAE J620 size 18 flywheel and SAE 0 flywheel

Housing

Turbo Charger:

o It shall be of a robust construction, suitable of being driven by engine exhaust having a

common shaft for the turbine and blower. It shall draw air from filter of adequate capacity

to suit the requirements of the engine.

Quietness of Operation:

o The engine shall be designed to achieve maximum quietness of operation.

o Efficient residential silencer shall be provided for the exhaust as well as the air intake.

o There should be an Insertion loss of 25 dB at 1 mtr distance from Canopy.

o Engine vibration level shall not exceed the limits specified in the relevant specification.

Engine Starting:

o Engine starting shall be by electric starting motor complete with manual/automatic

starting arrangement. The starter motor shall conform to IS-4722 and IS-325 and shall be

of adequate power for its duty and be of inertia or pre- engaged type. The pinion shall

positively disengage when the engine starts up or when the motor is de-energized. The

engine cranking shall be only from the panel both for AMF & DG sets (Manual).

o Time for Run-up to Speed: From the initial operation of the starting device, the engine

shall start, run up to normal speed and be capable of accepting 50% of full load within a

maximum time of 25 seconds, and full load within 15 seconds thereafter.

Starter Battery:

Page 101: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 101

o Starting battery sets of 24 V, heavy-duty high performance approved make/quality shall

be provided to enable crank & start the engine even in cold/winter morning conditions.

Type/ voltage/AH capacity of the same on 20 hour rated discharge period shall be indicated

in the offer. The battery shall be capable of performing at least (3) three normal starts

without recharging.

o Batteries shall be of lead container type only and not with PVC moulded sealed container

so that each individual cells are available for individual monitoring during its life span. Each

cell shall be provided with electrolyte filling cap with level floats for easy monitoring of

electrolytic level.

o The battery shall be provided with 2 nos. cables, min 1.5 m long heavy duty rubber/PVC

insulated cabling with brazed tinned lug at one end and with brazed tinned brass terminal

lug at battery end - for connecting batteries to cranking system - with 0.25 m long inter

battery connecting cable.

o The lugs shall be clearly stamped + or - and positive cable also red sleeved for easy

identification.

o The batteries shall be supplied fully filled and first charged ready to use.

Engine Fitments:

The engine shall be provided with fitments.

o Metallurgically sound Cylinder Block

o High Inertia Flywheel

o Forged Crankshaft & Connecting rods

o Individual Cylinder Heads

o Four-valve per cylinder

o Aluminium alloy pistons

o Vibration Damper

o All necessary high quality piping

o Crank case breather

o Air cleaner

o Corrosion resistor

o Lubricating oil cooler

o Filters

o Governor

o Turbo charger

o Flywheel with flywheel housing

o Vibration dampers

o Exhaust/ Intake manifolds

o Oil sump (crank case) with dipstick

o Engine supports

o Residential type silencer in exhaust system

o Electrical starter 24 V

o Safety controls & instruments

The AMF and Synchronizing Controller provided for the Diesel Generator should

have the following features:-

o Synchronizing up to 16 Genset each with Individual Controller.

o Momentarily Mains Paralleling.

o Auto Load Sharing.

o Load Dependent Start /Stop.

o Load Limiting Device.

o Mains Power Export

Page 102: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 102

o Simple Logic Configuration Tool.

o Need based Priority changeover / Power Management (Programmable).

o Genset Breaker and Mains Breaker Control

o Auto Start / Stop.

o Local & Remote Start/Stop.

o Engine Parameters & Protections Reading via Communication cable

o Easy accessibility.

o MODBUS for BMS connectivity.

o Utility Software for PC interfaces.

o Grid Paralleling (Mains Optional)

The Controller should display the following status:-

o Engine Parameters.

o Running Status

o Event Recording.

o Fault Code Display.

o Fault Code Display.

o Service Timer Indication.

o Hour Meter, Real Time Clock for Time and Date

o Voltage, Current, Hz, KW, KVA, Pf and KVAr.

o Breaker Status.

The Controller should have the following protective features:-

o Engine Protections.

o Under Voltage / Over Voltage.

o Under Frequency / Over Frequency.

o Reverse Power (active and re-active)

o Over Current (2 Level)

o Peak Current.

o Loss of Excitation.

o Current Unbalance.

o Voltage Asymmetry

Alternator:

o The alternator shall be brushless type (Stamford / Leroy Somer) controlled by field

control unit suitably compounded for voltage and load current.

o The alternator shall conform to IS: 4722/BS: 2613 and shall be suitable for tropical

conditions. The rating of the alternator shall be designed on the basis of 40oC Ambient

inside the DG room.

o The alternator shall comply with the following specifications:

Rating (site). Prime Rated 2250 kVA DG Set as specified

Voltage. 415 V

Speed. 1500 RPM.

Frequency. 50 Hz.

P. F. 0.8 lag

Enclosure. IP: 23.

Insulation. Class H

Page 103: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 103

Excitation. Self-excited, self-regulated with brushless system and static

Voltage control unit suitably compounded for voltage and

current to maintain terminal voltage constant at 415V ± 5% at

all load for PF. not less than 0.8. Lag.

Terminal Box shall be suitable for terminating TPN cable system for the respective DG sets.

Neutral Point:

The winding of the alternator shall be star-connected and the leads shall be brought out to a

separate terminal box. Space provision for neutral CT for REF protection shall be provided

as required.

Terminal box and Connection:

The alternator output terminals shall be enclosed in a terminal box mounted in an accessible

position on the alternator frame. As far as possible, connections between the exciter and

alternator shall be contained within the machine frame and connections carrying AC and DC

shall be segregated from each other. The terminal box shall be of sufficient size to

conveniently terminate cable system for the DG sets which shall be intimated during

detailed engineering. Suitable tinned copper pads shall be provided for power cable

termination along with all necessary hardware and cable lugs. Glands and lugs shall be

provided for control cables also. For single-phase cables, gland plate shall be of non-

magnetic material. Gland plates shall be removable type.

The generator shall be complete with voltage transformers necessary for AVR reverse power

protection.

Synchronization:

A synchronization Panel incorporating all necessary metering and protection with auto load

sharing and auto synchronization complete with required software to be installed to

synchronize the DG sets and feed the synchronized power to the LT Panel. The panel shall

be made of 2.00 mm thick MS sheet and shall have IP55 degree of protection.

Test: Test on Assembled unit at Manufacturer's work:

1) The contractor shall carryout successfully on load test run in all completely assembled DG

Sets within the canopy for one hour at 100%, 75% and 50% loads, along with the panel

ordered in the DG manufacturers works prior to dispatch in presence of client’s / owner’s

representative/s. The Test Certificates to be submitted to the Consultant / Owner for pre

dispatch acceptance.

2) Erection, testing, commissioning and performance & guarantee tests/procedure at site

Installation of DG Set:

o The entire work of erection, testing and commissioning of equipment supplied under this

package shall be carried out by contractor and performance and guarantee tests to be

conducted at site are also included under the scope of this specification. For this purpose

the contractor shall depute suitable qualified technical supervisor to site on advance

intimation to the Owner along with all special testing equipment required for testing and

performance and guarantee tests. The supervisor(s) shall be responsible for the installation,

testing, commissioning checks and performance & guarantee tests mentioned in relevant

Page 104: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 104

clauses of this volume and the checks recommended by the contractor. The contractor shall

provide all tools, equipment’s and instruments required for installation, testing and

commissioning.

o The contractor shall ensure that the equipment’s supplied by him are installed in a neat

workman like manner such that they are levelled, properly aligned and well oriented. The

tolerances shall be established in Contractors drawings and/or as stipulated by the Owner.

o All special tools and tackles and spares required for erection, testing and commissioning

of equipment should be supplied by the contractor.

o Erection, testing and commissioning manuals and procedures shall be supplied, with the

equipment.

o The contractor shall ensure that the drawings, instruction and recommendations are

correctly followed while handling, setting, testing and commissioning the equipment.

Quality Assurance and Quality Control:

o The works shall conform to high standard of design and workmanship, shall be

structurally sound and aesthetically pleasing. Quality standards prescribed shall form the

backbone for the quality assurance and quality control system.

o At the site, the Contractor shall arrange the materials and their stacking/storage in

appropriate manner to ensure the quality. Contractor shall provide equipment and

manpower to test continuously the quality of material, assemblies etc. as directed by the

Owner. The test shall be conducted continuously and the result of tests maintained. In

addition the Contractor shall keep appropriate tools and equipment for checking alignments,

levels, slopes and evenness of surface.

o The Owner shall be free to carry out such tests as may be decided by him at this sole

discretion, from time to time, in addition to those specified in this Document. The Contractor

shall provide the samples and labour for collecting the samples. Nothing extra shall be

payable to the Contractor for samples or for the collection of the samples.

o The test shall be conducted at any Standard Laboratory selected by Owner

o The Owner shall transport the samples to the laboratory.

o Testing charges shall not be borne by the Owner.

o Testing may be witnessed by the Contractor or his authorised representative. Whether

witnessed by the Contractor or not, the test results shall be binding on the Contractor.

o Prior to shipment, complete unit shall be tested under actual load conditions for

performance and proper functioning of component parts.

Specification of Pipes:

o Exhaust Silencer Piping

o The exhaust silencer piping system shall be of heavy-duty MS pipes confirming to Class-

B. Suitable length of flexible piping shall be used for connecting the exhaust piping to the

engine as per the recommendations of the manufacturer.

o Exhaust pipe along with silencer inside the building shall be provided with mineral wool

insulation with chicken mesh wrapping and 26 SWG aluminium cladding.

Page 105: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 105

o All terminal connections and pipes joint shall be of welded construction. The terminals of

sizes 2" and above shall be butt welded, and of sizes 1.5" and below shall be socket welded,

complete with flanges, jointing and fasteners.

o This welding shall be done as per relevant ASME/ASA codes. The Contractor will have to

indicate beforehand the welding procedure he proposes to use. After confirmation by the

Owner the procedure that is finalised shall be strictly adhered to.

Inspection and testing at Site:

o All pre-commissioning and commissioning test and checks shall be carried out at site.

The Contractor shall be required to produce manufacturer's test certificate for the particular

batch of materials supplied to him by the manufacturers. The test carried out shall be as per

the relevant standards.

o For examination and testing of materials and the works at site, the Contractor hall

provide necessary testing and gauging equipment as required. All such testing and gauging

equipment shall be tested for calibration at any approved laboratory as required by the

Owner.

o The Contractor shall give notice well in advance to the Owner before commencement of

any site testing. All materials like consumable stores, fuel oil grease, lubricating oil etc.

required for the trails shall be arranged by the contractor.

o The Contractor shall make all necessary hook-ups to carry out tests at site and shall

furnish necessary fuel.

o The complete installation should be initially started and checked out for operational

compliance by manufacturer's representative.

Trial Test:

Preliminary Trials

o After completion of erection of generating sets and before carrying out main trials,

preliminary site trials shall be conducted in the presence of the Owner. Such trials shall

include the checking and adjustments of all instrument relays, timers, interlocks and

meters. Insulation resistance of stator, rotor and exciter windings shall be checked and

reading recorded. A check shall be made for the satisfactory working of all auxiliary motors

and their starting accessories supplied with the set.

Main Trials:

o The main trials shall include over 8 hours continuous run at full load.

o D.G. Panel shall be tested for automatic operation by injecting proper current and voltage

by a separate source. The satisfactory working of automatic operation shall be tested and

necessary adjustments shall be done for relays in the presence of the Owner and the results

shall be recorded in the test sheet at 30 minutes intervals. Alternator efficiencies as

determined in works test shall be used as the basis of calculation for fuel consumption rate.

A tolerance of 3% shall be allowed on the fuel oil consumption to cover possible errors in

measurement. Tests providing the satisfactory performance of all safety and operating

controls shall be carried out. Governor trials shall be carried out as laid down in BS: 5514.

Alternator insulation resistance and commutation check shall be as per BS: 5000.

o Starting time of sets shall be tested at least five times after sufficient time intervals to

allow for cold start. On completion of tests, inspection doors shall be removed and running

gears inspected and alignment checked. Any further reasonable trial as suggested by the

Page 106: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 106

Owner shall be carried out with no extra charges. All instruments, materials and labour

required for carrying out the trials shall be provided by the Contractor. Test sheets of trials

shall be forwarded in quadruplicate to Owner.

Performance requirement:

o The D.G. set shall operate up to 110% of rated speed, without undue vibration and noise.

The unit shall be capable of delivering rated output at 0.8 PF. at the generator terminals

(after derating of the engine due to site conditions).

o As soon as the set attains rated speed the transient voltage drop at the generator

terminal shall not exceed 10% of rated value.

Material And Equipment – Approved makes:

o All materials and equipment shall conform to the relevant standards and shall be of

approved make and design. The list of approved manufacturers/vendors is given in clause

herein below. The complete system and installation shall also be in conformity with the

clause - "Applicable codes, standards and publications".

Statuary Approvals:

o The contractor shall arrange to get all types of Statutory Approval including Explosive

License from petroleum Explosive Safety Organization & electrical Installation from Electrical

Inspector, CPCB, COE and other necessary Government bodies and necessary fees. Liaison

with local authorities and Government bodies and getting all statutory approval from

statutory authorities.

10.3 Uninterrupted Power Supply

General Description: To provide Un-Interrupted Power Supply to the IT loads with back up of

10 minutes at UPS full load. The proposed UPS must be modular and battery must be 12 V SMF

battery. No modular battery is require.

This specification describes the electrical, mechanical characteristics and requirements of

three phases, on-line, double conversion, solid-state Modular Uninterruptible Power

Supply (UPS). The UPS should be having VFI (Voltage Frequency Independent) technology,

fully DSP controlled power factor corrected rectifier and IGBT inverter capable of providing

high quality AC power for sensitive electronic equipment loads. It should also supply clean

power without any break in the supply in the absence of raw power. Under no conditions will

the protected system get direct supply from the raw mains unless there is fault in the

protected system. The description of the specification includes aspects related to design,

manufacturing, fabrication and putting UPS Systems together with all necessary accessories

and auxiliaries to make an operational UPS system in a condition acceptable to the end user.

Scope of Work

o The scope covers supply, installation, testing and commissioning of Modular UPS systems.

o Supply of Battery banks with battery mounting racks/stands

o Supply of cables and inter connection between battery banks and UPS system (length to

mentioned)

Submittals

Page 107: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 107

o Vendor to provide UPS rating, configuration along with distribution scheme.

o UPS footprints including weights, dimensions, service access, and airflow requirements of each

unit (GA drawings required).

o Foot prints of battery racks, type of battery including overall weight of battery proposed for

installation (typical layout diagram to be provided)

Vendor qualification criteria

o Vendor quoting the product of OEM have manufacturing facility in India.

o Vendor quoting should be certified for ISO 9001(QMS), ISO 14001(EMS)

o OEM / OEM’s Authorised service provider should have their own service setup at Bhubaneswar

to guaranty service support as per service level agreements.

Reference and codes

o CE marked

o EN62040-1-2: General Safety regulations.

o EN62040-2: EMC regulations.

o IEC61000-4-2 Level 4 : ESD regulations

o IEC61000-4-3 Level 3 : RF regulations

o IEC61000-4-5 Level 4: Surge regulations

o IEC 61000-4-4 Level 4 : Fast Transient/Burst regulation

o IEC 61000-4-6 : Conduction Immunity

o ISO 9001:2008, ISO 14001:2004 & ISO 18001: 2007

System Configuration

Modular & scalable UPS up to 600kVA/ 600kW with 10 minutes back -up at full load and N +N

configuration, N equivalent to 600 KW. The minimum capacity of per cabinet rating shall be 200

KVA/200 KW. Power modules and STS modules should be Hot swappable.

Environmental Requirements

o Temperature: UPS system normal operations: 0° to 40°C (32°F to 104°F)

o Batteries : 25°C (77°F)

o Storage : -20°C to +40°C (-4°F to 104°F)

o Relative humidity (operating and storage) : 90% non-condensing.

o Altitude : Up to 2000 meters above sea level.

o Audible Noise : Up to 75 dBA at 1 meter.

Basic requirements

Nominal Voltage

o Input : 380/ 400/ 415 VAC - Three Phase four wires + ground

o Output : 220/380, 230/ 400, 240/415 VAC (Selectable) - Three Phase four

wires + ground

Nominal Frequency

o Input : 50/ 60 Hz (Auto selectable)

o Output : 50/ 60 Hz (Selectable)

Power factor

o UPS Rated power factor : Unity

Page 108: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 108

o Input power factor : > 0.99

Battery

o SMF 12V mono block battery: No. and rating to be specified by vendor as per the backup

requirement

o Back up required: 10 min

o No. of battery banks in parallel: Not more than 2 banks per UPS.

System Efficiency

o Online AC to AC efficiency : 96 %

o Eco mode efficiency :> 98%

Total Harmonic Distortion

o Input iTHD : < 3 - 5 % (considering input uTHD < 1%)

o Output uTHD : <3% for linear load <5% for non-linear load

System Description/Configuration

o The UPS technology should be True Online, Double conversion (VFI).

o UPS shall be Modular. Each module should be rated for 25 - 30 KVA/KW or above with rated

power factor of Unity the module should be independent with complete topology of rectifier and

inverter inbuilt.

o The power module and STS modules should be hot swappable which means it can be inserted

or removed from the UPS system without disconnecting or disturbing the critical load connected

at the output of the UPS.

o The UPS frame for the modules can be used as stand-alone or in parallel up to minimum of

four units (horizontal expansion).

o The UPS frame for the module should be floor mounted with minimum foot print of 200 KW or

more and scalable up to 600 KW ( N + N configuration, N = 600 KW)

o The UPS frame for the modules should have provision of connecting input/ output/ battery

connection cables suitable for the kVA/kW as per the maximum number of the module which can

be engaged in the frame.

o Each UPS frame should have provision for independent monitoring the power modules placed

in it for electrical parameters and operating status.

o The UPS frame has the provision of redundant power supply, so that failure of one does not

lead to shut down of UPS. Failure of Control module not results in complete UPS shutdown.

o The UPS frame should be provided with automatic static bypass & maintenance bypass

suitable for the maximum kVA/kW as per the maximum number of the module which can be

engaged in the frame.

o Each power module should have inbuilt provision to isolate itself from the input/ output/ DC

bus under fault condition or when being disengaged from UPS.

o Each Power module should have its own control logic, in event of control module failure full

control logic at the power module levels allow the system to self-synchronisation for assure

continuous operation and failure of main logic control and single module not cause for entire UPS

shutdown.

o The UPS frame should have capability of being parallel without addition of external hardware

(except paralleling cable).

o Each power module rectifier shall be capable of providing continuous power to the load as well

as for battery charging.

o Each UPS system shall be sized to maintain a kVA as per Bill of Material, and be equipped with

an individual battery bank capable to supply this load for the time as indicated in Bill of Materials

and Data Sheet.

Page 109: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 109

Modes of operations

The UPS system shall be designed to operate as a double conversion, on-line system in the

following modes.

Normal: The rectifier and battery charger shall draw power from the utility AC source and shall

supply DC power to the inverter while simultaneously charging the battery. The inverter shall

convert DC to AC and continuously supply clean power to the critical load.

Backup mode: Upon failure of the utility AC power source, the critical load shall be supplied by

the inverter without any interruption and shall obtain its power from the battery.

Recharge: Upon restoration of the utility AC power source (prior to complete battery discharge),

the rectifier/battery charger shall power the inverter and simultaneously recharge the battery.

Bypass Mode: The static bypass transfer switch shall be used to transfer the load to the bypass

without interruption to the critical power load in synchronise condition and with 10 ms break in un

synchronised condition.( Each UPS shall have the bypass switch)

Maintenance Mode: During failure of a redundant UPS power module, UPS should have a

provision of removing the faulty power module & adding new power module in online mode (hot

swappable) without effecting the load. In case of maintenance of the entire UPS system, a

manual internal maintenance bypass switch shall be provided to isolate the UPS inverter output

and static bypass transfer switch for maintenance. This shall allow the UPS to be tested or

repaired without affecting load operation. UPS should have an electronic interlocking between

maintenance bypass switch & UPS module inverters to ensure inverter output is off during

maintenance bypass operation to avoid any fault.

Parallel Mode: Two or more UPS units (up to 4) of same capacity should be capable of working

in parallel mode N+1, N+X & N+N of operation providing same voltage & frequency. The output

of parallel UPS system should be shorted to provide common output. The UPS units working in

parallel mode of operation should share the load equally. In case of failure of redundant UPS, rest

of the UPS units should be able to support the critical load without any interruption.

UPS components & their function

Rectifier & charger: Rectifier & charger denotes the solid-state equipment and controls

necessary to convert incoming AC power to DC power for input to the inverter and for battery

charging. The rectifier cum PFC shall be three phase fully DSP controlled & have low input iTHD &

high PF. Charger section should be CVCC type (Constant Voltage Constant Current) for efficient

battery charging & supplying regulated DC voltage. The charger section should have an electronic

switch in battery path to isolate battery bank from UPS in case of fault

Input Current Limiting: The UPS shall be equipped with a system designed to limit the battery

recharge current up to 0.1 C10.

Modular design: The rectifier, charger & inverter shall be constructed in a power module and be

a building block of UPS. The power modules should be capable of plug in / out in UPS online mode

without affecting the load.

Inverter: Inverter denotes a solid state device which is capable of converting DC to AC. Inverter

should be constructed of IGBT using DSP controlled PWM technology. The inverter output power

to the loads in terms of Voltage / Frequency should be regulated to close tolerance and a pure

Sine waveform.

Page 110: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 110

Static bypass: A bypass static transfer switch shall be provided as an integral part of the UPS to

provide high speed load transfer from inverter to bypass and vice versa. The Static switch shall be

a Bi-directional using naturally commutated high-speed static (SCR type) device rated to carry full

load current continuously.

Uninterrupted Transfer: The static bypass transfer switch shall automatically cause the bypass

source to supply power to the critical load without interruption after the logic senses one of the

following conditions:

o Inverter overload exceeds unit's rating

o Battery protection period expired and bypass source is available

o Inverter failure

o Interrupted Transfer: If the bypass source is beyond the conditions stated below, the UPS will

make an interrupted transfer (less than 20 msec. in duration).

Manual maintenance bypass: Manual maintenance bypass switch should be inbuilt in the UPS

to bypass the complete UPS in event of failure of any of its components, so that repairs can be

undertaken without interrupting the load.

Digital Control: The UPS system should have digital control through fully DSP controlled

microprocessor circuitry to enhance reliability and provide excellent control dynamics.

Emergency Power off (EPO): The UPS should have built in facility through which it can be

switched off immediately through local switch or remote Emergency Power Off switch wherein the

load is disconnected from the UPS under emergency condition. Restarts are possible after manual

inspection and removing the conditions of emergency and resetting the Emergency Power Off

switch.

Multi-language and user friendly console: The UPS should have built in man machine

interface through a user friendly LC Display and LEDs on the front panel of the UPS. The LEDs

should indicate the status of the system at a glance and the LC Display should provide in-

depth details of UPS operating parameters like voltage, current, frequency, Power in kVA / kW,

etc.

Event Monitoring: UPS should have built-in event storing with date and time stamping of the

historical records and event logs. It should be possible to monitor these events from the front LCD

panel of the UPS or on a PC if the UPS is connected through a SNMP card on a LAN.

Communication Interface: UPS should have a wide choice of communication interface through

SNMP / Modbus protocol using the RS232 / RS485 / Ethernet port.

o RS 232: The UPS should have RS232 port for serial communication with the computer for

monitoring purpose.

o RS 485: The UPS should have RS 485 port for communication/ broadcast information about its

status to the Building Management System.

o SNMP: UPS should have an Ethernet port to broadcast information about its status to Network

Management software on servers in a LAN through SNMP protocol.

This connectivity should also provide control of the UPS and shall offer complete UPS

management solutions.

Metering:

o The following parameters to be displayed at UPS LC display:

o Rectifier Input Voltage

o Rectifier Input Frequency

o Bypass Input Voltage

Page 111: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 111

o Bypass input Frequency

o UPS Output Voltage

o UPS Output Frequency

o UPS Output Load

o Battery voltage

o Battery charge & discharge current

o Battery Capacity

o Battery Charging Status

o Temperature – STS/Inverter/PFC

Warranty

The standard manufacturer’s warranty for all the supplied items against defects in materials and

workmanship is for 12 months from the date of installation or 18 months from the date of supply

whichever is earlier. After the expiry of warranty, the product should be supported through

comprehensive Annual Maintenance Contract (AMCs).

Pre-Dispatch Inspections:

Before shipment, vendor should completely test the system in its factory. Client or third parties

can ask for UPS pre-dispatch inspection for the major specifications that constitutes routine test.

The Expenses borne by either bidder nor OEM.

Fabrication

Materials: Vendor to certify that all materials of the UPS is new, of current manufacture, high

grade and free from all defects and will not have been in prior service except as required during

factory testing.

Construction and Mounting: The UPS unit should comprised of rectifier/charger, inverter, static

transfer switch, maintenance bypass switch, and static bypass input switch housed in a free-

standing steel enclosure with key-lockable doors. Also, switch gears to be provided at input,

output, static bypass & maintenance bypass of UPS. Front access only is required for servicing,

adjustments, and installation. Also, switch gears to be provided at input, output, static bypass &

maintenance bypass of UPS. Front access only is required for servicing, adjustments, and

installation. The enclosure should be built to comply with IP20. The UPS cabinet should be

cleaned, primed, and painted with the manufacturer’s standard colour.

20 KVA UPS specification for ELV & Emergency Lighting:

The purpose of this specification is to define minimum design, construction and testing

criteria relating to the supply of Uninterruptible Power Systems (UPS).

To supply, installation, testing and commissioning of the 20 KVA UPS with 20 minutes

battery back uptime at full load capacity.

Design Specifications

The Uninterruptible Power System (UPS) should include the following operational

components:

o IGBT Rectifier/battery charger

o IGBT Inverter

o Inbuilt double wound transformer

o Maintenance bypass switch

Page 112: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 112

o Static switch

o Batteries

Rectifier/Battery charger

The IGBT Rectifier/Battery charger will have an input isolating switch and a PWM digital

vector control system (DSP based) which, in addition to normal functions (AC/DC

conversion), will automatically correct the input power factor to a value > 0.99 and limit the

harmonic rejection to the mains at a THDI value < 5% at full output load

For the battery charger function, this converter will include built-in fuses and a control

circuit for the voltage and battery recharging current. The ripple current to the batteries will

be less than 0.05 C10

IGBT Inverter

The IGBT inverter will have a PWM digital vector control system (DSP based), capable of

converting DC voltage from the IGBT rectifier or battery into AC voltage. A rated output

filter will create an output voltage sinusoidal envelope

Inverter should be able to deliver active power at 0.9 power factor

Static bypass switch

The static bypass switch will feature a separate power input and will consist of the following:

Static switches (SCR type), which can support overloads and short circuits downstream of

the UPS

A bypass and maintenance bypass input isolating switch with auxiliary indicator contact

An output load switch

The control logic will be handled by digital algorithms (using vector control techniques),

similar to those used for the rectifier and the inverter. The static bypass shall be equipped

with a back feed protection device compliant with clause 5.1.4 of IEC/EN 62040-1-1; and a

relay signal contact for the control of the external back feed isolator to be installed on the

bypass line upstream from the UPS

Batteries

The batteries will be housed in racks and will be protected by fuses located on each pole and

via a dedicated switch. The proposed UPS shall have minimum 20 minutes battery back-up

at full load capacity.

Operating Modes:

This section describes the different operating modes of the Uninterruptible Power System.

The UPS, using the above-mentioned digital vector control, will be able to operate both in

double conversion and digital interactive modes.

The IGBT inverter will be synchronized with the bypass line so that the load can be

transferred from the inverter to the bypass supply and vice versa without any break in the

supply to the load

Double conversion operation

In this operating mode, under normal service conditions, the load will always be supplied

from the inverter, guaranteeing maximum protection for the load

Page 113: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 113

Upon failure or reduction of the primary AC source, the load will be supplied by the battery

through the inverter. During this phase, power will be drawn from the battery. Visible and

audible signals will alert the user to this operating state

Upon return of the primary AC source to within tolerance limits, the Uninterruptible Power

System will recommence operating in normal mode

In the event of an inverter overload, manual stop or failure or temporary overload

downstream of the UPS, the load will be automatically transferred to the bypass supply

source without interruption.

In the event of an overload with an unsuitable supply, the Uninterruptible Power System will

not transfer the load but will continue to supply it from the inverter for a period of time

dependent upon the extent of the overload and the characteristics of the UPS

Maintenance bypass switch

The UPS will be equipped with a bypass switch capable of transferring the load to the

bypass supply without interruption so as to enable the UPS to be switched off and isolated

for maintenance operations. The supply to the load will be maintained

10.4 Bus bar Trunking

The bidders shall propose the BBT (Bus Bar trunking) from transformer 1 & 2 to LT panel 1

& 2 and DG set 1 & 2 to LT panel 1 & 2. There is no underground trench available hence the

bidder shall take the BBT an overhead. For installing the BBT the bidder shall consider

necessary accessories like support angle/structure and bolt net etc. BBT path should cover

with shelter .The BBT height shall consider minimum 8 meters from the ground.

Bus Bar trunking General Description:

The bus bar trunking system, both feeder and plug-in, shall be of low impedance and

sandwiched construction meaning no air gap shall exist between bus bars expect at plug-in

opening. It shall be totally enclosed pre-painted galvanized steel and be of the non-louvered

type maintaining an overall degrees of ingress protection. All the insulation materials shall

be halogen free.

o The bus bar trunking system shall be suitable for a 3 phases 4 wires system with full size

neutral and continuous internal copper earth bar of half size if requested.

o All bus bar trunking system including all fittings (elbows, zeds, end-feed units, tap-off

units, etc.) shall be IP55 in accordance to IEC 60529 and sprinkler proof without any extra

accessory.

o All fittings and tap-off units shall be from the same manufacturer as the bus bar trunking

system.

o The bus bar trunking system shall be capable of being mounted in any position. Plug-in

and feeder sections shall be interchangeable without the use of special adapter joint covers.

The complete installation shall be coordinated throughout and where possible, shall consist

of standard 4m sections with special sections and fittings provided to suit the installation.

Fittings shall be the most compact and light weight as possible in order to make the design

and the installation easier.

o The bus bar trunking compact design shall allow standard transport straight lengths or

elbows to be installed through a floor slab or fire barrier wall.

Page 114: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 114

o Horizontal runs of bus bar trunking system shall be supported by hangers at every 3

meters. Vertical runs of bus bar trunking system shall be supported by hangers not more

than 4m apart.

o Bus bar trunking system shall be terminated by ‘end closure’.

o The bus bar trunking system shall have the following characteristics:

o Rated Insulation Voltage (A/C):1000 Volts

o Rated Operating Voltage (A/C):1000 Volts

Conformity to Standard

The bus bar trunking system shall be constructed in accordance with the applicable

requirements of the latest IEC 60439-1&2

Environment

The bus bar trunking system shall be suitable for continuous operation without derating at

an average ambient temperature of 35o C for 24h (40°C maximum peak).

Conductors

o Conductors shall be of hard drawn 99% purity aluminium.

o The insulation used on the bus bar shall be class”B” polyester material rated at 130°C

and halogen free.

o Both ends of aluminium conductors shall be fitted with bimetal copper/aluminium

laminate riders, electrically welded.

o At each tap-off position silver-plated bimetal copper/aluminium laminate riders shall be

electrically welded to warranty the most reliable contact between bus bar and tap-off units.

o Full size neutral of the same cross-sectional area as the phase conductor shall be

provided for all ratings of the bus bar trunking system.

Short Circuit Capacity

The whole bus bar trunking system shall be capable of withstanding the short circuit

capacity of the electrical installation without damaging the electrical, mechanical and

thermal stress under fault condition at a service voltage of 415V 50Hz. Coordination of the

distribution should be guaranteed such that the Circuit breaker / trunking combination will

limit the peak current to a value less than the rated peak current of the bus bar trunking.

Type test certificates shall be applied to at least one complete apparatus of each rating,

type and design.

Joints

o The electrical joints shall be of one to four bolt type designed for even distribution of

contact pressure.

o Belleville washers shall be used to maintain proper pressure over a large contact surface.

o Bolts shall include an external breakable head which breaks when the correct torque is

reach and require only a standard handle wrench to carry out such work.

o Bolts shall be accessible without removing covers.

o The joints shall be so designed as to allow removal of any length without disturbing adjacent lengths.

Expansion Joint

Page 115: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 115

Bus bar expansion units shall be use in cases when it crosses a building expansion joint or

as recommended by the vendor to reduce the stress on the system by differential expansion

between the bus bars and the casing; particularly for long run of the bus bar.

It shall be consist of a flexible joint in the middle on the conductors and a sliding casing in 2

sections which can absorb the relative movements of each section of the length.

Enclosure

The bus bar trunking housing shall be non-ventilated and at least of 1.5 mm thick for

protection against dust accumulation and mechanical damage. The enclosure shall be of hot

dip galvanized and pre-painted sheet steel. Bus bar trunking system without paint

protection shall not be acceptable. In order to limit magnetic field around the busway

system, aluminium enclosures are not recommended.

Paint Finish: RAL 9001

Tap-off outlets

o Each tap-off outlets shall be at least IP55, with no additional accessory.

o Tap-off outlets shutter shall be able to open and close automatically when plug-in units are plugged in or removed.

Tap-off units

o Tap-off units and circuit-breaker shall be from the same manufacturer as the bus bar

trunking system and shall be 100% compatible with medium power busway of the same

manufacturer. Certificates shall prove that the whole system (bus bar trunking, tap-off units

and apparatus) has been successfully tested. All circuit breakers used shall be able to

operate normally when mounted upside down or at any angles.

o Tap-off units shall be of dust and damp proof version, degree of protection IP55 and

sprinkler proof.

o Tap-off units shall be provided with offloads isolator suitable for fuses or circuit breakers

according to ratings as indicated in the drawings.

o The plug-in tap-off units shall be connected to the bus bar trunking whilst live (off-load)

via silver plated copper spring jaw connections.

o The earth contact of the tap-off unit shall always be made before that of the live

conductors and the last to break during removal.

o The tap-off unit and the bus bar trunking system shall be interlocked to ensure that the

device is in the ‘OFF’ position prior to installation or removal of the unit.

o The tap-off unit shall have an interlock which prevents the cover from being opened while

the device is in the ‘ON’ position and to prevent accidental closing of the device when the cover is opened.

The MCCB used in the tap-off unit must comply with IEC 947-2. All MCCBs shall have a

rated service breaking capacity (Ics) of RMS value at 415VAC equal or higher than the

prospective fault level of installation. It shall have current limiting capabilities to protect the

bus bar trunking system and coordination table shall be furnished by manufacturer.

10.5 Electrical Switch Board

The bidder shall propose the main LT panel 1 & 2 as per Schedule. The LT panel shall

consist of ACB, MCCB, Control wiring, and energy meter. In LT panel 1 & 2 ACB and MCCB

should have BMS communication card so that the same can integrate with building management system.

Page 116: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 116

Other Sub distribution panel MCCB should have NO/NC module to integrate with BMS. In LT

Panel all the compartment should have MFM/energy meter to monitor the KWh similarly all

sub distribution panel incoming compartment shall have MFM meter.

The UPS output Panel all the compartment should have energy meter and energy meter

should support either TCP/IP or Modbus protocol

Panel Construction

Low Voltage switchboard general rules

This describes the general rules to guarantee the maximum level of quality and

performances for a Low Voltage Switchboard. In the aim to reach this requirement, the

entire equipment must be in appliance according to the specifications defined in the IEC

Standard: 61439-1&2

The IEC 61439-1&2 applies to Low Voltage Switchgear and control gear assemblies for a

voltage which does not exceed 1000V in alternative current at frequencies not exceeding

1000 Hz, or for 1500 V in DC.

The Standard IEC 61439-1&2 clearly defines the type of verifications (design verification

and routine verification) that must be conducted by both organizations involved in final

conformity of the solution: the Original Manufacturer guaranteeing “assembly system”

design and the Assembly Manufacturer who is responsible for the final conformity of the

Low Voltage Switchboard.

This standard is also applicable for all Assemblies intended for use in connection with the

generation, transmission, distribution and conversion of electric energy, and for the control

of electric energy consuming equipment.

To guarantee the installation consistency during the switchboard life cycle, the installation

system and the switchgears must be supplied by the same manufacturer.

Original Manufacturer requirements

To be compliant with standard IEC 61439-1&2 the Original Manufacturer carries out the

original design and the design verifications especially for the following most important

functions that have to be certified through an independent certification body (ASEFA,…) for

the most critical configurations:

o Voltage stress withstand capability: measurement of clearances and creepage distances,

power frequency dielectric test.

o Current-carrying capability: temperature rise tests

o Short-circuit withstand capability: short-circuit tests (Icc and Icw) of the main circuit,

including the neutral conductor, and the protection circuit

o Protection against electric shock: verification of insulating materials

o Protection against fire or explosion hazard: glow wire test

o Maintenance and modification capability: IPxxB test and Mechanical operation tests

(especially for removable parts)

o Capability to be installed on site: lifting test, taken from IEC 62208

o Protection of the Assembly against environmental conditions: IK test according to IEC

62262 & Corrosion test

Assembly Manufacturer requirements

To complete the standard requirement, the Assembly Manufacturer (panel builder) has to

achieve routine verifications.

Hereafter details of the routine verifications to be performed by the Assembly Manufacturer:

Page 117: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 117

o Degree of protection of enclosures through visual inspection

o Clearances and creepage distances through visual inspection

o Protection against electric shock and integrity of protective circuits through visual

inspection of basic and fault protection also random verification of tightness of the

connections of protective circuit

o Incorporation of built-in components through visual inspection

o Internal electrical circuits and connections through visual inspection and also random

verification of tightness

o Terminals for external conductors through number, type and identification of terminals

o Mechanical operation through visual inspection and effectiveness of mechanical actuating

elements

o Dielectric properties through power-frequency dielectric test

o Wiring, operational performance and function through verification of completeness of

information & markings, also inspection of wiring where relevant and function test where

relevant

A copy of these routines tests fully completed by the assembler must be present within or

close to the switchboard on its exploitation site.

The design verifications of the Original Manufacturer and the routine verifications of the

Assembly Manufacturer, the End User has the guarantee of conformity of his

switchboard according to his performance requirements.

Switchboard design requirements

The following design rules have to be implemented in order to facilitate the assembly and

ensure the most relevant level of safety for any low voltage equipment’s.

Devices installation:

o All the devices must be installed onto dedicated mounting plate designed for one or

several switchgears of the same type. The objective of that point is to group protection

equipment of the same type, as well as distinguish inside the switchboard the function of

each device or group of devices and avoid identification mistakes.

o Theses mounting plates will have an independent fixing system affording them to be

transformed and moved anywhere in the switchboard and especially to allow easy evolution

of the installation.

o To ensure the maximum protection of people around the electrical installation, front

plates must be installed in front of all control and protection equipment’s with both IP3x and

IPxxB level, in order to avoid direct access to the devices and consequently to the active

parts.

Electrical distribution and architecture

o For safety reasons and especially if the door is opened during the switchboard working,

all bus bars have to be covered by barriers onto the whole perimeter of the bus bars zone.

o To achieve that requirement, the switchboard specification must comply with the

partitioning rules at the minimum level of form 2.

o To supply electricity inside the switchboard, the installation of distribution blocks

systems, using spring terminal technology (IPxxB compliant), ensures the maximum

protection of people.

Page 118: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 118

o To simplify the implementation in compliance with the IEC 61439 1&2, the original

manufacturer should supply prefabricated connections that are perfectly rated and

coordinated to work with the devices.

o Vertical distribution systems should be designed to allow tightened connection by front

access only. Horizontal and Vertical distribution system should be designed to allow

connection (with self-breaking nuts) all along the length thanks to a continuous connection

track and this without any drilling.

o For higher readability of distribution, horizontal bus bars should be designed with only

one single bar per phase.

o For future evolution in the switchboard, bus bars should allow the possibility to add

outgoing feeders without any disassembly.

Framework and cover panels

In order to facilitate the access within the switchboard for the maintenance, its covering

panels must be dismountable on all surfaces whatever the IP degree.

Switchboards associations should be possible in all directions without any impact on the IP

level and when upgrading the maintenance of the original performance levels is guaranteed.

The switchboard should be easily combined with switchboards already in service.

By design the system should ensures electrical continuity of moving parts without additional

earthing braids.

Switchboard operation

o Due to the constant evolutions of the electrical needs for the buildings or for the

factories, the distribution switchboards must have the capacity to follow those evolutions.

o The switchboard offer must include dedicated components affording the adjunction of one

or several enclosures and cubicles on the exploitation site.

o In order to facilitate the current maintenance, e.g. infra-red measurement, the devices

zone has to be accessible in one operation.

o Evolution of the number of outgoing feeders of switchboard can be done in a functional

unit spare place without having to add extra new upstream connection to the main

distribution bus bar

o For demanding service continuity applications, upgrading of switchboard in term of

outgoing feeder extensions can be made in service in unequipped reserved spaces

o The final customers will have the possibility to obtain some spare parts ten years after

the end of commercialization of the switchboard offer in order to be able to replace some

components for maintenance or evolution needs.

Switchboard Technical Requirements (IEC 61439-1&2)

Besides the specifications detailed from the chapter 1 to 5, the switchboard functions and

characteristics listed below are subject to an agreement:

o The Original Manufacturer guarantees the design of the assembly system,

o The Assembly Manufacturer, is responsible for the final conformity of the switchboard.

Switchboard life cycle for a sustainable development

All the materials of the switchboard should be recyclable at least at 90%.

It should be in conformity with the RoHS and REACH directives.

10.6 Air Circuit Breaker

Page 119: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 119

Air Circuit breaker

o Air circuit breakers (ACB) shall comply with standards IEC 60 947-1 and -2 or standards

derived from the latter; optional version may comply with UL / ANSI / JIS standard.

o The ACB breaking capacity performance certificates shall be available for category B

according to IEC 60 947-2 standards. Air circuit breakers shall have a breaking capacity

justified by calculations taking into account their installation location. The test shall be

carried out with a breaking performance during operation (Ics) and admissible short time

withstand (Icw) equal to the ultimate breaking capacity (Icu).

o All Air circuit breakers can be reverse fed without reduction in performance.

o All Air circuit breakers shall have a rated operational voltage of 690V AC (50/60Hz).

o The rated insulation voltage shall be 1000V AC (50/60Hz).

o All circuit breakers shall be fully tropicalized as standard.

o Air circuit breakers shall suitable for isolation according to IEC 60 947-1 and 2 for the

rated insulation voltage of 1000 V and for the over voltage category IV.

Construction

Environmental aspects

o Production site organization shall be certified to comply with ISO 9002 and ISO 14001

standards.

o Air circuit breakers shall be supplied in recyclable packing. The manufacturer shall

implement non-polluting production processes that do not make use of chlorofluorocarbons,

chlorinated hydrocarbons, ink for cardboard markings, etc.…

o Environmental considerations and processing of materials at end of service life. The

manufacturer shall provide instructions on the removal, dismantling and processing of Air

circuit-breaker materials at the end of service life (material composition, weight, toxicity).

General features

o Air circuit breaker shall be designed in such a way that maintenance may be carried out

as a function of their use. To reduce maintenance, electrical endurance shall be greater than

10000 cycles up to 1600 A, 6000 cycles up to 2 kA and 1500 cycles for values greater than

4 kA.

o No safety clearance shall be required around draw out circuit breakers. For fixed circuit

breakers, 150 mm of free space shall be provided above the arc chutes to allow removal of

the latter.

o The operating mechanism shall be of the Open/Closed/Open stored-energy spring type.

The closing time shall be less than or equal to 70 milliseconds.

o Air circuit breakers main contact shall be encased in a reinforced polyester casing and

offer double insulation from the operators on the breaker front face.

Main contacts

o The main contacts shall be designed such that no maintenance shall be required under

normal conditions of use.

o The main contacts shall be equipped with a visual wear indicator that may be accessed

by removing the arc chutes, for immediate assessment of contact wear without requiring

measurements or specific tools.

Arc chutes

o The arc chutes shall be removable on site.

Page 120: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 120

o Air circuit breakers shall be equipped with metal filters to reduce effects perceptible from

the outside during current interruption.

Draw out Mechanism

The draw out operation shall be possible through a closed door. Three positions of the

moving part shall be possible:

o Connected position - all auxiliary and main circuits engaged.

o Test position - all auxiliary circuits engaged all main circuits disconnected.

o Isolated position - all circuits disconnected.

Safety requirements

o A door interlock shall be provided so that it shall not be possible to open the door until

the air circuit breaker moving part is in the disconnected position.

o Insulated safety shutters shall be provided over the incoming and outgoing main circuits

and over the auxiliary circuits. An interlocking shall be provided to prevent insertion of a

circuit breaker having a rating higher than the current rating of the fixed part, into that

fixed part.

o The racking handle shall be stowed on the air circuit breaker in such a manner as to be

accessible without defeating the door interlocking.

Electrical auxiliaries

o All electrical auxiliaries including the motor spring charging mechanism shall be field

adaptable without adjustment. They shall be fitted into a compartment which under

normally loaded conditions has no metalwork energized from the main poles exposed with

it.

o Any adaptation carried out thus shall not increase the breaker volume.

o It shall be possible to connect all auxiliary wiring from the front face of the air circuit

breaker, this wiring shall be taken through a set of disconnecting contacts, so that all

auxiliary wiring is automatically disconnected in the isolated position.

Mechanical indicators

Mechanical indicators on the front panel of Air circuit breakers shall indicate the following

status conditions:

1. “ON” (main contacts closed) Spring charged

2. “ON” (main contacts closed) Spring discharged

3. “OFF” (main contacts open) Spring charged – circuit breaker ready to close

4. “OFF” (main contacts open) Spring charged – circuit breaker not ready to

close

5. “OFF” (main contacts open) Spring discharged

Over current Protect

(Digital Control Unit for general application

Page 121: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 121

The ACB control unit shall be interchangeable on site for adaptation to changes in the

installation. Sensors shall be non-magnetic or of the Rogovsky type for accurate current

measurements up to Ics value. The ACB control unit shall measure the true RMS value of

the current. The ACB control unit shall comprise a thermal memory to store temperature-

rise data in the event of repeated overloads or earth faults.

Protection

o The ACB control unit shall offer the following protection functions as standard.

o Long-time (LT) protection with an adjustable current setting and time delay.

o Short-time (ST) protection with an adjustable pick-up and time delay.

o Instantaneous (INST) protection with an adjustable pick-up and an OFF position.

o Current and time-delay settings shall be indicated in amperes and seconds respectively

on a digital display.

o Earth-fault protection with an adjustable pick-up and time delay shall be provided if

indicated on the appended single-line diagram.

Communication

On option Air Circuit Breaker shall be capable of communicating the following data via

NO/NC Contact

o Circuit-breaker status (open/closed/trip)

o The circuit breaker should have necessary accessories component to integrate with

building management system

10.7 Molded Case Circuit Breaker

The present specification applies to molded-case circuit breakers (MCCB) from 100A to 630A

for AC (50/60Hz) low voltage electrical installation from 220V to 690V. MCCB shall be

equipped with a trip unit that offers the appropriate level of performance to fit to the

application. Electronic versions will provide highly accurate protection with measurement,

metering, operating assistance and communication functions.

o MCCB shall be available in fixed or plug-in/withdrawable versions as well as in 3-pole and

4-pole versions. For plug-in/withdrawable versions, a safety trip shall provide advanced

opening to prevent connection and disconnection of a closed circuit breaker

o MCCBs shall be designed for both vertical and horizontal mounting, without any adverse

effect on electrical performance. It shall be possible to supply power either from the

upstream or downstream side.

o For a MCCB rating frame given, MCCBs dimensions shall be the same whatever the

ultimate breaking capacity.

o MCCB shall have a rated operational voltage of 690 V and a rated insulation voltage of

690 V (AC 50/60 Hz),

Compliance with Standards

Number Title Usage

Page 122: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 122

EN /IEC 60947-1

& 2

Low-voltage Switchgear and control gear

Part 2 : Circuit Breaker

Characteristics of circuit-

breakers;

- operation and behaviour in

normal service;

- operation and behaviours in

case of overload and operation

and behaviour in case of short-

circuit, including co-ordination in

service (discrimination and back-

up protection);

- Dielectric properties;

IEC 60947-2,

annex B

Circuit Breaker incorporating residual

current protection

IEC 60947-2,

annex F

Additional tests for circuit-breakers with

electronic over-current protection

Electronic trip unit (RMS current

measurement, EMC)

IEC 60664-1 Insulation coordination for equipment

within low-voltage systems - Part 1:

Principles, requirements and tests

Category IV for a rated insulation

voltage up to 690 V, class II

insulation between the front and

internal power circuits

IEC 61000-4-1

Electromagnetic compatibility (EMC)

Testing and measurement techniques

EMC Immunity

IEC 61557-12 Combined performance measuring

and monitoring devices for electrical

parameters

Accuracy class

IEC 60068-2 Environmental testing Climatic withstand

IEC 755 General requirements for residual current

operated protective devices

Class A RCD

Circuit breaker design

Safety

For maximum safety,

o The power contacts shall be insulated in an enclosure made of a thermosetting. material

from other functions such as the operating mechanism, the case, the trip unit and

auxiliaries

o All poles shall operate simultaneously for circuit breaker opening, closing and tripping.

o MCCBs shall be actuated by a toggle or handle that clearly indicates the three positions:

ON, OFF and TRIPPED.

o In order to ensure suitability for isolation complying with IEC 60947-2 § 7-27:

o The operating mechanism shall be designed such that the toggle or handle can only be in

OFF position (O) if the power contacts are all actually separated, in OFF position, the toggle

or handle shall indicate the isolation position.

o Isolation shall be provided by a double break on the main circuit.

o MCCBs shall be able to receive a device for locking in the “isolated” position, with up to 3

padlocks, Ø8 maximum.

o MCCBs shall be designed to prevent access to live parts when the cover is removed

Page 123: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 123

o MCCBs shall be equipped with a “push to trip” button in front to test operation and the

opening of the poles.

o MCCB rating, “push to trip” button, performances and contact position indication must be

clearly visible and accessible from the front, through the front panel or the door of the

switchboard.

o For rating frame higher than 250 A MCCBs shall be fitted with metallic filters to reduce

effects perceptible from the outside during current interruption

Current limitation, discrimination, durability

o From 100 A to 630 A rating frame, MCCBs breaking unit shall be made with a double

rotary contact to greatly limit let through energy on the installation. For short-circuits, the

maximum thermal stress I²t shall be limited to: 106 A2s for ratings up to 250 A, 5 x106 A2s

for ratings between 400 A and 630 A.

o MCCBs, the current ratings of which are identical with the ratings of their trip units, shall

ensure discrimination for any fault current up to at least 35 kA RMS, with any downstream

circuit-breaker having a current rating less or equal to 0.4 times that of the upstream

circuit-breaker.

o MCCB from 100A with electronic trip unit shall ensure total discrimination with Miniature

Circuit breaker up to 40A.

o The electrical durability of MCCBs, as defined by IEC 60947-2 standard, shall be at least

equal to 3 times the minimum required by the standard.

Auxiliaries and accessories

o It shall be possible to equip MCCBs with a motor mechanism for electrically controlled

operation. An “auto/manual” switch in front shall, when set to the “manual” position, lock

out electrical control; when set to “auto”, lock out the manual control; remote indication of

“manual” or “auto” mode shall be possible. It shall also be possible to seal the access to the

“auto” control. Closing shall take place in less than 80 ms.

o Following tripping due to electrical faults (overload, short-circuit, earth fault), remote

reset shall be inhibited. It shall however be possible if opening was initiated by a voltage

release.

o The operating mechanism shall be of the stored-energy type only

o The addition of a motor mechanism or a rotary handle shall in no way affect circuit

breaker characteristics:

o Only three stable tripping mechanism positions (ON, OFF and TRIPPED) shall be possible

with the motor mechanism,

o Suitability for isolation shall be provided by positive contact indication (ON and OFF) in

front of the motor mechanism module

o MCCBs shall be designed to enable safe on-site installation of auxiliaries such as voltage

releases (shunt and under voltage releases) and indication switches as follows:

o same field installable auxiliary contacts for signalizing different functions, as: open/

closed position, fault signal, electrical fault (including electrical leakage) signal, all

auxiliaries shall be common for the entire range,

o they shall be separated from power circuits,

o all electrical auxiliaries shall be of the snap-in type and fitted with terminal blocks,

o Auxiliary function and terminals shall be permanently engraved on the case of the circuit

breaker and the auxiliary itself,

o The addition of auxiliaries shall not increase the volume of the circuit breaker.

o The addition of a motor mechanism module or a rotary handle, etc., shall not mask or

block device settings

Protections requirements

Page 124: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 124

o MCCBs shall comprise a device, designed to trip the circuit-breaker in the event of high-

value short-circuit currents. This device shall be independent of the thermal-magnetic or

electronic trip unit. The breaking will be carried out in less than 10ms for short-circuit

currents above 25In.

o MCCBs with ratings up to 250 A shall be equipped with fully interchangeable trip units in

order to ensure the protection against overcharge and short-circuit. The trip units shall be of

thermal-magnetic

o MCCBs with ratings over 250 A shall be equipped with electronic trip units.

o The trip units shall not augment overall circuit breaker volume

o Trip unit shall be easily interchangeable and easily secured to the MCCB without

removing the breaker from the panel

o All electronic components shall withstand temperatures up to 105 °C.

o Electronic and thermal-magnetic trip units shall be adjustable and it shall be possible to

fit lead seals to prevent unauthorized access to the settings

o Protection settings shall apply to all circuit breaker poles

o It shall be possible to equip MCCBs with an auxiliary contact signalizing an electrical fault

operated by the trip unit

Thermo-magnetic trip unit from 16 to 250 A

Theses trip units shall offer:

o Adjustable thermal protection from 0.7 to 1.0 times the current rating

o Fixed magnetic protection for current ratings up to 200 A

o Adjustable (from 5 to 10 times the current rating) for current ratings greater than 200 A.

o Adjustable (from 9 (or less) to 14 times the current rating for magnetic only motor

protection

o It shall be possible to ensure neutral protection. The tripping threshold shall be equal to

that of the phases

Electronic trip units

MCCB shall be equipped with a trip unit that offers the appropriate level of performance to

fit to the application.

o It shall be possible to adjust basic protections with a knob without any power supply or

when the main is off

o Electronic trip unit shall be fitted with thermal memory

o The following monitoring functions shall be integral parts of electronic trip units:

o 2 LED for load indication, one lighted above 90 % of Ir, and one lighted above 105 % of

Ir

o a test connector shall be installed for checks on electronic and tripping mechanism

operation using an external device

o MCCBs shall be equipped with a self-test of the connection between the electronic trip

unit, the current transformers and the actuator. The self-test will be of positive logic and

visible through the flashing of a green LED in case the self-test occurred correctly and the

extinction of the LED in case the self-test failed.

o It shall be possible to equip MCCBs with auxiliary contact to indicate the cause of tripping

(long time, short time, instantaneous, earth fault if requested),

Additional earth leakage protection

o It shall be possible to assemble earth fault protection moulded-case circuit breakers by

adding a residual current device (RCD) directly to the circuit breaker case if need be. The

resulting device shall:

Page 125: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 125

o comply with appendix B of IEC 60947-2 standard,

o be immunized against nuisance tripping as per IEC 60255 and IEC 61000-4 standards,

o be capable of working normally down to -25 °C ambient temperature,

o operate without an auxiliary power supply, i.e. it shall be capable of operating normally

on any 2-phase or 3-phase power network with a voltage between 200 V and 440 V, and of

tripping the circuit-breaker even in the event of voltage dips down to 80 V

o An option shall allow to use RCD for alarming only.

o RCD module shall not exclude some other module or accessories.

Communication

o MCCB shall be equipped easily with NO/ NC Contact for ON/OFF/TRIP Status

o The circuit breaker should have necessary accessories component to integrate with

building management system

Environment

o Production site organization shall be non-polluting and certified to comply with ISO 9002

and ISO 14001 standards.

o MCCBs shall be designed according to Eco-design complying with ISO 14062 Especially

MCCB’s materials shall be of halogen free type

o MCCB shall be designed for easy disassembly and recycling at end of life, and complies

with environmental directives RoHS and WEEE.

10.8 Energy Meter

Specification

o The Meter shall provide 24 current inputs that can be configured for 24 circuits of 1 CT,

12 circuits of 2 CTs, or 8 circuits of 3 CTs.

o The Meter shall be accurate to ANSI C12.20 Class 0.5 and IEC 62053 Class 0.5S. No

annual recalibration by users shall be required to maintain these accuracies.

o The Meter shall directly accept either single or and three-phase voltage inputs within the

range of 100 to 300 Vac L-N.

o The Meter shall be calibrated for accuracy at a line frequency of either 50 Hz or 60 Hz.

o The Meter shall be capable of monitoring circuits up to 5000 Amps and shall be user

configurable.

o The Meter shall have a local display that provides information from each metering point

as well as diagnostic information. The display shall allow the user to navigate to

information from individual metering points.

o The Meter shall have an optional remote display that provides information from each

metering point as well as diagnostic information. The remote display shall allow the user to

navigate to information from individual metering points.

o Each Meter shall have as standard a 10/100Base100TX Ethernet data port and a V.90

telephone modem utilizing ModbusTCP/IP, HTTP, FTP, and SNTP protocols.

o The information and capabilities provided by the Meter shall include the following. The

values shall be read directly from the Meter display without the need for multipliers.

o Real Energy (kWh) delivered and received

o Reactive Energy (kVARh), delivered and received,

o Apparent Energy (kVAh)

o Active Power Total (W)

o Reactive Power Total (var)

o Apparent Power Total (VA)

Page 126: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 126

o Voltage, per phase

o Current, per phase

o Power Factor

o Pulse Counts

o The Meter shall include on-board memory to store measured values, including date and

time stamp. The following measurements shall be available for logging.

o Real Energy (kWh), delivered and received

o Reactive Energy (kVARh), delivered and received

o Apparent Energy (kVAh)

o Voltage, per phase

o Pulse Counts

o The Meter shall have the capability to push data using FTP on a user defined schedule

ranging from once every 5 minutes to once per day.

o The Meter shall serve both real-time data and logged data via the Modbus TCP protocol.

o The Meter shall log data on a user defined interval of 5 minutes to 60 minutes and store

up to 2.4 years at 60 minute intervals.

o The Meter shall automatically synchronize its internal clock via the Ethernet network.

o The Meter shall include a web server and provide real-time data and meter status in a

form accessible by a standard web browser.

o The Meter shall support CTs (current transformers) with secondary of 5A, 80 mA, or

0.333 V.

o The Meter shall be suitable for mounting internal to an electrical switchboard or panel

board to facilitate accuracy of installation and reduce field wiring labour costs.

o Modular interface cables shall be provided for current inputs with each Meter.

o The Meter shall provide two (2) inputs capable of counting pulses from transducers or

other meters.

o The Meter shall have a sealable internal cover shall be provided to protect the meter

security switch.

o The Meter shall have a sealable outer cover to protect all wiring connections.

o The Meter shall be provided with PC based configuration software. The configuration

software shall be file based providing support for both online and offline configuration.

o The Meter shall be remotely configurable via an Ethernet network.

o The Meter shall include an on-board clock with battery backup.

o The Meter shall be certified to UL certified to IEC/EA/UL/CSA 61010-1 2nd Edition and

CSA-C22.2 No. 61010-1-04.

o The Meter shall be tested to ensure compliance with the limits for a Class B digital device,

pursuant to part 15 of the FCC Rules.

o The meter module shall be rated for an operating temperature range of -40°C to 70°C

and shall be suitable for indoor and enclosed outdoor use.

10.9 TVSS

o The main incoming switchboard (MSB) and distribution boards (DB) shall be equipped

with TVSS as defined in the IEEE standard 1100(1999).

o The TVSS shall be constructed of Metal Oxide Varistor (MOV) technology and internal

surge capacitors.

o The surge protective devices shall be sized per IEEE Std C62.41-1991 and IEEE Std

C62.45-1992.

o Surge protective devices used for three-phase, four-wire circuits shall be connected in all

combinations of line-to-line, line-to-neutral, line-to-ground, and neutral-to-ground. (L-L, L-

N, L-G, N-G)

o The TVSS shall have a UL listing and labelled 1449-2 suppressed voltage rating of 800V

peak.

Page 127: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 127

o The unit shall have a maximum continuous operating voltage (MCOV) rating of minimum

320VRMS.

o The Response time of TVSS shall be 0.5 nanoseconds.

o The TVSS shall provide up to 40dB for RFI & EMI noise attenuation.

o TVSS monitoring shall consist of indicator lamps and form C dry contacts. Monitoring of

all modes, including N-E is required.

o The TVSS warranty shall be 5 years minimum and cover all parts of the TVSS.

10.10 Capacitor Bank

Capacitor Bank General Description:

The bidder shall propose the two number of Capacitor bank.

Medium voltage capacitor units are used in MV capacitor banks to build power factor

correction systems, and/or harmonic filtering solutions.

Complete range includes 4 types of capacitors:

o Three-phase capacitor units,

o Single-phase capacitor units, with or without internal fuses,

o Double capacitors o Surge protection capacitors

This specification covers the requirements for individual capacitors rated up to 36kV, 50 Hz

or 60 Hz used indoors or outdoors.

Specifications referenced are based on the IEC standard.

Standards

Where applicable, the capacitor unit shall conform to the latest edition of the following

standards:

o IEC 60871-1, 2, and 4

o NEMA CP-1

Capacitors construction

Capacitor case assembling shall fully TIG welded.

The complete capacitor with bushings and mounted on his brackets has to be tested to

vibration according to IEC 60068-2-6 up to 4M3.

Capacitor bushings shall be porcelain type, certified according IEC 60137 and shall be either

crimped or TIG welded to the top of the case to provide a strong, hermetically sealed

system.

Capacitor bushing colour shall be light grey.

The capacitor case shall be painted grey RAL 7038. The capacitor has to be tested to salt

mist according to IEC 60068- 2-11 (with 5% NaCl for at least 672 hours) and to sulphurous

atmosphere according (0,067% SO2 for at least 30 days).

A portion of the bottom of the mounting bracket shall be left unpainted to allow proper

grounding of unit to the capacitor bank.

Page 128: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 128

The bushing terminal(s) shall be M16x2.0, nickel plated brass and be equipped with a

clamp-type terminal connector to accommodate copper or aluminium conductors.

The nameplate shall be located on the narrow side of the capacitor and contain the following

information:

o Name of manufacturer

o Unique serial number including year of manufacture

o Measured capacitance

o Rated RMS voltage

o Reactive power

o Temperature class

o Rated frequency

o Rated BIL

o Indication of internal fuses or not

o Statement that the capacitor contains an internal discharge device

o Connection type

o Reference standard

o Pollution level to IEC

o Weight o Impregnant type

In addition, the capacitor shall be identified as containing no PCB’s.

Internal construction and industrial process

Capacitor units shall be of the "all-film" design using 2 or 3 sheets of Hazy Polypropylene

Film as the solid dielectric material. Electrodes shall be made of folded aluminium foils.

In order to increase the service continuity and improve reliability of the capacitor bank,

"internal fuse" technology, as far as technically possible, have to be used for single-phase or

double capacitor units.

Each capacitor shall be provided with a discharge resistor assembly to reduce the residual

voltage to 75 volts or less within 10 minutes after the capacitor is disconnected from rated

voltage.

The capacitor active parts shall be assembled in a clean and controlled atmosphere (dust,

humidity, temperature) manufacturing line according to ISO 14644-1 Class level 8.

The capacitor unit shall be filled under vacuum to insure full impregnation and improved

performance.

Insulating fluid shall be a non-PCB oil.

Capacitor and his process should be environmentally safe.

The capacitor has to be compliant with ROHS directive and REACH declared

Electrical characteristics

Capacitors shall be rated for line-to-line voltage in the event they are applied on

ungrounded or poorly grounded systems.

Capacitor units shall be capable of continuous operation over an ambient range of -40 to

+55°C provided that the following limitations are not exceeded:

o 130% of rated voltage RMS, including harmonics for 1minute

o 130% of rated current RMS, permanently, including fundamental and harmonic currents o Transient current up to 100x rated current

Page 129: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 129

Capacitor units shall be capable of meeting the permissible overload operating conditions as

specified in the applicable Standards.

Tests

The capacitors shall be of design and construction which have been validated by the type

tests specified in the applicable Standards and completed by additional tests:

Certificates have to be provided in order to ensure compliance with standards and

environment.

Routine tests:

Each capacitor shall be subjected to the routine tests as specified in the applicable standard.

Routine tests shall include:

o Test of internal discharge device

o Voltage test between terminals and container

o Capacitance measurement under nominal voltage

o Discharge test on internal fuses (for capacitor with internal fuses)

o Capacitance measurement under nominal voltage (for capacitor with internal fuses)

o Voltage test between terminals

o Capacitance measurement under nominal voltage

o Measurement of the tangent of the loss angle (tan (delta)) under nominal voltage

o Test of internal discharge device

Type tests

Type tests shall include:

According to IEC 60871-1 & 4

o Thermal stability test (see Clause 13).

o Measurement of the tangent of the loss angle (tan (delta)) of the capacitor at elevated

temperature (see Clause 14).

o AC voltage test between terminals and container (see Clause 15).

o Lightning impulse voltage test between terminals and container (see Clause 16).

o Short-circuit discharge test (see Clause 17).

o Test of an external fuse in combination with a capacitor (see Annex C).

o Disconnecting test on internal fuses (see 5.3 of IEC 60871-4)

o Overvoltage cycling test according to IEC 60871-2

o Ageing test according to IEC 60871-2:

Additional tests

o Salt mist according to IEC 60068- 2-11 (with 5% NaCl for at least 672 hours)

o Sulphurous atmosphere according (0,067% SO2 for at least 30 days)

o Vibration test according IEC 60068-2-6 up to 3M4 level

o Certificates have to be given to ensure compliance with standards and environment. Documentation

Each proposal shall include the following documentation for evaluation purposes:

o Description of capacitor units, including:

o Number of series sections

o Number of element per section

o Detailed electrical data including tan (delta)

o Outline drawings of capacitor units.

o Capacitor weight.

Page 130: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 130

o Letter of conformity with Type test list

o Product Environmental Profile

10.11 LT Cables

General Cable Specification:

o The cables will be used for connection of power, control and instrumentation circuits of

the auxiliary electrical systems.

o b) Cables are to be suitable for transmission of signals and measuring values, which

require protection against disturbances caused by stray fields.

o Cables will be generally laid in ladder type trays or, drawn through rigid steel conduits.

For interplant connection cables may be directly buried in ground.

o The insulation and sheath materials shall be resistant to oil, acid and alkali and shall be

tough enough to withstand mechanical stresses during handling.

o For continuous operation at specified rating, maximum conductor temperature shall be

limited to permissible value as per relevant standard and / or this specification.

o Armoured shall be single round wire of galvanized steel for multicore cables and

aluminium for single core cables

o Core identification for multicore cables shall be provided by colour coding.

o Multicore control cables shall generally have commissioning spare cores in accordance

with the following chart when used for control and indication, interlock and annunciation

purpose

Operating Condition:

All equipment and materials will be selected and rated for use at the following site

conditions.

Electric system

o System Voltage : 433 V +/- 10%

o Frequency : 50 Hz. +/- 3%

Environment

o Ground temperature: 40°C.

o Ambient air temperature: 45°C.

o Earth resistivity: 120°C. cm/w presumed

o Atmospheric conditions : Humid, salty and dusty

Scope:

o The scope shall cover supplying, testing, Inspection, Transport and loading of low voltage

power and control XLPE FRLS cables.

o This specification gives the general requirement of cables. However, it is the

responsibility of the vendor to take the joint measurement and obtain client’s approval

before the placement of orders to the main supplier / manufacturer.

Design Condition:

The following standards and rules shall be applicable:

o IS: 7098 Part I - XLPE Insulated electric cables (heavy duty).

o IS: 8130 - Aluminium conductors for insulated cables.

o IS: 8130 - 1984 Conductors for insulated electric cables and flexible cords.

Page 131: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 131

o IEC: 228 Conductors of Insulated Cables.

o IS: 10810 (Pt 58) Methods of test for cables : Part 58 Oxygen Index test

o IS: 10810 (Pt 61) Methods of test for cables : Part 61 Flame retardant test

o IS: 10810 (Pt 62) Methods of test for cables : Part 62 Flame retardant test for bunched

cables

o IEC: 502 Extruded solid dielectric-insulated power cables for rated voltage from 1 KV up

to 30 KV.

o IS:1885-(Part32) Electro Technical vocabulary - electric cables (1993)

o IS: 3961-(Part4) Recommended current ratings for Polyethylene insulated cables. (1968)

o IS: 3975-(1988) Mild steel wire, formed wires and tapes for armore of cables.

o IS: 5831-(1984) Specification for PVC insulation and sheath of electric cables.

o IS: 6474-(1984) Specification for Polyethylene insulation and sheath of electric cables.

o IS: 10418-(1982) Drums for electric cables.

o IS:10462(Part1) Fictitious calculation method for determination of dimensions of

Protective (1983) coverings of cables

o IEC:60540&60540A Test methods for insulation & sheaths of electric cables

o IEC:230 (1966) Impulse tests on cables and their accessories

o IEC:60332(3Parts) Tests on electric cables under fire conditions

o IEC: 811(5Parts) Test methods for insulating and sheathing materials of electric cables.

o ASTM:D2863 Standard method for test for flammability of plastics using oxygen index

Method

o IECAS-61-402 Thermoplastic insulated wire & cable for transmission & distribution of

NEMA-WC5 electrical energy

o IECAS-66-524 Cross linked thermosetting poly ethylene insulated wire & cable for NEMA-

WC5 transmission & distribution of electrical energy

o IEC: 287 Calculations of continuous current rating of cables 100% load factor).

o IS: 5831 – 1984 PVC insulation & sheath of electrical cables.

o Indian Electricity Act and Rules.

Measurements:

The cables will be measured in meters. The unit rate shall include packing, loading,

insurance, transportation, delivery to stores/site as per work order, testing of cables at their

works etc. of low voltage cable.

Material:

The low voltage cable shall be XLPE insulated. PVC outer sheathed, aluminium conductor,

armoured conforming to IS: 7098 Part I.

Type:

The cables shall be circular, single/multi core, annealed copper or aluminium conductor,

XLPE/ FRLS insulated and PVC outer sheathed, armoured.

General Description:

A) The LT power cable shall be designed, manufactured and tested in accordance with IS:

1554, IS: 8130, IS: 5831, IS: 3975. The cable shall be 1100 V grade, 85 Deg.C rating

heavy duty, and HR (Heat Resistant) PVC power cable.

Conductor: Stranded and compacted plain Aluminium of grade H2 and class 2 for all sizes.

Insulation: Extruded XLPE Compound conforming to type C.

The insulation shall be of cross linked polyethylene (XLPE) compound with anti-oxidant

stabilizers and shall conform to IS-7098, Part-1. (As applicable)

Page 132: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 132

Inner Sheath: Inner sheath is provided over the laid up cores. It is provided to give

circular shape to the cable and it provides bedding for the armouring.

PVC Compound conforming to type ST2 for three core cables. Single core cables shall have

no inner sheath.

Armour: Galvanized single round steel wire armour for three core cables. Non- magnetic

hard-drawn aluminium single round wire conforming to H4 grade for single core cable.

Armouring shall be one of the following: -

o galvanized round steel wire

o Galvanized steel strip

o Any metallic non-magnetic wire/strip.

o Where the cable diameter below armour does not exceed 13mm, the armour shall consist

of galvanized round steel wires. Where the diameter below armouring is greater than

13mm, the armour shall consist of either galvanized round steel wires or galvanized steel

strips.

o The joints in armour wires or strips shall be made by brazing or welding and any surface

irregularities shall be removed.

Overall Sheath: Extruded PVC compound conforming to ST2. Outer sheath shall be of an

extruded type layer of suitable PVC material compatible with the specified ambient temp. 50

deg. C and operating temperature of cables. The sheath shall be resistant to water,

ultraviolet radiation, fungus, termite and rodent attacks. The colour of outer sheath shall be

black. Sequential length marking required at every 1.0 mtr. Interval on outer sheath.

The LT control cable shall be designed, manufactured and tested in accordance with IS:

1554, IS: 8130, IS: 5831, IS: 3975. The cable shall be 1100 V grade, 70 Deg.C rating

ordinary PVC control cable.

Conductor: Stranded, non-compacted and circular, class 2 high conductivity untinned

annealed copper.

Insulation: Extruded XLPE Compound conforming to type A

Inner Sheath: PVC Compound conforming to type ST1 for three core cables. Single core

cables shall have no inner sheath.

Armour: Galvanized single round steel wire armour for three core cables. Non-magnetic

hard drawn aluminium single round wire conforming to H4 grade for single core cable.

In case of armoured cables, generally galvanized steel wire / strip armouring is provided

over the inner sheath in multicore cables and Aluminium Round Wire or Aluminium Strip

over the insulation in single core cables. It provides mechanical protection to inside cores

and it carries earth return current in case of a short circuit of a core with armour.

As per I.S. 1554 (Part I) 1988, round wire armouring is provided in cable, where calculated

diameter under armour is up to 13 mm. Above this the armouring is either with round wire

or strip of size 4 mm x 0.80 mm. As strip construction is economical, the manufacturers

always provide steel strip armouring unless wire armouring is specially specified.

Core Identification:

Cores of cable shall be identified by colour coding of PVC insulation by adopting the

following scheme.

o 1 core : Red, black, yellow, blue or natural

o Two core : Red and Black

Page 133: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 133

o Three core : Red, Yellow and Blue

o Three & Half core : Red, Yellow, Blue and Black

o Four core : Red, Yellow, Blue and Black

o Single core : Green, Yellow for earthing

Black shall always be used for neutral. The core identification shall be done by printing

numbers or by providing coloured strips all along cores. The insulation of cores shall be of

the same colour and numbered sequentially. The numbers shall be printed in Hindu-Arabic

numerals on the outer surface of cores. The numbers shall be repeated at regular intervals

along the core and the spacing between consecutive numbers shall not exceed 50mm.

Assembly:

Two, three or four insulated conductors shall be laid up, filled with non-hygroscopic material

and covered with an additional layer of thermoplastic material.

General Requirement:

o All cables shall be adequately protected against any risk of mechanical damage to which

they may be liable in normal conditions of handling during transportation, loading, etc.

o The cable shall be supplied in single length i.e. without any intermediate joint or cut

unless specifically approved by the client.

o The cable ends shall be suitably sealed against entry of moisture, dust, water etc. with

cable compound as per standard practice.

Inspection & Testing:

o Inspection and testing shall be carried out in accordance with relevant standards. Routine

tests shall be witnessed by HPCL approved Third Party Inspection Agency like BV/ EIL/ IRS/

DNV/ TUV. Test certificates for type test shall be furnished. Vendor shall quote unit rate for

witnessing such type test by TPI Agency.

o Vendor shall submit blank formats where in the test results/readings are to be entered.

This format shall give minimum acceptable value as per the relevant standards.

o The inspector shall have free access to the manufacturer’s works for the purpose of

inspecting the process of manufacture in all stages and he will have the power to reject any

material which appears to him to be of unsuitable description or of unsatisfactory quality.

The vendor shall give at least 2 weeks prior notice to the purchaser, regarding the date of

testing to enable him or his representative to witness the tests.

A) Finished Cable tests at manufacturer’s work:

All routine tests, acceptance tests, type tests & additional type tests for improved fire

performance shall be carried out as listed in IS-7098 (Part-1).

The finished cables shall be tested at manufacturer’s works. Following routine tests for each

and every length of cable and copy of test results shall be furnished for each length of cable

along with supply. If specified, the cables shall be tested in presence of client’s

representative.

Voltage Test:

Each core of cable shall be tested at room temperature at 2.5 KV A.C. for duration as

specified in relevant IS.

Conductor Resistance Test:

Page 134: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 134

The D.C. Resistance of each conductor shall be measured at room temperature and the

results shall be corrected to 20° c. to check the compliance with the values specified in IS

8130 - 1976.

The test for resistance to ultraviolet radiation:

This test shall be carried out as per DIN 53387 or ASTM-G-53 on outer sheath. The

retention value of tensile strength & ultimate elongation value after the test shall be

minimum 60% of the tensile strength and elongation value before the test. The test

certificates with respect to this test (not older than 1 year) from recognized testing

laboratory to be furnished for review by PMC before dispatch clearance of cables. In case

test certificates are not available, test is to be conducted by vendor at his own cost in any

recognized test laboratory or in-house testing laboratory, before dispatch clearance of

cables. Sampling for this test is to be carried out one for each order, provided the outer

sheath remains the same.

Acceptance tests as per IS-1554 Part-1 and IS-7098 Part-1 and the following special tests

to be performed on the cables as per the sampling plan. This tests are to be witnessed by

PMC/ Owner before the dispatch of cables: a) Accelerated Water absorption test for

insulation as per NEMA – WC-5 (For PVC insulated cables) and as per NEMA WC-7 (For XLPE

insulated cables). Test certificates with respect to this test (not older than one year) from

recognized testing laboratory to be furnished for review by PMC before dispatch, clearance

of cables. In case test certificates are not available, test is to be conducted by vendor at his

own cost in any recognized test laboratory or in house testing laboratory, before dispatch

clearance of cables. Sampling for this test is to carry out one for each order.

1. Dielectric Retention test:

The dielectric strength of the cable insulation tested in accordance with NEMA WC-5 at 75 ±

1o C shall not be less than 50% original dielectric strength. Test certificates with respect to

this test (not older than one year) from recognized testing laboratory to be furnished for

review by PMC before dispatch, clearance of cables. In case test certificates are not

available, test is to be conducted by vendor at his own cost in any recognized test

laboratory or in-house testing laboratory, before dispatch clearance of cables. Sampling for

this test is too carried out one for each order.

2. Oxygen Index Test:

The test shall be carried out as per ASTM D2863 or applicable Indian Standard

specifications. Sampling to be done for every offered lot / size as per sampling plan.

3. Flammability Test:

o The test shall be carried out on finished cable as per IS-10810 (part 61 & 62). Sampling

for this test is to be carried out one for each order, provided the outer sheath remains the

same. The acceptance criteria for tests conducted shall be as under:

o The cable meets the specifications if there is no visible damage on the test specimen

within 300 mm from its upper end.

o The maximum extent of charred portion measured on the test sample should not have

reached a height exceeding 2.5m above the bottom edge of the burner at the front of the

ladder.

o Test for rodent & termite repulsion property: The vendor shall furnish details to analyse

the property by chemical method. Sampling to be done for every offered lot / size as per

the sampling plan.

Cable Test Before and after laying of cables at site:

o Insulation Resistance test between phases and phase to Neutral and phase to earth.

Page 135: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 135

o Continuity test of all the phases, neutral and earth continuity conductor.

o Sheathing continuity test.

o Earth resistance test of all the phases and neutral.

All tests shall be carried out in accordance with relevant Indian Standard Code of practice

and Indian Electricity Rules. The Vendor shall provide necessary instruments, equipment’s

and labour for conducting the above test and shall bear all expenses in connection with such

tests.

Test Reports:

The report from third party inspecting agency shall be submitted to HPCL for along with the

material. No material will be accepted without third party inspection clearance report.

Test Certificate:

Test reports shall be completed with all details and shall also contain IS specified limit

values, wherever applicable, to facilitate review.

Cable Marking:

EMBOSSING ON OUTER SHEATH:

The outer sheath shall be legibly embossed with following legend throughout the length.

o Manufactures’ name or Trademark

o Voltage Grade

o Size: …. C x ----- mm ²

o Year of Manufacture

o Type of Insulation

o Type of outer sheath

o ISI mark

o Owner’s identification

Cable Laying:

The cables shall be laid in trenches, trays, racks or conduits/pipes. No cable shall be directly

buried in the ground. The cables of different voltage grade shall be laid in different trays.

Power & control cables shall be laid in different trays.

Sealing, Drumming & Packing:

o After tests at the manufacturer’s works, both ends of the cable shall be sealed by means

of nonhygroscopic sealing material to prevent the ingress of moisture during transportation

and storage. Also, PVC /Rubber end caps shall be supplied free of cost for each drum with a

minimum of eight per thousand meter length.

o Cable shall be supplied in length of 500 ± 5% meters, packed non-returnable drums of

sufficiently sturdy construction. The vendor shall indicate in the offer, the maximum length

of cable, which can be accommodated on one drum. The actual length supplied on each

drum shall be within tolerance limit of +5%. The drum length shall be as per the cable

quantity list.

o Cables of length more than 250 meters shall also be supplied on non-returnable drums.

The wood used for construction of the drum shall be properly seasoned, free from defects

and wooden preservatives shall be applied to the entire drum. All ferrous parts shall be

treated with a suitable rust preventive finish or coating to avoid rusting during transit or

storage.

o The spindle hole shall be 110 mm minimum diameter.

o Each drum shall bear on the outside flange, legibly and indelibly in the English literature,

a distinguishing number, the manufacturer’s name and particulars of the cable i.e. voltage

grade, length, conductor size, cable type, insulation type and gross weight shall also be

Page 136: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 136

clearly visible. The direction for rolling shall be indicated by an arrow. The drum flange shall

also be marked with manufacturer’s name and year of manufacturing etc.

The following information shall be stencilled on each drum,

o Name of manufacturer, brand name or trademark.

o Nominal cross sectional area of conductor

o Number of cores.

o Type of cable and voltage grade.

o Cable code

o Length of cable on the drum.

o Number of lengths on drum (if more than one).

o Drum number.

o Direction of rotation of drum (by means of an arrow).

o (j) Reference standard

o (k) Approx. gross weight.

o (l) Job number.

o (m) Country of manufacture

o (n) Year of manufacture.

A tolerance of +/- 3% shall be permissible for each drum. However, overall tolerance for

each size of cable shall be limited to +/ - 2%. Offer with short / non-standard lengths are

liable for rejection. If nonstandard drum lengths are specified in the data sheet, then same

shall be supplied.

Transpiration & Delivery:

The cable shall be supplied in the actual length as per Site requirement.

The cable shall be dispatched at client’s stores or at site as per detailed instructions given

by client at later stage.

The cable shall be loaded from the main vendor’s store and properly stacked as per

instruction of client’s local representative.

10.12 Power Cable Tray

o All cables trays shall be of minimum 2-mm thick MS sheet should have undergone

rigorous rust proofing process, which should comprise of alkaline, degreasing, rescaling in

diluted sulphuric

o Acid and a recognized phosphating process. The sheet work shall be then given two coats

of final painting. Cable shall be either painted (Stove enamelled) or hot dig galvanized as

called for in the schedule of quantities.

o Cable trays shall be complete with bends, joints, coupler plates and accessories as may

be required for jointing the cable tray.

o Cable tray shall be either perforated or ladder type as called for in the schedule of

quantities.

Perforated Cable Trays:

Standard dimensions of perforated cable trays shall be as follows:

Page 137: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 137

o Width: 100mm to 1200mm

o Length: 2500 mm

o Thickness : 2mm up to 750mm width and 3mm from 900mm to 200mm

o Collar height: 100mm

o Cable tray: 2mm up to 750mm & 3mm above 750mm cover

Ladder Tyre cable Trays:

Standard dimensions of ladder type cable trays shall be as follow:

Size of Tray size of main channel size of Rung/Spacing between Rungs:

900mm to 1200mm 25 x 100 x 25 x 3cm 20 x 50 x20 x2 @ 200 / C

Up to 750mm 25 x 75 x 25 x 2mm 20 x 50 x20 x2 @ 200 / C

Sizes of angle for cable tray supports shall be minimum 40 x 40 x 5mm up to 600mm & 50

x 50 x 5mm minimum as specified in the drawing / schedule of quantities for sizes above

600mm. Hangers shall be minimum 10mm die steel round bars as specified in the drawings

/ schedule of quantities. Contractor shall carry out 2 coats of primer and two coats synthetic

enamel on all steel structures. Fixing arrangement shall be as approved by the Consultant.

Hardware to be used in cable tray system shall be galvanized or zinc passivated. The testing

on galvanized material if required shall be carried out as per IS: 2633, amended to date.

10.13 Floor PDU

Power Distribution Unit:

Scope:

Provide design and engineering, labour, material, equipment, related services, and

supervision required, including, but not limited to, manufacturing, fabrication, erection, and

installation for a power distribution unit (PDU

Section Includes:

The work specified in this Section includes, but shall not be limited to, requirements for a

complete modular power distribution system for powering IT loads.

o This specification describes the operation and functionality of a continuous duty, three-

phase Modular Power Distribution Unit for Data Centre and Infrastructure Equipment Room

installation, hereafter referred to as the PDU.

o The PDU shall provide a mechanical means of complete isolation of the input source from

the critical output distribution.

o The PDU shall contain the appropriate modular distribution panel within a Rack enclosure

suitable for installation in a data centre environment. The distribution panel shall be

intrinsically finger safe, and shall be suitable for the installation of single or three phase

modular circuit breaker assemblies without the need for hand tools.

o Each [208V] [400V] PDU shall be comprised of trained-personnel hot-swappable circuit

breakers which shall require no tools to install.

o The PDU and associated equipment shall operate in conjunction with a primary power

supply to provide quality uninterrupted power for mission critical, electronic equipment load.

o All programming and miscellaneous components for a fully operational system as described

in this Section shall be available as part of the PDU.

General: The publications listed below form a part of this Specification to the extent

referenced. The publications are referred to in the text by the basic designation only. The

Page 138: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 138

edition/revision of the referenced publications shall be the latest date as of the date of the

Contract Documents, unless otherwise specified.

Electronic Industries Association (EIA):

o EIA 310, "Racks, Panels, and Associated Equipment" (copyrighted by EIA, ANSI

approved).

Institute of Electrical and Electronics Engineers (IEEE):

o IEEE 519-1992 Standard Practices and Requirements for Harmonic Control in Electrical

Power Systems.

International Organization for Standardization (ISO):

o ISO 9001, "Quality Management Systems - Requirements."

o ISO 14001, “Environmental Management Systems - Requirements with Guidance for Use.”

Underwriters Laboratories, Inc. (UL):

o UL 60950, “Standard for Information Technology Equipment.”

o ULc CSA 60950-1

o Where applicable, the PDU shall also be designed in accordance with publications from the

following organizations and committees:

o NFPA- National Fire Protection Associations

o OSHA - Occupational Safety and Health Administration

SYSTEM DESCRIPTION

Design Requirements

o The PDU shall be sized according to site requirement

System Characteristics

Input:

The system input shall be configurable as single mains derived from a three phase wye

source. Standard cable entry shall be through the top. Bottom cable entry shall also be

facilitated.]

AC Nominal Input Voltage:

3-phase, 400A, 3-Wire+N+G, 50 Hz]

Phase, 3-Wire+N+G, 50Hz]

Output:

Nominal Output:

[208V 1-phase, 400A maximum, 3-Wire + N + G]

[400V 3-phase, 400A maximum, 3-wire + N + G]

Submittals

Product Data:

Submit product data showing material proposed. Submit sufficient information to determine

compliance with the Drawings and Specifications. Product data shall include, but shall not be

limited to, the following:

o As bid system bill of materials.

o Product catalog sheets or equipment brochures.

o Product guide specifications.

Shop Drawings:

Submit shop drawings for each product and accessory required. Include information not fully

detailed in manufacturer’s standard product data, including, but not limited to, the following:

o Installation information, including, but not limited to, weights and dimensions.

Page 139: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 139

o Information about terminal locations for power and control connections.

o Drawings for requested optional accessories.

Wiring Diagrams:

Submit wiring diagrams detailing power systems, clearly differentiating between

manufacturer-installed wiring and field-installed wiring, and between components provided by

the manufacturer and those provided by others.

o Submit system single-line diagram.

Operation and Maintenance Data:

Submit operation and maintenance data to include in operation and maintenance manuals

including, but not limited to, safe and correct operation of UPS functions.

o Submit an installation manual, which shall include, but shall not be limited to, instructions

for storage, handling, examination, preparation, installation, and start-up of UPS.

o Submit an operation and maintenance manual, which shall include, but shall not be

limited to, operating instructions.

Quality Assurance:

Qualifications:

Manufacturer Qualifications:

Manufacturer shall be a firm engaged in the manufacture of modular PDUs of types and sizes

required, and whose products have been in satisfactory use in similar service for a minimum

of 20 years.

o The manufacturer shall be ISO 9001 certified and shall be designed to internationally

accepted standards.

Regulatory Requirements:

Comply with applicable requirements of the laws, codes, ordinances, and regulations of

Federal, State, and local authorities having jurisdiction. Obtain necessary approvals from

such authorities.

o Work shall also be designed in accordance with the following:

o NFPA 70

o Where applicable, the UPS shall also be designed in accordance with publications from the

following organizations and committees:

o National Fire Protection Association (NFPA).

o National Electrical Manufacturers Association (NEMA).

o Occupational Safety and Health Administration (OSHA).

o Institute of Electrical and Electronics Engineers, Inc. (IEEE); ANSI/IEEE 519.

o ISO 9001

o ISO 14001

o FCC

Delivery, Storage and handling:

o Deliver materials to the Project site in supplier’s or manufacturer’s original wrappings and

containers, labelled with supplier’s or manufacturer’s name, material or product brand name,

and lot number, if any.

o The customer shall store materials in their original, undamaged packages and containers,

inside a well-ventilated area protected from weather, moisture, soiling, extreme

temperatures, and humidity.

PROJECT CONDITIONS

Environmental Requirements: Do not install PDUs until space is enclosed and

weatherproof, wet work in space is completed and nominally dry, work above ceilings is

Page 140: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 140

complete, and ambient temperature and humidity conditions are and will be continuously

maintained at values near those indicated for final occupancy.

Environmental:

o Storage Ambient Temperature : 0 to +45°C

o Operating Ambient Temperature : 0 to 30°C (0 to 40°C de-rated)

o Relative Humidity : 0 percent to 95 percent, non-condensing.

o Altitude : 0 – 10,000 m

Warranty:

Special Warranty:

The Contractor shall warrant the work of this Section to be in accordance with the Contract

Documents and free from faults and defects in materials and workmanship for period

indicated below. This special warranty shall extend the one year period of limitations

contained in the General Conditions. The special warranty shall be countersigned by the

Installer and the manufacturer.

Power Distribution Unit: The UPS shall be covered by a full parts and labour warranty from

the manufacturer for a period of 12 months from date of installation or acceptance by the

Owner or 18 months from date of shipment from the manufacturer, whichever occurs first.

Additional Owner Rights:

The warranty shall not deprive the Owner of other rights the Owner may have under other

provisions of the Contract Documents and shall be in addition to and run concurrent with

other warranties made by the Contractor under requirements of the Contract Documents.

Maintenance:

A complete offering of preventative and full service maintenance contracts for the Power

Distribution Unit shall be available from the manufacturer. Contract work shall be performed

by factory trained service personnel.

Design requirement:

As a minimum, the PDU shall contain the following features and accessories:

Input voltage: The PDU shall be available for a 400V/230V

Distribution Board: Also included in the PDU shall be one 72 pole distribution board

connected to the output bus of the PDU to serve as critical load distribution.

Enclosure with locking mechanism: The PDU shall also have a full-length hinged front

door, with locking mechanism, to allow access to the panel board circuits. There shall also

be a hinged rear door to allow access to the back of the unit.

Testing and quality assurance: All circuit breakers shall be 100% factory tested to

ensure the highest quality for the PDU. In addition the PDU shall be tested with 100% load

and all panel circuit breakers shall be 100% tested. The PDU shall also be Hipot tested per

UL 60950-1 guidelines.

Display and Controls:

Display unit:

For purposes of providing local annunciation of status and alarm messages, the PDU shall

have a microprocessor-controlled display unit located on a hinged door in front of the

Page 141: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 141

system. The display shall consist of an alphanumeric display with pushbutton switches,

allowing retrieval of active alarms, system level programming, and event history of the PDU.

Metered Data:

The following data shall be available on the alphanumeric display:

o Year, month, day, hour, minute, second of occurring events

o Output voltage by phase

o Power distribution module status and manufacturing information

o Current and power used by the load

o Load as a percentage of capacity

o Total energy usage

o Volt meter

o Circuit configuration, including individual load configuration and global alarm

configuration

o Alarms

o Log

o Network configuration

o Help files

Event log: The display unit shall allow trained personnel to display a time and date

stamped log.

Alarms: The display unit shall allow the Owner to display a log of active alarms. The

following minimum set of alarm conditions shall be available:

o High Module Current

o High Sub feed Current

o Low Module Current

o Low Sub feed Current

o Maximum Module Current

o Maximum Sub feed Current

o Minimum Module Current

o Minimum Sub feed Current

o Modular Distribution Communication

o Module Breaker Open

o Sub feed Breaker Open

Controls: The following controls or programming functions shall be accomplished by the

use of the display unit. Push-button membrane switches shall facilitate these operations:

o Silence audible alarm.

o Display or set the date and time.

o Adjust set points for different alarms.

Floor Grouting of PDU:

To meet the requirements of NFPA 70 110.13, floor anchor brackets shall be available to

solidly connect the PDU to minimize unintended moving of the equipment.

Remote Monitoring:

The following methods of remote PDU monitoring shall be available:

o Web Monitoring: Remote monitoring shall be available via a web browser such as

Internet Explorer.

o RS232 Monitoring: Remote PDU monitoring shall be possible via RS232 serial port

connection.

o Simple Network Management Protocol (SNMP): Remote PDU Monitoring shall be possible

through a standard MIB II compliant platform.

Page 142: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 142

Execution:

Examination:

Verification of Conditions:

Examine areas and conditions under which the work is to be installed, and notify the

Contractor in writing, with a copy to the Owner and the Architect/Engineer, of any conditions

detrimental to the proper and timely completion of the work. Do not proceed with the work

until unsatisfactory conditions have been corrected.

Beginning of the work shall indicate acceptance of the areas and conditions as satisfactory by

the Installer.

Installation:

General: Preparation and installation shall be in accordance with reviewed product data,

final shop drawings, manufacturer’s written recommendations, and as indicated on the

Drawings.

Factory-Assisted Start-Up: Factory trained service personnel shall perform the following

inspections, test procedures, and on-site training:

Visual Inspection:

a. Inspect equipment for signs of damage.

b. Verify installation per manufacturer’s instructions.

c. Inspect cabinets for foreign objects.

Mechanical Inspection:

d. Check all internal control wiring connections.

e. Check all internal power wiring connections.

f. Check all terminal screws, nuts, and/or spade lugs for tightness.

Electrical Inspection:

g. Verify correct input voltage.

h. Verify correct phase rotation of all mains connections.

i. Verify correct control wiring and terminations.

j. Verify neutral and ground conductors are properly landed.

Site Testing:

k. Ensure proper system start-up.

l. Verify proper firmware control functions.

m. Verify system set points.

n. Document, sign, and date all test results.

On-Site Operational Training: During the factory assisted start-up, operational training

for site personnel shall include keypad operation, LED indicator definitions, start-up and

shutdown procedures, AC disconnect operation, and alarm information.

Field quality Control:

Manufacturer and service:

o Worldwide service: The PDU manufacturer shall have a worldwide service organization

available, consisting of factory trained field service personnel to perform start-up,

preventative maintenance, and service of the PDU system and power equipment. Standard

offering is Next Business Day under the original one-year warranty. The service organization

Page 143: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 143

shall offer 24 hours a day, 7 days a week, 365 days a year, 4-hour response time service

support.

o Replacement parts: Parts shall be available through the worldwide service organization

24 hours a day, 7 days a week, and 365 days a year. The worldwide service organization

shall be capable of shipping parts within 4 working hours or on the next available flight, so

that the parts may be delivered to the customer site within 24 hours.

Demonstration:

Provide the services of a factory-authorized service representative of the manufacturer to

provide start-up service and to demonstrate and train the Owner’s personnel at time of start-

up.

o Test and adjust controls and safeties. Replace damaged or malfunctioning controls and

equipment.

o Train the Owner’s maintenance personnel on procedures and schedules related to

start-up and shutdown, troubleshooting, servicing, and preventive maintenance.

o Review data in operation and maintenance manuals with the Owner’s personnel.

10.14 Grounding System

The purpose of this specification is to provide reliable electrical grounding to equipment. The

contractor should propose the number of earth pit as per standard.

The bidder shall consider the following earth pit minimum,

1. Transformer body earth

2. Transformer neutral earth

3. UPS Body earth

4. UPS neutral earth

5. DG body earth

6. DG neutral earth

7. Panel Body earth

8. Tray earth

9. Rack earth

10. Raised floor earth etc.…

Scope:

This specification of eco-friendly and Maintenance Free Earth describes in detail the

components to be used and the procedure for constructing the earth system. The main

purpose of using this new technology is to maintain an acceptable earth resistance value

over the years without any maintenance and without contaminating the Ground water

resources. The offered materials shall strictly conform to the following specification.

Components:

The Maintenance Free Earth system shall consist of a) Earth electrodes b) Highly conductive

and eco-friendly backfill compound, c) Earth termination clamps to facilitate connections to

the equipment.

Earth Electrode:

The Earth electrode shall confirm to the following specifications:

o The electrode shall be a solid steel rod made of high tensile low carbon steel and coated

with molecularly bonded copper on the outside as per UL 467.

o The thickness of the copper coating shall be at least 250 microns

o The electrode diameter shall be 14.2/17.2 mm

o The earth electrode shall carry UL marking and manufacturer’s name

Page 144: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 144

o The length of the electrode shall be either 1.22/2 / 3 mtrs based on the soil conditions.

Highly conductive and Eco friendly backfill material:

The backfill material shall be highly conductive and should be certified as non-polluting and

safe for use near potable ground water systems. The backfill Material shall be carbon based

and of low resistance, non-corrosive, highly conductive carbon based powdered material

that improves grounding effectiveness, especially in areas of high soil resistivity such as

rocky and sandy areas. This material shall be suitable to be installed in either slurry or dry

form. The backfill material shall confirm to the following specifications:

o Shall be highly electrically conductive and non-soluble.

o Shall not leach into ground.

o Shall have a resistivity of less than 0.1 ohm meter as per clause 14.5 (d) of IEEE 80

o Shall be compatible with all copper grounding systems

o Shall contain a corrosion inhibitor to mitigate corrosion of copper

o Shall not contain hazardous chemicals

o Shall be certified to ANSI / NSF standard 60 as safe for use near potable ground water

resources (OR) Chemical analysis report from external NABL approved LAB for toxic contents.

o Shall not be affected by drought and shall be stable between -10˚ to +50˚ C temperature.

o Shall not depend on continuous presence of moisture for conductivity.

o Shall be suitable for any kind of soil

o Suitable quantity of this backfill compound shall be used per earth pit.

Earth termination clamp:

The earth termination clamp shall be made of GI and shall be suitable for terminating 25 x 3

mm GI flat strips. Care should be taken to tighten all bolts and nuts to ensure a proper

connection.

Installation of Earth system:

The earth electrode shall be installed in a bore made by auguring 3 or 4 inches hole up to

the required depth. Where ever auguring is not feasible, pit shall be made and suitable size

of PVC pipe shall be used to fix the electrode. At the centre of the hole the electrode shall

be driven and around the electrode the highly conductive and eco-friendly backfill material

shall be filled. The highly conductive and eco-friendly backfill material can be poured in

either dry or slurry form. The PVC pipe shall be removed simultaneously as the backfill

compound is poured.

Earth Resistance:

The effective earth resistance of the above earth system after interconnection shall be less

than two ohms.

It should accord with local Bhubaneswar electricity board standard.

10.15 Lighting

o The data centre & other rooms lighting must be well designed and distributed to insure

good & clear view for the whole data centre premises and which accordingly gives the best image to the cameras distributed through the room.

Page 145: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 145

o The bidder shall propose the LED light fitting with suitable motion detector system.

o The data centre & other rooms must have two levels of clearly marked, easily actuated

switching so the lighting level can be easily changed between normal, circulation space

lighting and a higher power detail work lighting level.

o Emergency & exit lights are required in the Data centre & IT operation room.

o Lighting shall be a minimum for 500 lux in the horizontal plane and 200 lux in the vertical

plane measured 100 cm above the finished floor in the middle of all aisles between cabinets.

o Lights operation must be via two options (Motion sensor & Physical switch)

o IT Operation room & IT office lighting shall be fed via Utility DB from the data centre electrical room.

o Emergency lighting and exit signs shall be properly placed per local standard such that an

absence of primary lighting will not hamper emergency exit.

o The proposed solution must be LED light fitting. The contractor should give minimum 5

years of warranty. In case any failure happen during warranty period the contractor has to

replace the light fitting at free of cost.

10.16 Conduits, Wiring, Switches and Accessories

PVC Conduit:

These shall be hot extruded pipes made from virgin FRLS PVC. The pipes shall be

plasticized, rigid, and free from filler material and stabilized against decay by ultra violet

radiation. The pipe must afford the facility of cold bending at site. The conduit shall have a

proper circular section and consistent wall thickness. All parameters shall conform to the

relevant IS code. The bends shall be made by the same manufacturer, due care having

been taken to ensure even wall thickness throughout. The bends shall be properly and

concentrically belled for at least the same length as the pipe diameter and shall afford a

close tight fit of the pipe into it. The conduit system shall be so laid out so that it will

obviate the use of tees, elbows and sharp bends.

M.S. Steel Conduits:

These shall be mild steel with 16 Gauge wall thickness for all sizes, welded, electric thread

type class ‘B’ having perfectly circular tubing and light fitting joints. The conduit shall be

protected from just by one coat of black enamelled paint applied inside and outside in it’s

manufactured from. No steel conduit less than 19mm in diameter shall be used. Bends shall

be of 16-gauge wall thickness and as far as possible the conduit system shall be so laid out

that it will avoid the use of tees, elbows and sharp bends.

Ceiling Outlet Boxes:

Outlet boxes shall be of sufficient depth and made of Cast Iron and so installed as to

maintain continuity throughout. These shall be so protected at the time of laying that no

mortar finds its way inside during concrete filling or plastering. For each fluorescent fittings

two outlet boxes shall be provided one foot off centre for a four feet fitting and 6" off centre

for 2 feet fitting.

Draw Boxes:

M.S. Draw boxes/junction boxes of ample dimensions shall be provided at convenient points

on walls/ceiling to facilitate pulling of long runs of cables/ wires. They will be completely

concealed and covered with hylam covers flush with plasterwork. These boxes will be as few

Page 146: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 146

as possible. All the M.S. Boxes used for housing switches, plugs, drawing of wires etc. shall

have metal on all sides except in front.

Switch Boxes:

M.S. boxes of required sizes shall be provided to house the speed regulators, switches and

sockets.

Erection:

a) Conduits shall be laid in perfect fashion as instructed duly saddled and fastened to the

wall/ ceiling in a neat and proper manner in accordance with approved drawings. If required

to run in the wall or in the floor filling, the same must be carried out neatly and with proper

b) Workmanship so as to conceal the entire run of conduits and ceiling outlet boxes.

Wherever necessary, chases will be cut by the contractor to sufficient depth to allow full

thickness of plaster over conduits. Width of the chase will be made to accommodate the

required number of conduits. The chases will be filled with cement and mortar (1:3) and

properly cured by watering. If a chase is cut in an already finished surface the contractor

shall fill the chase and finish it to match existing finish within the tendered rates.

When the conduit is to be embedded in a concrete member it shall be adequately tied to the

reinforcement to prevent displacement during casting. Conduits in chaises or laid above the

slab, shall be held by hooks spaced at a maximum of 1500mm centre to centre.

When the conduit is laid above the slab the same shall be covered with cement concrete

mixture 1:3:6 using 1/4” thick stone aggregate and coarse sand.

When the conduit has to run on the surface, i.e., above false ceilings, it shall be fastened to

the Concrete slab using mechanical fasteners

Suitable expansion joints fittings shall be provided at all the points where the conduit

crosses any expansion joint in the building.

c) The conduit shall have ample sectional area to facilitate the drawing of cable. The

contractor should refer to the table given below for the laying of wires:

Nominal cross sectional

Area of conductor

Conduit size (PVC/M.S.) in mm

Sq. mm Inches 19/20 25/25 32/32 38/40 50/50

1.5 3/. 029 4 8 12 - -

2.5 3/ .036 3 6 10 - -

4.0 7/ .029 2 5 8 - -

6 7/ .036 - 4 7 - -

10 7/ .044 - 3 5 6 -

16 7/ .064 - 2 3 5 7

25.0 19/ .044 - - 2 3 6

35.0 19/ .064 - - - 2 5

a) In concealed/ surface system including providing and fixing of conduits, bends, junction

boxes, check nuts, PVC bushes etc.

b) Loop system will be adopted (only in the outlet boxes for neutral wire and in the switch

box for live wires) throughout including supplying and drawing of required sizes of wire

without damaging the same.

c) Each circuit will have independent neutral wire and will be complete up to outlet box and

switch box. The point will be complete with conduit including accessories and wires,

Page 147: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 147

necessary junction boxes, outlet boxes and switch boxes, connectors or ceiling roses,

switches, switch plates and flush plates including necessary earthling and connection etc.

The installation generally will be carried out in conformity with the Indian Electricity Act and

IS specification.

d) Wiring for light, fan, convenience plug point (6A) etc. Will be as above. The size of wire

shall not be less than 1.5 sqmm or as specified against each item.

e) The light plug points shall be complete with 3pin 6 A plug socket and switch enclosed in

an M.S. galvanised box with the controlling switch as required and the third pin shall be

earthed as specified with copper earth wire.

f) The fan point shall have a provision in the switch box for mounting the regulators, unless

directed otherwise.

g) Wiring for power plugs shall be as above. Each circuit shall have one or two plug points

as required and each point shall be earthed with a minimum size of 2.5 sq. mm copper

conductor flexible insulated wires. All such earth wires shall be of green colour. The point

shall be considered complete with circuit, 3 pins 16 A plug socket and switch mounted in a

galvanised M.S box with flush plates. Wiring for power plugs shall be as described in

Schedule of Quantities.

h) Separate and independent conduits will be used for each of the following systems:

o Lighting system.

o Power system.

o Telephone system.

o Computer system.

o Fire Detection system

o Music, Security and CCTV

The rate per point shall include all materials and labour required for completing the points

as mentioned above. Measurements will be in numbers of each kind of point.

Mains and Submains:

Mains and sub-mains shall consist of wires, cables and conduits, bends, junction boxes,

rubber bushes, check-nuts etc. As specified before. The sizes and capacities of conduits and

wires shall be as stated in the schedule of quantities and will commence from the main

switches to the various distribution boards. Wires shall be drawn in concealed or surface

conduits as required without being damaged. For this purpose draw boxes shall be located

at convenient but not in conspicuous places. Every main and sub main will run in an

independent conduit. Necessary provisions of wire lengths entering and emerging from the

conduit must be made for connections. Colour code for phase and neutral are to be followed

i.e. only RED, YELLOW, BLUE, BLACK and GREEN colour wires are to be used for the three

phase colours, neutral, and earth conductor respectively. Measurements will be taken of the

actual conduit run containing the wires from one switchgear to another. Per meter rate shall

include all materials, connections, labour etc. as specified above.

11 Cooling and Mechanical

11.1 Precision Air Conditioner Scope Of work:

Page 148: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 148

The Scope of Work covers the supply, installation, testing, commissioning and warranty of

Precision Air conditioner (herein referred to as “product”) and services provided for the

same.

The outdoor unit location has been decided to install at 6th floor hence the bidder shall

propose the PAC outdoor unit location at 6th floor (Terrace).

The bidder shall propose the scroll compressor technology for lower rating PAC machine

(below 5 TR PAC)

The bidder shall propose the PAC rating as per BOQ, if that particular rating is not available

with OEM the bidder shall propose the nearest rating without impacting the actual cooling

requirement and Uptime certification.

General Description:

The AC Units should have high sensible heat ratios, to match high sensible loads of

Computer/Server Rooms/ Switch room/UPS. A Microprocessor controlled Precision package

AC system with R-410a refrigerant/equivalent shall be suitable to take thermal and

air qty. inputs from the server and adjust its operation accordingly so as to

achieve highest levels of performance and efficiency.

The Precision AC Unit should be Variable Capacity type. The Indoor unit shall comprise of

Variable capacity Digital Scroll/Inverter /Tandem Scroll Compressor in independent or

Tandem circuit, corrosion resistant EC fans, Evaporator DX Cooling Coil with hydrophilic

coating, Microprocessor controllers, Expansion valves, Driers, G4 Filter, Suction and

Discharge piping, Internal power and Control wiring, Infrared/Electrode Humidifier, Heaters,

HP/LP cut-outs, Power and Control contactors, water leak detectors and Other Electrical

accessories.

The Air Cooled Precision Package Unit Shall be designed for following condition:

o Unit return / Supply air temperature :As per BoQ

o Ambient air design temperature :45 Deg C

o Cooling Capacity of Each Unit :As per BoQ

o Air Flow Direction :Bottom discharge-top return / As per BOQ

o Air inlet Temp & RH :Set point ± 1°C (DB) & Set point ± 5% (Return

Air)

o Air Quantity :Modulating as per server requirement (110

cfm/kW

o The Unit should be designed for High return application (35 deg C).

o Units should be able to provide 0.85 to 1 SHR at part load

o Units should be able to work for fixed supply air logic instead of return air control logic.

For Data Centre / Server room, Units should be also connected to cold aisle remote sensors

for taking the temperature feedback from the top of the racks at multiple places. This would

help to regulate the fan for required airflow in the cold aisles.

o The Units shall be designed for 68-69 DBA at 1.5 meter from the unit outlet quiet

operation with all moving parts mounted on anti-vibration mounting and carefully balanced

to ensure minimum vibration.

o If required, the unit shall be tested at site for performance rating before acceptance.

Performance test shall be a heat load test using heater supplied by the Precision unit

supplier.

o It’s mandatory to submit certified software selection output of the proposed unit. The

specific power consumption and other performance details shall be as mentioned in BOQ.

Construction Specification:

Page 149: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 149

Design Requirements

The environmental control system shall be Factory assembled unit. It shall be floor

mounted, optimized for maximum cooling capacity in a minimum footprint. It shall be

specifically designed for service from the front of the unit. The system shall be designed for

draw-through air arrangement to insure even air distribution to the entire face area of the

coil. The unit shall modulate cooling capacity and airflow based on requirements.

The unit shall be ready to allow the installation of shackles for top handling. Forklift handling

should be possible as well.

Quality Assurance

The specified system shall be factory end of line tested (functionality test) before shipment

and designed to meet required Indian standard requirements. The system shall be designed

and manufactured according to world-class quality standards. The manufacturer shall be

ISO 9001 certified.

Cabinet

o The cabinet is manufactured from galvanized steel sheet, externally painted with epoxy-

polyester paint.

o The unit construction shall be enabled to access all the main components of the machine

from the front for installation and routine servicing.

o The unit outside cabinet shall coated with epoxy‐polyester paint,

The panels should be double skinned lined on the inside with heat/fire and sound‐proofing

PU insulation of adequate thickness with Nitrile rubber lining or as per standard

o The frontal panel(s) are assembled on hinges to make the access easier; this can be

opened by the fast closing lock or as per standard

o The rear and side panels are screwed to the supports. The rear panel(s) are screwed

directly to the frame.

Cooling circuits

o One (Two) refrigeration circuit(s), (each) incorporating one (two) high efficiency, fully

hermetic Digital Scroll/Inverter Scroll compressor/s with crankcase heater, air-cooled

condenser, liquid receiver with outlet service valve, safety valve, filter drier, moisture

indicating sight glass, liquid line solenoid valve and an electronic expansion valve directly

controlled by the unit microprocessor to allow the highest energy saving.

o Each circuit is equipped with pre-set high pressure switch and low pressure transducer

for protection against high condensing and low evaporating temperatures. The low pressure

transducer is managed by microprocessor controller, whilst to avoid compressor cycling at

high discharge pressures, the high pressure switch is equipped with a manual reset.

o The inclined evaporator coil is manufactured from copper tubes, mechanically bonded to

hydrophilic painted aluminium fins, with a stainless steel condensate drain pan. The large

face area/low velocity coil allows precise control of temperature and humidity during cooling

and dehumidification, and is designed to optimize fluid velocity and minimize pressure drop.

o The evaporator shall be staged coil to allow a maximum efficiency on partial loads.

o The moisture indicating sight glass and liquid line solenoid valve for each circuit are

mounted visible from a service window, immediately accessible once open the frontal

door/s, to allow checking and adjustment while the unit is in operation.

Fan section

o The unit is fitted with one (two, three) direct-driven, high efficiency, single inlet, backward

curved, centrifugal ‘plug’ type innovating EC fan(s). The fan(s) have an impeller with curved

blades corrosion resistant.

Page 150: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 150

o The fan motors are Electronically Commutated, IP54, with internal protections, continuous

speed regulation via controller signal. The motor is three-phase with IP54 protection;

provided with internal thermal protection.

o The fan wheel is statically and dynamically balanced; the bearings are self-lubricating.

o Between the fans shall be installed an “S” shape separator design to eliminate turbulence

effects of one fan to the others; it shall be also designed to increase efficiency compared to

simple plate separator.

Humidifier

o The humidification system is provided by an electronic control humidifier. The

dehumidification function, which is supplied as standard when the humidifier option is

installed, acts by reducing the fan speed with consequent reduction of the air flow and at the

same time operating the variable capacity compressors at full capacity

o Humidification control may be of the proportional or of the on-off type, according to the

requirements of the installation: on/off is set as standard. Any amongst the following two

may be used for Humidification:

Infrared Humidifier

The unit is fitted with an infrared humidifier suitable for use with water of varying degrees of

hardness. The humidifier is complete with a water inlet valve, and a maximum water level

sensor; the humidifier includes 3 high-intensity quartz lamps shine on water creating

instantaneous moisture using almost any water quality. The cleanable stainless steel

humidifier pan is removable from front of the unit

Electrode Humidifier

o The unit is fitted with an electrode boiler humidifier suitable for use with water of varying

degrees of hardness, provided that the water is not treated or demineralized (Conductivity

range 125-1250 S/cm). The humidifier is complete with a water inlet valve, water outlet

pump and a maximum water level sensor.

o Steam from the cylinder is mixed with the discharge air from the evaporating coil by

means of a copper steam distributor.

o The unit controller monitors the condition of the steam cylinder, and generates an alarm

when the cylinder needs to be changed. Cylinder replacement is easy and quick.

o The humidifier is complete with a self-adapting flow control system, which monitors and

controls the electrical current passing through the cylinder. Output adjustment is from 30-

100% via the unit controller

Heating / reheating

o The heating resistors are of a rigid design for extended operational life and are normally

utilized to maintain room dry-bulb conditions during a system call for dehumidification.

Each stage of heaters is made of finned armoured stainless steel AISI 304 to maintain a low

surfaces power density. Ionization effects are eliminated owing to the low heater surface

temperature.

o Heating control is of the ON-OFF type. The heaters are phase balanced and are provided

with a manual reset safety thermostat to disable them in the event of a high temperature.

o The heating system also incorporates Miniature Circuit Breaker(s) which protect the

heater(s) from short circuits, should the harness be damaged accidentally.

Air filtration

Page 151: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 151

o The standard filtration grade is G4 (95% down to 5 microns). The filter pleated structure

gives high filtration efficiency, low pressure drop and permit to use the filter without

metallic or cardboard frame. They are easily accessed/replaced by opening the front panels.

o The unit is fitted with a filter differential pressure switch, connected to the

microprocessor controller to provide ‘Filter Clogged’ warning indication.

Remote Supply Air Sensor Logic

The unit shall be ready for containment Smart control. The unit should have the capability

to modulate airflow according to the airflow taken by the servers. The airflow of EC fan to

be modulated based on remote sensor input placed on the top of racks in cold aisle to

match exact air quantity required by server. The control shall be done in order to have

minimum differential pressure between inlet and outlet of the containment. The compressor

capacity shall be modulated according to the supply temperature in order to optimize server

inlet temperature. The system done by multiple units shall work with efficient cascade way,

trying to maximize energy efficiency always working where EC Fans are more effective.

Monitoring

The unit shall be supplied with suitable card for both SNMP & Modbus connectivity.

Electrical panel

The electrical panel, located at the front of the unit in a compartment isolated from the

airflow, contains the MCB’s, contactors, transformers, controller PCB, overload relays etc.

Compressor to be protected by suitable rated MPCB is must. All other high voltage system

component to be provided with an MCB over-current protective device. All high voltage

components are touch protected by means of a plastic cover. The electrical panel complies

with the

IEC norm en60204-1.

Electrical power supply is 400V (±10%) / 3Ph / 50Hz (±2Hz) +N +E and are fitted with a

mains isolator, mechanically interlocked with the electrical panel cover.

Microprocessor controller

Each Unit should be equipped with Individual Microprocessor along with Display Panel. The

below mentioned parameters is minimum requirement however the bidder shall propose the

microprocessor unit according to product OEM.

The Control System is microprocessor based, and it can be programmed to control the

function of every device within the unit via I/O.

The controller allows setting and monitoring of the following room parameters Air

Temperature

o Temperature set-point

o Temperature band

o Humidity

o Humidity set-point

o Humidity band

The parameters are indicated using symbols and text on a back-lit, Liquid Crystal Display.

Cooling and heating modes are also indicated on the LCD screen. Alarm conditions activate a

visual indicator.

The controller shall provide Unit to Unit Ethernet/Modbus connection to operate with

multiple units, run/stand-by rotation, automatic changeover and parameter sharing functions,

external communications through BMS, sequential auto restart timer, with adjustable time

delays to be applied to unit restart after a power loss.

Page 152: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 152

The following warnings / alarms are included:

o High temperature

o Low temperature

o High relative humidity

o Low relative humidity

o Humidifier failure

o Fan failure

o Electrical heater high temperature (When applicable)

o Sensor failure

o Controller errors

o Terminals are provided for remote start/stop control plus Volt-free ‘Common Alarm’ and

‘Unit Run’ indication for external integration.

o The display shall provide with track recorded of temperature and humidity with graphically

display on the screen.

o A buzzer provides audible indication of a ‘Warning’ or ‘Alarm’ condition

o Unit memory shall hold the 200 most recent alarms with time and date stamp for each

alarm

o Menu shall display accumulative component operating hours for major components

including compressors, fan motor, humidifier and reheat.

Safety interlocks:

Operation of heaters & humidifiers shall be possible only when blower fan is in operation.

Fire detection signal from fire detector system shall be able to switch off the package unit

operation in event of fire in conditioned space.

Refrigerant piping:

Each refrigerant circuit shall be suitable for operation on R410a and shall include the

following items:

a) Expansion valve with pressure equalization;

b) Liquid Receiver,

c) Removable liquid line drier / filter.

d) Liquid line sight glass with moisture indicator.

e) Hand shut off valves.

The Precision AC Unit should be designed based on site survey.

Electrical work

Each Precision AC unit should be provided with in-built electrical panel. Necessary 415 Volts

+/- 10%, 3 Phase, 4 Wire (With Neutral), 50 Hz +/- 5% Power shall be provided by

Customer at each unit’s electrical panel. Balance distribution of Power is in the Scope of

Bidder. All Electrical cabling should be of armoured Copper.

Unit to be supplied with factory supplied Dual power box along with unit to power the PAC

equipment from dual source.

Motorized Damper

The unit to be fitted with Suitable rated motorized damper along with actuator. The Cover of

damper should match to the colour of PAC unit.

Condenser (DX Air cooled version only)

The condenser should be with fan speed controller designed & set for usages of R410A

refrigerant. Condenser should be worked -20 deg C to 45 deg C ambient temperature. The

Page 153: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 153

condenser frame shall be made up of a sturdy aluminium / GI structure. The entire unit

shall be IP54 type of protection. The motorized fan shall be IP54, protection class F.

The bidder shall propose the fixed scroll compressor for low rating machine.

(Battery room, Network room, ISP room)

Bidder’s qualification criteria:

o Manufacturer should have experience in manufacturing & installation of Precision AC units

in India for last 10 (Ten) years;

o Manufacturer should have ISO 9001, ISO 14001 Certification;

o OEM/OEM’s Authorised service provider should have installation base in the respective

location for Precision AC Units and fully equipped Service centre (For Precision AC units) to

give prompt & efficient service;

o Software generated output of proposed unit is must

11.2 Row Based Cooling

Scope of Work:

The Scope of Work covers the supply, installation, testing, commissioning and warranty of

Precision Air conditioner (herein referred to as “product”) and services provided for the

same.

The outdoor unit location has not been decided yet, due to building structural issue hence

we request all bidder to submit the quote for both the location (6th floor and 2nf floor). By

the time of evaluation STPI will decide the outdoor unit location and respective price

General:

o The AC Units should have high sensible heat ratios, to match high sensible loads of

Computer/Server Rooms/ Switch room/UPS. A Microprocessor controlled Precision package

AC system with R-410a refrigerant/equivalent shall be suitable to take thermal and

air qty. inputs from the server and adjust its operation accordingly so as to

achieve highest levels of performance and efficiency.

o The Indoor unit shall comprise of Variable capacity Digital Scroll/Inverter /Tandem

Scroll Compressor, EC fans, Evaporator DX Cooling Coil with hydrophilic coating,

Microprocessor controllers, Thermostatic/Electronic Expansion valves, Driers, Filter, Suction

and Discharge piping, Internal power and Control wiring, Humidifier, Heaters, HP/LP Cut-

outs, Power and Control contactors, water leak detectors and Other Electrical accessories.

The Air Cooled precision Package Unit (Row based Cooling) shall be designed as

per following condition:

o Unit return air temperature : 37.0 Deg C / 24%RH

o Ambient air design temperature : 45 Deg C

o Net Sensible Cooling Capacity : 33kW Minimum

o Air Flow Direction : Horizontal-in front of the racks

o Air inlet Temp & RH : Set point ± 1°C (DB) & Set point ± 5% (Return Air)

o Air Quantity : Modulating as per server (80-100 cfm/kW min)

o Units should be able to provide 0.85 to 1 SHR at part load

o Units should be able to work for fixed supply air logic /return air control logic. Units

should be also connected to cold aisle remote sensors for taking the temperature feedback

Page 154: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 154

from the top of the racks at multiple places. This would help to regulate the fan for required

airflow in the cold aisles or as per standard technology.

o If the bidder propose the fixed supply air logic ,the bidder request to submit the

advantage of the fixed supply air logic compare to remote air control logic and submit the

power consumption

o The Units shall be designed for 68-69 DBA at 1.5 meter from the unit outlet quiet

operation with all moving parts mounted on anti-vibration mounting and carefully balanced

to ensure minimum vibration.

o If required, the unit shall be tested at site for performance rating before acceptance.

Performance test shall be a heat load test using heater supplied by the Precision unit

supplier.

o It’s mandatory to submit software selection output of the proposed unit. The specific

power consumption and other performance details shall be as mentioned in BOQ.

The Technical Specification of the construction of unit are as under:

Design Requirements

The environmental control system shall be a factory assembled unit. It shall be floor

standing type, optimized for maximum cooling capacity in a minimum footprint. It shall be

specifically designed for service from the front and rear of the unit. The system shall be

designed for draw-through air arrangement to insure even air distribution to the entire face

area of the coil. It shall have adjustable air supply diffusers / grilles, the unit shall be

capable to be mounted between the racks or at the end of row. The unit shall modulate

cooling capacity and airflow based on requirements.

These units are to be supplied with 400 Volt, 3 phase, 50 Hz power supply.

Quality Assurance

The specified system shall be factory end of line tested (functionality test) before shipment

and designed to meet Industry best standards. The system shall be designed and

manufactured according to world-class quality standards. The manufacturer shall be ISO

9001 certified.

Cooling Circuit

o The Cooling circuit should be Variable type. One refrigeration circuit, incorporating a high

efficiency, fully hermetic Digital Scroll/inverter /Tandem Scroll compressor with safety

valve, filter drier, moisture indicating sight glass, liquid line solenoid valve and an externally

equalized expansion valve.

o Each compressor to be equipped with pre-set high and low pressure switches for

protection against high condensing and low evaporating temperatures. The low pressure

switch features an automatic reset (with an adjustable delay for winter start-up).

o The unit shall be provided with additional protection against high ambient temperature.

When the temperature goes over the design conditions, the unit remains in operation with

partial load (20% decrease against required). If such protection is not sufficient High

Pressure switch shall generate a high pressure alarm and the unit shuts down - manual

reset shall be required.

o The inclined evaporator coil is manufactured from copper tubes, mechanically bonded to

hydrophilic painted aluminium fins, with a stainless steel condensate drain pan. The large

face area/low velocity coil allows precise control of temperature and humidity* during

cooling and dehumidification*, and is designed to optimize fluid velocity and minimize

pressure drop.

Page 155: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 155

o The moisture indicating sight glass with or without, liquid line solenoid valve and

expansion valve for each circuit are mounted in a service compartment, isolated from the

air stream, to allow checking and adjustment while the unit is in operation.

Fan section

Units shall be with Direct Driven EC Fans, High efficiency, external rotor electronically

commutated (EC) motor with integrated electronics, backward curve, corrosion resistant

aluminium fan wheel, Maintenance free design and construction. The fan section shall be

designed for higher air flow. The fan shall be protected over temperature of motor,

electronics, locked rotor protection, short circuit of motor output. Fans are IP54, Protection

class F.

Cabinet and Frame

The unit shall be powder painted steel panels. It shall have suitable enclosure for high

voltage components. The frame shall be painted with a powder coat finish to protect against

corrosion or as per OEM standard. The unit is to be totally front and rear accessible

including any component removal.

Air Filtration

Room air to be filtered with filters rated MERV8 following ASHRAE 52.2 (45% by ASHRAE

52.1) or G4 following EN779, located within the cabinet, and accessible from the rear of the

unit. Frame of the filter shall be made of galvanized steel.

Clogged filter alarm shall be a standard feature.

Microprocessor Controller

The controller is microprocessor based. It consists of the Main Board and a distributed

intelligence of devices able to collect thermodynamically data (sensors) and activation of

refrigerant circuit components (compressors, valves, etc...).

The below mentioned parameters is minimum requirement however the bidder shall propose

the microprocessor unit according to the OEM standard.

Unit utilizes multiple temperature sensors placed at the rack inlet, to ensure management

and control of temperature by rack. Each cold aisle should be connected up to 3-10

Sensors.

The controller allows setting and monitoring of the following space parameters:

o Air inlet Temperature

o Air supply Temperature (remote sensors at rack inlet)

o Return Temperature set-point

o Supply Temperature set-point

o Return Temperature band

o Supply Temperature band

o Humidity (inlet)

o Humidity set-point

o Humidity band

o Rack Min, Max and Average temperature

The example of available warnings / alarms:

o High supply temperature

o Low supply temperature

o High return humidity

o Low return humidity

o Loss of airflow

o Compressor Low Pressure

o Compressor High Pressure

Page 156: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 156

o High CW Temperature

o Loss of CW flow

o Electrical heater high temperature (When applicable)

o Clogged filter

o Customer input (No 4 inputs)

o LP transducer fail

o Call service (customer input)

o High temperature (customer input)

o Unit hours exceeded

o Compressor hours exceed

o Humidifier hours exceed

o Supply sensor failure

o Network failure

o Humidifier problem

o Digital scroll high temperature

o Smoke detected

o Fire alarm

o Rack sensor failure

o Following features to be incorporated in the controller:

o Status Report of the latest 200 event-messages of the unit.

o Input for remote on-off and volt-free contacts for simple remote monitoring of low

and high priority alarms: high/low temperature, high/low refrigerant pressure,

fan/control failure, compressor/control failure and others are available

o LAN management: functions provided as standard include stand-by (in case of failure

of the unit in operation, the second one starts automatically), and automatic rotation.

o Automatic restart after a power failure.

Monitoring

Suitable provision to be made for SNMP/Modbus connectivity.

The unit shall also include input for remote on-off and volt-free contacts for simple remote

monitoring of low and high priority alarms: high/low temperature, high/low refrigerant

pressure, fan/control failure, compressor/control failure and others are available.

Condenser (DX Air cooled version only)

The condenser should be with fan speed controller designed & set for usages of R410A

refrigerant. Condenser should be worked -20 deg C to 45 deg C ambient temperature. The

condenser frame shall be made up of a sturdy aluminium / GI structure. The entire unit

shall be IP54 type of protection. The motorized fan shall be IP54, protection class F.

Electric Re-Heating

The heating resistors shall be of rigid design for extended operational life and are normally

utilized to maintain room dry-bulb conditions during a system call for dehumidification. The

electric reheat coils are low watt density, 304 stainless steel fin tubular construction,

protected by thermal safety switches. Re-heating control is of the ON-OFF type one step.

The heating system also to incorporate Miniature Circuit Breaker which protect the heaters

from short circuits, should the harness be damaged accidentally. Electrical re-heat can be

disabled by remote contact (Optional - humidifier and reheat lockout).

The reheat elements are removable from the front of the cabinet.

Humidifier

The unit to be fitted with a canister type steam humidifier suitable for use with water of

varying degrees of hardness, provided that the water is not treated or demineralized

Page 157: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 157

(Conductivity range 125-500S/cm). The humidifier is complete with a water inlet valve,

water outlet valve and a maximum water level sensor, disposable cylinder, steam distributor

and electronic controls. Humidifier control is of the ON-OFF type, can be also disabled by

remote contact (Optional - humidifier and reheat lockout). Humidifier is removable from the

rear of the cabinet.

Condensate Pump

Each Unit should be supplied with In-built Condensate drain pump.

It shall have a capacity of 22.7 l/min (6 GPM) at 9 m (30ft) head. Pump is complete with

integral dual float switch, pump - motor assembly and reservoir. The secondary float shall

send a signal to the local alarm and shut down the unit upon high water condition

Cold Aisle temperature and air flow regulation to get more power savings from DX

variable capacity Units.

Data centre cooling design should be based on the low operation cost, modularity, high

safety, security, flexibility, with minimum capital cost investment. Therefore we adopted,

smart way of cooling the high density racks. We strongly recommend all our vendors to

adhere to the specification as below:

Cold Aisle Containment (CAC):

Cold aisle containment (CAC) material should be of Plexiglas type or polycarbonate material

having fire retardant property. CAC Top Covering Should be Of European Class E Fire Rated

Plexiglas. It should be light in weight & should generate very less smoke in case of fire. CAC

Should be with sliding type of doors (without automatic door opening/closing).

Plexiglas CAC material with Set of angle profiles, Cross members including end cross

members to support the Perspex covers and with proper finishing, necessary supports need

to be supplied from Precision AC manufacturing company and They should also be

responsible for the complete low site related activities as per above specification. Any other

material like normal glass or toughened glass will not be accepted due to data centre safety

and flexibility concern.

Vendor to offer the below method of air flow and temperature control:

o Cold aisle containment should be done to avoid mixing of cold air with hot air. Precision

AC unit’s microprocessor controller should be connected to cold aisle temperature directly,

multiple sensors installed in the cold aisle top shall modulate the EC fan speed at part load.

CRAC unit’s temperature to be maintained by supply air control mechanics by modulating

the compressor based on supply air temperature sensor. This practice will result into

substantial power savings.

o Cold aisle to be filled with required amount of cold air at desired temperature conditions.

There should be uniform air flow pattern in the cold aisle (High opening grills to be placed

based on the air flow requirement). The air from the false floor can be regulated via the fan

speed of the down flow units connected to cold aisle temperature sensors. The temperatures

on top of the server rack provide an indication of whether sufficient air is being fed into the

cold zones.

o Vendors need to consider the prices for software and hardware required for enabling the

above solution in all the units. In case if one unit controller fails other units to take the

commands to insure the higher availability.

o CRAC units shall communicate each other and shall work as team to modulate the fans at

parts for high power savings

Page 158: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 158

o If the room temperature in the cold zones deviates from the specified level, the fan

speed is increased or decreased as required”. This insures 24 Hours X 365days continues

monitoring of air flow and temperature in the cold aisle resulting into high power savings

and uptime.

o RH control shall be done though return air.

Electrical work

Each Precision AC unit should be provided with in-built electrical panel. Necessary 415 Volts

+/- 10%, 3 Phase, 4 Wire (With Neutral), 50 Hz +/- 5% Power shall be provided by

Customer at each unit’s electrical panel. Balance distribution of Power is in the Scope of

Bidder. All Electrical cabling should be of armoured Copper.

Bidder’s qualification criteria:

o Manufacturer should have experience in manufacturing & installation of Precision AC units

in India for last 10 (Ten) years;

o Manufacturer should have ISO 9001, ISO 14001 Certification;

o OEM/OEM’s authorized service provider should have installation base in the respective

location for Precision AC Units and fully equipped Service centre (For Precision AC units) to

give prompt & efficient service;

o Software generated output of proposed unit is must

11.3 Cold Aisle Containment

Cold Aisle Containment:

Cold Aisle Containment (CACS) - The cold aisle zone is the space between two rows of IT

equipment racks with cold air being supplied between the two rows of racks (or one row of

racks and an architectural wall) and the IT equipment exhausts hot air away from the aisle.

In this enclosed space cooling unit supply air is collected inside of the Aisle. The cool air is

supplied to the IT equipment while the IT equipment exhaust air is pushed outside the Aisle

and returned to the cooling unit.

By preventing mixing of cool supply air and hot exhaust air, this self-contained configuration

is capable of supporting a complete range of low, medium and high power/heat density

loads, and can be deployed in multiple environments without affecting the surrounding area.

System Description:

Design Requirements:

The Aisle shall be sized for two equal length rows of IT enclosures with supporting

infrastructure or one row with an adjacent wall. Supporting aisle widths range from 3 to 6

feet (900 mm – 1830 mm). Hot and cold aisle, ceiling and ducted configurations are

supported. Ceiling and duct panels must be constructed in a rectangular fashion and extend

horizontally and vertically (angled panels or tapers are not supported). Refer to proper

documentation for clearance requirements for various components. Data centre floor must

be level. Some third-party racks may be compatible.

System Characteristics:

Physical:

o External width dimensions shall be the width of the aisle and two rows of enclosures (or

aisle width plus one row of enclosures for single row configurations)

Page 159: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 159

o External depth dimensions shall be the length of the row of enclosures and any

clearances for end-of-aisle doors.

o The PDU shall have a maximum external height shall vary based off customer

requirements.

Submittal for Review:

Product Data:

Provide for manufactured products and assemblies. Indicate dimensions, System layout,

description and location of components, rough-in connections, and materials characteristics

and connection requirements.

Installation, Operation and Maintenance Data:

Include manufacturer's descriptive literature, operating instructions, installation

instructions, and maintenance and repair data.

Submit installation - start up report provided by manufacturer’s factory trained technician.

Quality Assurance:

Manufacturer Qualifications:

Company specializing in manufacturing the products specified in this section with minimum

5 years documented experience with service facilities within 8 hours reaction time of Project

site.

Delivery, Storage and handling:

o Deliver materials to the Project site in supplier’s or manufacturer’s original wrappings and

containers, labelled with supplier’s or manufacturer’s name, material or product brand

name, and lot number, if any.

o The customer shall store materials in their original, undamaged packages and containers,

inside a well ventilated area protected from weather, moisture, soiling, extreme

temperatures, and humidity.

Warranty:

o The manufacturer shall provide a one-year warranty against defects in material and

workmanship for 12 months after initial start-up or 18 months after ship date, whichever

occurs first. (Refer to the Warranty Statement for details.)

o Additional Owner Rights: The warranty shall not deprive the Owner of other rights the

Owner may have under other provisions of the Contract Documents and shall be in addition

to and run concurrent with other warranties made by the Contractor under requirements of

the Contract Documents.

Maintenance:

o The equipment supplier shall be capable to maintain, service, and repair the equipment

for a period of two (2) years. The supplier is responsible to include all parts & labour and

maintain the equipment in accordance to the equipment manufacturer's recommended

guidelines as set forth in the equipment's user/operations manual.

Products:

Manufacture:

o Substitutions: Proposed substitutions must be approved prior to bidding. Alternate

manufacturers/suppliers will be responsible for any required changes and associated costs if

alternate is accepted.

Page 160: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 160

o UL Listing: All system components shall be certified as suitable for this data centre

environment by documentation supporting UL Listings: UL484, CSA C22.2 No.236 and

UL723S.

Features:

Ceiling Panels:

o Ceiling panels shall be 6.0 mm thick Lexan clear-ribbed panels or 2.36 mm thick V0 clear

panels with aluminium framing.

o Flame spread rates: Smoke development index "0-65" and flame spread index “0” in

accordance with UL723 or ASTM84. Nominal thickness: 2.36 mm (V0 clear) –or-- Smoke

development index "20" and flame spread index "0" in accordance with UL723 or ASTM84.

Nominal thickness: 6.0 mm (Lexan)

o Minimum Light Transmission per ASTM D1003 equal to 82% or greater.

o Ceiling panels shall be designed to be supported by the frames of the IT Equipment

racks. Ceiling Panel frames sizes shall be suitable to match up with various rack widths, row

width, and hot aisle widths.

o The ceiling system shall be designed to permit removal of the ceiling panel from within

the contained zone without the use of tools for service access to the space above the Aisle.

Air Return System:

o Shall be 6.0 mm thick Lexan clear-ribbed panels or 2.36 mm thick V0 clear panels with

aluminium framing.

o Flame spread rates: Smoke development index "0-65" and flame spread index “0” in

accordance with UL723 or ASTM84. Nominal thickness: 2.36 mm (V0 clear) –or-- Smoke

development index "20" and flame spread index "0" in accordance with UL723 or ASTM84.

Nominal thickness: 6.0 mm (Lexan)

o Minimum Light Transmission per ASTM D1003 equal to 82% or greater.

o Duct panels shall be designed to be supported by the frames of the IT Equipment racks.

Ceiling Panel frames sizes shall be suitable to match up with various rack widths, row width,

and hot aisle widths.

o The air return system shall be designed to permit removal of the air blocks from within

the contained zone without the use of tools for service access to the space above the Aisle.

Rack Equipment Baying Kits:

Metal and plastic components shall be supplied to establish consistent spacing between the

racks or rack based equipment, and to fill the space to provide an air containment seal at

the juncture between two adjacent racks or rack based equipment.

Door frames and Doors:

o Metal door frames and doors shall be provided to establish air containment at the end of

two rows of racks. The door frame system shall match the height of the rack based

equipment, and match the design width of the contained aisle.

o Doors shall be hinged or sliding, to permit access into the contained aisle for

maintenance or servicing. Standard door operation shall not interfere with access or service

on any rack or rack based equipment.

o Doors shall be provided with a window, handles and latches. The following options are

available and should be provided if specified: o Door locks and three matching keys per door

o Two proximity switches provided per door for open/closed status

o Automatic door closure system for sliding door

o Sliding door for both the side of aisle

Page 161: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 161

Frames and Components Seals:

o Foam Rubber gaskets or metal/composite, brush, or plastic air blocks shall be installed at

Aisle joints to minimize open gaps between containment system components, such as door

frames, ceiling and duct panels, and IT Equipment racks and rack based equipment.

Casketing and/or air blocks may include, but not be limited to, the following.

o Joints between adjacent ceiling/duct panels

o Joints between ceiling/duct panels and top of racks, if not metal to metal.

o Joints between door frames and ceiling/duct panels, if not metal to metal.

o Joints between door frames and racks at the end of the row(s).

o Joints between rack bottom rear frame and floor.

o Joints between duct panel and ceiling/roof of room.

System Air Leakage:

The Aisle is not designed or intended to be air tight. The balance between exhaust air and

supply air must be maintained by the match up of server airflow with airflow of the cooling

equipment. The recommended minimum total per zone airflow for the cooling equipment is

5% more than the design IT Server airflow. This allows the cooling equipment airflow

system to closely match the server airflow system, and avoids excessive cooling airflow

system power consumption when variable speed/capacity cooling system fans/blowers are

used.

Features:

Fire Safe Ceiling

o UL Listing: The Ceiling System complies to UL484, EN 55022:2006, EN 55024:1998, EN

61000-3-2:2006, EN 61000-3-3:1995, EN 60950-1:2006, CFR 47 FCC Part 15:2011, ANSI

C63.4-2003, ICES-003:2004, AS/NZS CISPR 22:2009.

o The Fire Safe Ceiling system shall contain one of the specified ceiling panels described in

section 2.0.3.

o Shrinking panels or thermal links are not an acceptable substitution.

o Ceiling panel shall be resettable

o The Ceiling System shall be UL723S certified for use below fire suppression systems at

the room ceiling level.

o The ceiling system shall use thermal detection for panel release to be UL723S certified

o The system shall activate at 135 degF or 57 degC

o c. Multiple temperature switches per aisle must be provided for thermal event detection.

o The ceiling system shall have the option of panel release based on smoke detection to

enable fire suppression system in the room

o Smoke detection shall be supplied by customer

o Smoke detector must send an on/off digital signal to control box (not an analog signal).

o A normally closed dry contact smoke detector must be used

o Smoke detector may utilize 24VDC output from existing power source

o The Fire Safe System must have an audible and visible alarm to alert personnel of

pending panel release. The system must hold the panels in place for 10 sec after alarm

sounds and prior to releasing panels to allow personnel to exit the space in the event of a

thermal or smoke event.

o The ceiling system shall utilize electromagnets for panel release mechanism. The electro

magnets shall be powered by supplies located in adjacent IT racks

o The power supplies shall utilize dual inputs

o The electromagnets shall be connected in series (one by one)

o Voltage options are 100-120VAC or 200-240VAC single phase 50/60 Hz

o The power supply can support up to 30 electromagnetic locks

Page 162: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 162

o If smoke detector will draw power from this power supply, the quantity will be decreased

based on the power consumption of smoke detector

o The ceiling system shall include a mechanical locking device to allow system to be

serviced without panel release

Lighting

o UL Listing: Lighting system complies to UL484, CSA C22.2 No.236, EN 55022:2006, EN

55024:1998, EN 61000-3-2:2006, EN 61000-3-3:1995, EN 60950-1:2006, CFR 47 FCC Part

15:2011, ANSI C63.4-2003, ICES-003:2004, AS/NZS CISPR 22:2009.

o Available for both ducted and ceiling panel, single or dual rack row installations.

o Shall provide additional duct mounting rail for duct configurations: o Lights shall fasten to rail

o Wire covers used for spaces between lights

o The bulk of the wiring shall be hidden inside the rail behind each light and cover

o Lights shall be mounted to upper corners inside contained aisle along aisle length

o Lighting density options include: end-to-end, 300 mm, or 600 mm spacing between each

light

o Lights are to be install on both sides of aisle (or one side if otherwise specified)

o Shall include all necessary cabling, connectors, and fasteners (no tools provided)

o Across aisle cable shall be provided to minimize number of control units per contained

pod

Specs o CCT = 5000K

o CRI = 85

o Typ Watts = 5, max Watts = 6

o Lens = frosted

o Lumens per foot = 187, Lumens/meter = 613

o Length = 11-1/2”, width = 1”, height = ½”

Control Unit o Shall be mounted in rack

o Voltage options are 100-240VAC single phase 50/60 Hz

o Shall power up to 12 lights per control unit

o Shall be provided with 2 power cords: (1) C13/C14, (1) C13/NEMA 5-15P

o Group control capability for use of more than one control unit per contained pod. Up to

five total control units can be grouped together

o Control unit comes with integrated rotary switch for adjusting light ON interval. Time settings shall consist of various pre-sets from 1 to 75 minutes of light ON operation

o Two group LED outputs on control unit (lights wired in series)

o Integrated LED indicates power status of control unit

o Controller is to be installed to mounting rails in lowest position of rack (preferably the 0U

position) (hardware provided)

Motion Sensor o Shall provide two motion sensors per control unit

o Capable up to four motion sensors per control unit

o Motion sensors shall mount to door or curtain header (mounting brackets provided)

Page 163: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 163

o If any of the four motion sensors (per control unit) detect movement, LED bank will illuminate.

o Utilizes a single RJ45 connection per motion sensor (shall be routed out of visibility)

Manual Light Switch o Shall provide two manual light switches

o Shall mount inside or outside of aisle

o Shall mount via three methods (hardware provided): 1) Fastener 2) Magnet, or 3) hook and loop

o Manual switch turns OFF the light bank

o Motion sensors become inactive when a manual switch is pushed. After 10 seconds,

motion sensors are automatically restored

Air Return System

o Centralized hot air return system for room and external air handling systems

o Shall consist of duct mounting rails and duct panels

o Mount to top of racks and extend up to ceiling plenum

o Allows for flexibility with overhead cabling and cable troughs

o Adjustable height supports

o Shall support duct structure and extend duct upward to ceiling plenum

o Shall mount to top of racks and rack height adapters

o Shall be adjusted to be level with ceiling

o Shall be placed every 600mm apart spanning length of aisle

o Shall be provided with mounting bracket for various racks

o Shall be provided with removable lexan or V0 air blocks and all necessary hardware to

seal gap between top of racks and bottom duct rail

o Shall be provided with Modular PDU and/or Rack Mounting brackets if needed

Blanking Panels, Height Adapters, and Depth Extenders o Can be used to provide an aesthetic alternative for varying dimension enclosures.

o Blanking Panels shall be placed where gaps between racks exist to seal contained aisle.

The panel shall match the height of the enclosures and match the width of the gap. It shall

not be mounted to any adjacent blanking panels nor shall it support any adjustable height

supports.

Execution:

Manufacturer Field Service:

o Prepare, receive, inventory and install containment system components.

o Prepare and submit report of system installation indicating all system parameters.

o Provide the services of the manufacturer's technical representative to attend and

participate in the on-site integration and to commission equipment. All vendors and

contractors affecting the equipment specified herein shall be present at the same time.

Planning and Receiving:

Room Preparation:

During the design of the room, consideration should be given to the following factors: ease

of entry for the system, floor-loading factors, and accessibility of piping and wiring. The

Page 164: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 164

room must be sealed with a vapour barrier to minimize moisture infiltration. Polyethylene

film (plastic sheeting) is a good vapour barrier for ceiling and wall applications. Rubber- or

plastic-based paints should be applied to concrete floors and walls. The room should be

thoroughly insulated to minimize thermal loads and make-up air (if required) should be

preconditioned to reduce additional temperature, filtration, and moisture loads.

Receiving the Components:

Aisle Containment System has been completely tested and inspected prior to shipment. To

ensure that you have received the components in excellent condition, perform a careful

inspection of the crating and the parts immediately upon receipt. Verify that all parts

ordered were received as specified and that the components are the correct size necessary

to fulfil your environmental control needs. Report any damage discovered to the freight

carrier.

11.4 Cassette Air Condition

The bidder shall propose the cassette air condition for following area,

o Meeting Room ( 2 Indoor Units) -

o Manager Room ( 2 Indoor Units)

o Staging Room ( 2 Indoor Units)

o BMS Room ( 2 Indoor Units)

o NOC ( Monitoring Room) ( 2 Indoor Units)

Supply and installation of Variable Refrigerant flow System, Factory assembled, factory

charged, factory run tested of mentioned capacity. System should consist of accessible

Inverter driven variable speed compressors, Air-cooled condenser, steel base for mounting

the above components, refrigeration piping, fittings, valves, refrigerant and oil, controls and

ancillaries and nos. of various types of indoor units

All the Outdoor units of the system shall be suitable for operation with 415 V +/_ 10%, 50

Hz, 3 Ph., 4 wire AC supply whereas all indoor units preferable should be with 230 V, 50Hz

Single Phase supply only. System should include all protection devices / Controls to with

stand fluctuation / variation in power supply. Outdoor units shall be able to operate over a

range of outdoor ambient Temperature from 0° C to 50° C. Sound pressure levels of the

outdoor units shall not exceed 75 dBA at 1M from the unit. The sound data should be

measured in accordance with ARI standard 575.

System shall provide stable, trouble free and safe operation and provides flexibility in

operation of indoor units with independent control of each indoor unit including partial

operation. The system should be provided Multi compressor circuit for better flexibility. The

system should be self-intelligent to run on low outdoor temperature for better power

consumption irrespective of nos. of indoor units in operations

System should have provision for up gradation as and when required for its 50% capacity.

Modular system shall be incorporated for all required control for parallel operation of

Compressors, Condenser fans and Indoor units along with all refrigerant liquid control. The

system should be designed for proper oil return to compressor along with distribution of all

in each compressor. Outdoor unit should be provided with anti-corrosive treatment with

powder-coated finish. Unit will be skid - mounted type and should be installed on suitable

size cushy foot mount for vibration control

Page 165: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 165

Operation of the VRF system shall be through independent wired remote controllers and

through Central Controller.

The standard manufacturer’s warranty for all the supplied items against defects in materials

and workmanship is for 12 months from the date of installation or 18 months from the date

of supply whichever is earlier. After the expiry of warranty, the product should be supported

through comprehensive Annual Maintenance Contract (AMC)

Page 166: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 166

12 Safety and Security

The bidder shall propose safety and security equipment for all server room, Electrical Room,

UPS Room and common area

12.1 Addressable Fire Detection & Alarm System

Addressable Fire detection and Alarm System:

The Fire Alarm System supplier shall furnish and install a fully integrated Fire Detection &

alarm system for the Data centre area.

Wherein all the sensors, modules, devices are too installed in all areas and voids to cover the

entire premises.

This section of the specification includes the furnishing, installation, and connection of a

microprocessor controlled, analog addressable, intelligent fire alarm equipment required to

form a complete coordinated system ready for operation. It shall include, but not be limited

to, alarm initiating devices, alarm notification appliances, control panels, auxiliary control

devices, annunciators, power supplies, and wiring as shown on the drawings and specified

herein.

The Panel shall be interface with a Public Address System to relay evacuation

messages in case of a fire emergency.

Each designated zone shall transmit separate and different alarm, supervisory and trouble

signals to the Central Monitoring Stations and designated personnel in other buildings at the

site via a multiplex communication network.

The system shall also support independent gas release circuits for activation of Fire

Suppression system. The system shall include hardware, modules to facilitate cross zoning

of specific sensors, abort release functions, time delay and inputs for pressure switch and

24V output for solenoid operation.

The panel shall be capable to further extend fire and fault output to the BMS for critical

alarm monitoring, and it shall be possible to connect an interface card for open Protocol

based (Commonly BACnet, Modbus or eqv.) output to enable a software level integration

with the BMS System.

The system and its components shall be Underwriters Laboratories, Inc. listed under the

appropriate UL testing standard as listed herein for fire alarm applications and the

installation shall be in compliance with the UL listing.

Scope of Work:

o The control panel, to be intelligent device addressable, analog detecting, low voltage and

modular, with digital communication techniques, in full compliance with all applicable codes

and standards. The features and capacities described in this specification are required as a

minimum for this project and shall be furnished by the successful contractor.

o The system shall be in full compliance with National and Local Codes.

o The system shall include all required hardware, interconnecting wiring and software to

accomplish the requirements of this specification and the contract drawings, whether or not

specifically itemized herein.

o All equipment furnished shall be new and the latest state of the art products of a single

manufacturer, engaged in the manufacturing and sale of intelligent fire detection devices for

over ten years.

Page 167: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 167

o The system as specified shall be supplied, installed, tested and approved by the local

Authority Having Jurisdiction, and turned over to the owner in an operational condition.

Standards & Codes:

o The publications listed below form a part of this publication to the extent referenced. The

publications are referenced in the text by the basic designation only. The latest version of

each listed publication shall be used as a guide unless the authority having jurisdiction has

adopted an earlier version.

o Factory Mutual (FM)

FM AG Approval Guide

Underwriters' Laboratories, Inc. (UL) Appropriate “UL” equipment standards.

“UL” 864 Control Panels.

“UL” 268 Smoke Detectors.

“UL” 268A Smoke Detectors (HVAC).

“UL”1076 Security.

“UL” 1971, Standard for Visual Signalling Appliances.

Building Codes

o BOCA National Building Code and the BOCA Fire Code.

o Standard Building Code and the Standard Fire Code.

o Uniform Building Code and the Uniform Fire Code.

o International Building Code and the International Fire Code.

o State and Local Building Codes as adopted and/or amended by The Authority Having

Jurisdiction.

o ADA, and/or State and local equivalency standards as adopted by The Authority Having

Jurisdiction.

Qualifications of Installers:

Before commencing work, submit data showing that the manufacturer / contractor / vendor

has successfully installed fire alarm systems of the same scope, type and design as

specified.

Manufacturer's Representative:

Provide the services of a factory trained and certified representative or technician,

experienced in the installation and operation, maintenance and service of the type of system

provided. The technician shall supervise installation, software documentation, adjustment,

preliminary testing, final testing and certification of the system. The technician shall provide

the required instruction to the owner's personnel in the system operation, maintenance and

programming.

Submittal:

The bidder shall include the following information in the equipment submittal:

o Power calculations. Battery capacity calculations.

o NAC circuit design shall incorporate a 15% spare capacity for future expansion.

o Complete manufacturers catalogue data including supervisory power usage, alarm power

usage, physical dimensions, and finish and mounting requirements.

o Incomplete submittals shall be returned without review, unless with prior approval of the

Engineer.

Page 168: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 168

System Requirements:

The system shall be a complete, electrically supervised fire detection and notification

system, microprocessor based operating system having the following; capabilities, features

and capacities:

o Communication between network nodes, each supporting an interactive, self-standing,

intelligent local control panel, with system wide displays. Any network node shall be capable

of supporting a local system in excess of 4000 input/output points.

o The local system shall provide status indicators and control switches for all of the

following functions:

Audible and visual notification alarm circuit zone control.

Status indicators for sprinkling system water-flow and valve supervisory devices.

Any additional status or control functions as indicated on the drawings, including but

not limited to; emergency generator functions, fire pump functions, door unlocking and

security with bypass capabilities.

o Each intelligent addressable device or conventional zone on the system shall be displayed

at the Central Alarm Receiving Terminal and the local fire alarm control panel by a unique

alphanumeric label identifying its location.

System Operation:

o Activation of any system fire, security, supervisory, trouble, or status initiating device

shall cause the following actions and indication to display in the panel.

o Fire Alarm Condition:

o Sound an audible alarm and display a custom screen/message defining the building in

alarm and the specific alarm point initiating the alarm in a graphic display. The display shall

provide standard NFPA graphical symbols indicating hazardous materials and personnel

situations critical to situation management. Hazmat ICONs must conform to NFPA standard

170 format. The system shall supply a simple building floor plan and icons representing

alarm devices in off normal or alarm condition

o Log to the system history archives all activity pertaining to the alarm condition.

o Print to system printer (where required) alarm condition information.

o Sound the ANSI 117-1 signal with synchronized audible and synchronized strobes

throughout the facility.

o Audible signals shall be silenced from the fire alarm control panel by an alarm silence

switch. Visual signals shall be programmable to flash until system reset or alarm silencing,

as required.

o A signal dedicated to sprinkler system water flow alarm shall not be silenced while the

sprinkler system is flowing at a rate of flow equal to a single head.

o Where indicated on drawings heat detectors in elevator shaft and machine rooms shall

activated an elevator power shunt trip breaker. The heat detectors shall be rated at a

temperature below the ratings of the sprinkler heads in respective locations to insure that

the power shall be shut off before activation of sprinkler system.

o HVAC shut down shall, be accomplished by system operated duct detectors as per local

requirements.

o Door closure devices shall operate by floor or by local requirements.

Supervisory Condition:

Page 169: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 169

o Display the origin of the supervisory condition report at the local fire alarm control panel

graphic LCD display.

o Activate supervisory audible and dedicated visual signal.

o Audible signals shall be silenced from the control panel by the supervisory acknowledge

switch.

o Record within system history the initiating device and time of occurrence of the event.

o Print to the system printer (where required) the supervisory condition.

Trouble Condition:

o Display at the local fire alarm control panel graphic LCD display, the origin of the trouble

condition report.

o Activate trouble audible and visual signals at the control panel and as indicated on the

drawings

o Audible signals shall be silenced from the fire alarm control panel by a trouble

acknowledge switch.

o Trouble reports for primary system power failure to the master control shall be optionally

delayed for a period of time not greater than 200 seconds. Trouble conditions that have

been restored to normal shall be automatically removed from the trouble display queue and

nor require operator intervention. This feature shall be software selectable and shall not

preclude the logging of trouble events to the historical file.

o Record within system history, the occurrence of the event, the time of occurrence and the

device initiating the event.

o Print to the system printer (where required) the trouble condition.

Security Condition:

o Display at the local fire alarm control panel graphic LCD display, the origin of the security

condition report. A dedicated security LED shall flash until the alarm has been

acknowledged, then revert to a steady "ON" state.

o The control system shall be capable of bypassing the alarms from an individual security

system installed within selected areas. The pass code allowing this function shall be

assignable to individual security personnel and each bypass action shall be logged to system

history. Intrusion alarms occurring during a bypass period shall be logged to history and

displayed but no audible alarm shall occur at the control panel.

o Print to the system printer (where required) the security condition.

o The Local Fire Control Panel shall be “UL” 1076 listed for security purposes.

Product

Control Panel:

o The fire alarm control panel shall be microprocessor based using the multiple

microprocessors throughout the system providing rapid processing of smoke detector and

other initiation device information to control system output functions. There shall be a

watchdog circuit, which shall verify the system processors and the software program.

Problems with either the processors or the system program shall activate a trouble signal,

and reset the panel. The system modules shall communicate with an RS 485 network

communications protocol. All module wiring shall be to terminal blocks, which will plug into

the system card cage. The blocks shall be colour coded to prevent accidental crossing of

wiring.

Page 170: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 170

o The basic system shall have capabilities for 252 intelligent initiation devices and can be

expanded up to 2500 intelligent initiation devices. The system shall employ a flexible

number of detection input loops to reach maximum system capacity. Systems which, have a

fixed number of device addresses per node based on a fixed number of device circuits

(loops) shall provide 20% of loop maximum spare capacity on all loops to meet this

requirement.

o The Device Loop Card shall be capable of minimum 252 intelligent devices distributed

between two SLC circuits. Any trouble on one circuit shall not affect the other circuit. This

module controls the signalling from the initiation devices reporting alarms and troubles to

the control panel. This module shall also provide the signalling to the field devices for

controlling the output of specific initiation devices. The circuit shall be capable of being

connected with polarity insensitive intelligent initiation devices. The circuits shall have the

ability to be wired, Style 4, Style 6. Any of all of the 252 devices on the loop card shall be

capable of activating up to two devices (relay base, audible base or remote lamps). These

accessories shall not take away from the 252 addresses available per loop. Systems which,

require unique addresses for SLC circuit accessories (remote relays, relay bases, audible

bases and remote lamps) shall provide 50% spare capacity for each loop to provide for

system expansion. The on board microprocessor provides the loop card with the ability to

function even if the main microprocessor fails. LED’s on the board shall provide annunciation

for the following; Power, Card Failure, Network Failure, Ground. Fault, Alarm, Trouble, Short

Zone 1, Short Zone 2, Style 6 Open Zone 1, Style 6 Open Zone 2. This card shall plug into

the system card cage.

o The Signal Line Circuits shall be tested for opens, shorts, ground faults, device status and

multiple device response (2 devices at same address) and communications with all

addressable devices installed before connection to the control panel. Systems without this

capability shall have a test panel installed for initial testing to eliminate any possible damage

short term or long term to the control panel. After initial testing replace the test panel and

proceed with complete testing.

o The Person Machine Interface (Display) or the Remote Person Machine Interface

(Repeater) shall provide the system information on six inch ¼ VGA monochrome LCD, with

Touch Screen and LED display. The DISPLAY shall provide floor plans with alarm type and

“you are here” indication. The DISPLAY shall be navigable by device/module custom

message in the system architecture with no need for device address knowledge. The

DISPLAY shall provide a physical as well as a system geographic view. Graphic user

interface shall be menu driven with 4 tabs showing the level and the total events for each

tab. The tabs shall be; Alarm, Supervisory, Trouble and Security. Each level shall show 5

events simultaneously. The LED displays shall indicate Power, Audible On or Silenced, and

Partial system disabled. Systems not having the above LED’s shall provide separate LED’s

within the control panel enclosure with appropriate labels. Selection buttons shall be backlit

to aid the operator in the selection process. There shall be controls for scrolling throughout

the event list. A button shall provide zoom in zoom out for the amount of information

desired for a specific entry. The DISPLAY shall be capable of monitoring the power supply

loading and show available capacity for future expansion planning. The DISPLAY LCD shall

provide standard NFPA symbols showing Fire Service Equipment, Hazards, compliant with

NFPA 170 and People in the area of alarm. Systems without this type of display shall supply

a “UL” listed Graphics package with their system. The LCD shall have a keyboard screen to

allow the technician ability to enter test and numbers for passwords or text changes.

o The Zone Indicating Card shall contain 4 NAC circuits rated at 4 amps each with power-

limited outputs. All zone inputs for the card shall be isolated and independently supervised.

Page 171: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 171

There shall be at least 3 unique codes/signals for each circuit based on system logic. These

signals shall be Temporal Code 3 (Evacuation), Steady (Such as “Recall”), and Alert (such as

“Tornado Alert”). The card shall be listed for notification appliances, horns, bells, strobes,

and speakers. The card shall also be listed for NFPA 13 Pre-Action Release, Halon 1301

NFPA 12A, NOVEC1230 NFPA 2001, Lease Line, and Municipal Tie. The card shall have the

ability to wire the circuits Style Y or Style Z with outputs synchronized. The card shall have

the following LED’s to provide trouble shooting and annunciation; Reset, Power, Card Failure,

Network Failure, Ground. Fault, Zone Activation or Trouble. This card shall plug into the

system card cage.

o The Network Interface Card shall provide communication between enclosures. The

network card supervises the network to insure proper operation. Any faults that are

detected shall be reported to the DISPLAY for annunciation. The network card shall isolate

short circuits to each individual segment of the network. If a short occurs only the segment

between the network cards will be affected. The card shall have the ability to provide Style

4 or 7 network wiring configurations. The card shall have as the minimum the following

diagnostic LED; Reset, Power, Card Fail, CAN Fail, HNET Fail, ZNET Fail, GND Fault, Loop A

Fail, Loop B fail, Networks - Style 7, Style 4, Gnd Fault Enabled, GND Fault Disabled.

o The Controllable Relay Card shall provide 6 programmable relays. Each relay shall have

SPDT contacts rated at 4 amps at 30VDC/120VAC resistive and 3.5 amps, 120VAC inductive.

The card shall have as a minimum the following diagnostic LED’s; Reset, Power, Card Fail,

24V Fail, Relay 1, Relay2, Relay3, Relay 4, Relay5, Relay6.

o Where required to monitor a large amount of relays, such as monitoring subsystems or

normally open contact devices, provide a Supervised Input Module, which will monitor up to

16 inputs. Each input shall be individually programmed for supervised or non-supervised

circuits. This module shall be connected to a system network. The module shall contain 2

programmable form “C” relays for control of the monitored subsystem.

o Where required for control of relays or LED’s the Output control Module shall provide 16

open collector outputs to operate LED’s, incandescent lamps or relays as needed. The

module shall contain a local audible output, Lamp Test and local audible silence. All circuits

shall be power limited.

o The system card cage shall provide the mounting of all system cards, field wiring, and

panel’s inter-card wiring. The terminal strips for the cards shall be color-coded to eliminate

the possibility of making the wrong connection. The terminal blocks maybe disconnected

and reconnected while the system is powered up without causing any difficulties. All power

limited field wiring shall connect to the top of the card cage. All non-power limited internal

wiring shall be connected to the bottom of the card cage. The card cage shall hold the

systems cards and have capability of connecting multiple card cages to meet system

demands.

o System response time from alarm to output shall not exceed four (4) seconds.

o To expedite system troubleshooting, the system cards shall have ground fault detection,

and diagnostic LED’s by card.

o All system cards and modules shall have Flash memory for downloading the latest module

firmware.

Power Supply:

Page 172: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 172

o The system Power Supply/Charger shall be a 12-amp supply with battery charger. The

power supply shall be filtered and regulated. The power supply shall have a minimum of 1

power limited output rated at 4 amps, and a minimum of 1 output rated at 12 amps. The

system power supply can be expanded up to 48 amps. The auxiliary power supply module

shall share common batteries with the primary power supply. The system power supply

shall have 4 relays, one for common alarm, one for common trouble and two programmable

relays. The power supply shall be rated for 120/240 VAC 50/60 Hz.

o The battery charger shall be able to charge the system Lead Acid batteries up to 100 AH

batteries. Battery charging shall be microprocessor controlled and programmed with a

special software package to select charging rates and battery sizes. An optional Thermistor

for monitoring battery temperature to control charging rate shall be available.

o The power supply shall have a plug for an AC adapter cable, which allows a technician to

plug in a laptop computer for up or down loading program information or test equipment.

System Enclosures:

Provide the enclosure needed to hold all the cards and modules as specified with at least

spare capacity for two cards. The enclosures shall be either black or red. The outer doors

shall be capable of being a left hand open or a right hand open. The inner door shall have a

left hand opening. System enclosure doors shall provide where required ventilation for the

modules or cards in the enclosure.

Intelligent Initiation Devices:

o All initiation devices shall be insensitive to initiating loop polarity. Specifically, the devices

shall be insensitive to plus/minus voltage connections on either Style 4 or Style 6 circuits.

o The smoke detector shall be an intelligent digital photoelectric detector with a

programmable heat detector. Detectors shall be listed for use as open area protective

coverage, in duct installation and duct sampling assembly installation and shall be insensitive

to air velocity changes. The detector communications shall allow the detector to provide

alarm input to the system and alarm output from the system within four (4) seconds.

Detectors shall be programmable as application specific, selected in software for a minimum

of eleven environmental fire profiles unique to the installed location. These fire profiles shall

eliminate the possibility of false indications caused by dust, moisture, RFI/EMI, chemical

fumes and air movement while factoring in conditions of ambient temperature rise,

obscuration rate changes and hot/cold smoke phenomenon into the alarm decision to give

the earliest possible real alarm condition report. The intelligent smoke detector shall be

capable of providing three distinct outputs from the control panel. The system controlled

output functions shall be from an individual or unique input of smoke obscuration, a thermal

condition or a combination of obscuration and thermal conditions. The detector shall be

designed to eliminate calibration errors associated with field cleaning of the chamber. The

detector shall support the use of a relay and LED remote indicator at the same time. Low

profile, white case shall not exceed 2.5 inches of extension below the finish ceiling. Detector

wiring shall not require any special shielded cable.

o Thermal Detectors shall be rated at 135 degrees fixed temperature and 15 degrees per

minute rate of rise. Detectors shall be constructed to compensate for the thermal lag

inherent in conventional type detectors due to the thermal mass, and alarm at the set point

of 135 degrees Fahrenheit. The choice of alarm reporting as a fixed temperature detector or

a combination of fixed and rate of rise shall be made in system software and be changeable

at any time without the necessity of hardware replacement. The detectors furnished shall

Page 173: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 173

have a listed spacing for coverage up to 2,500 square feet and shall be installed according to

the requirements of NFPA 72 for open area coverage.

o The smoke detector shall be an intelligent digital photoelectric detector with a

programmable heat detector. Detectors shall be listed for use as open area protective

coverage, in duct installation and sampling assembly installation and shall be insensitive to

air velocity changes. The detector communications shall allow the detector to provide alarm

input to the system and alarm output from the system within four (4) seconds. The detector

shall be mounted in a duct detector housing listed for that purpose. The duct detector shall

support the use of a remote test switch, relay or LED remote indicator. The duct detector

shall be supplied with the appropriate sampling tubes to fit the installation. Where duct

detectors are exposed to the weather provide a weatherproof enclosure.

o Detector bases shall be low profile twist lock type with screw clamp terminals and self-

wiping contacts. Bases shall be installed on an industry standard, 4" square or octagonal

electrical outlet box.

o Where selective localized control of electrical devices is required for system operation,

furnish and install detector base with software programmed addressable relay integral to the

base. The relay shall switch electrical loads within relay ratings, as indicated on the

drawings. Operation of the addressable control circuit shall be independent of the number of

detectors and relays on the circuit or the number in an alarm state. Relay bases shall be

rated for resistive or inductive load (120VAC or 30VDC) 3 amps.

o Where indicated on the drawings, furnish detector base with integral approved audible

evacuation alarm signal having an output of 85db. The audible signal shall be individually

addressable and software programmed for operation.

o Provide single action addressable manual stations where shown on the drawings, to be

flush or surface mounted as required. Manual stations shall contain the intelligence for

reporting address, identity, alarm and trouble to the fire alarm control panel. The manual

station communications shall allow the station to provide alarm input to the system and

alarm output from the system within less than four (4) seconds. The manual station shall be

equipped with terminal strip and pressure style screw terminals for the connection of field

wiring. Surface mounted stations where indicated on the drawings shall be mounted using a

manufacturer's prescribed matching red enamel outlet box.

o Addressable Interface Devices shall be provided to monitor contacts for such items as

water-flow, tamper, and PIV switches connected to the fire alarm system. These interface

devices shall be able to monitor a single or dual contacts. An address will be provided for

each device and all physical devices shall require only one address on a signalling line circuit

regardless of the number of circuits on an individual module. Where remote supervised

relay is required the interface shall be equipped with a SPDT relay rated for 4 amps resistive

and 3.5 amps inductive.

Notification Appliances:

o The Horn or horn/strobe appliance as indicated on the drawings shall be a synchronized

temporal horn with a synchronized strobe light with multiple candela taps to meet the

intended application. The appliance shall be red or white as indicated on the drawings. The

strobe light taps shall be adjustable for 15/75, 30/75, 75, and 110 candela. The appliance

shall be red for wall mounted and white for ceiling mounted. Ceiling mounted appliances

shall be rated for that application.

o The electronic chime or chime/strobe as indicated on the drawings shall be a speaker with

a tone card and have and adjustable range of 700 to 1300 Hz. The chime or chime/strobe

Page 174: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 174

shall be adjustable for either single stroke or continuous operation. The chime/strobe shall

be available with adjustable strobe intensities of 15, 30, 75, and 110 candela. The appliance

shall be red for wall mounted and white for ceiling mounted. Ceiling mounted appliances

shall be rated for that application.

o The strobe only appliance as indicated on the drawings shall be a synchronized strobe

light with multiple candela taps to meet the intended application. The strobe light taps shall

be adjustable for 15, 30, 75, and 110 candela. The appliance shall be red for wall mounting

and white for ceiling mounted. Ceiling mounted appliances shall be rated for that

application.

o Where required provide a 10” bell where indicated on drawings to be connected to a non-

silence circuit for activation of the sprinkler system.

o An alarm extender panel shall be provided where needed. The power supply shall be a

minimum of 6 amps. The power supply shall contain four supervised notification circuits

maximum of 3 amps each circuit. The power supply shall contain built-in synchronizing

modules for strobes and audible. There shall be a 3 amp filtered auxiliary power limited

output. There shall be a minimum of 8 options as to the operations of the inputs and

outputs.

Execution

Installation:

o Perform work in accordance with the requirements of NFPA 70 and NFPA 72.

o Fasten equipment to structural members of building or metal supports attached to

structure, or to concrete surfaces.

o Limited energy cable installation is allowed under Div. 16, all cable runs shall be run at

right angles to building walls, supported from structure at intervals not exceeding 3 feet and

where installed in environmental air plenums, be rated for such use and tied/supported by

components listed for environmental air plenums installation.

Boxes, Enclosures and Wiring Devices:

o Boxes shall be installed plumb and firmly in position.

o Extension rings with blank covers shall be installed on junction boxes where required.

o Junction boxes served by concealed conduit shall be flush mounted.

o Upon initial installation, all wiring outlets, junction, pull and outlet boxes shall have dust

covers installed. Dust covers shall not be removed until wiring installation when permanent

dust covers or devices are installed.

o "Fire Alarm System" decal or silk-screened label shall be applied to all junction box

covers.

Conductors:

o Each conductor shall be identified as shown on the drawings at each with wire markers at

terminal points. Attach permanent wire markers within 2 inches of the wire termination.

Marker legends shall be visible.

o All wiring shall be supplied and installed in compliance with the requirements of the

National Electric Code, NFPA 70, Article 760, and that of the manufacturer.

Page 175: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 175

o Wiring for strobe and audible circuits shall be a minimum 14 AWG, signal line circuits shall

be minimum 18 AWG.

o All splices shall be made using solderless connectors. All connectors shall be installed in

conformance with the manufacturer recommendations.

o Crimp-on type spade lugs shall be used for terminations of stranded conductors to binder

screw or stud type terminals. Spade lugs shall have upset legs and insulation sleeves sized

for the conductors.

o Permanently label or mark each conductor at both ends with permanent alphanumeric

wire markers.

o A consistent colour code for fire alarm system conductors throughout the installation.

o The installation contractor shall submit for approval prior to installation of wire, a

proposed colour code for system conductors to allow rapid identification of circuit types.

o Wiring within sub panels shall be arranged and routed to allow accessibility to equipment

for adjustment and maintenance.

Devices:

o Relays and other devices to be mounted in auxiliary panels are to be securely fastened to

avoid false indications and failures due to shock or vibration.

o Wiring within sub-panels shall be arranged and routed to allow accessibility to equipment

for adjustment and maintenance.

o All devices and appliances shall be mounted to or in an approved electrical box.

Certificate of Compliance:

Complete and submit to the Project Engineer in accordance with NFPA 72, 1999 edition

section 1-6.2.

Field Quality Control

Testing, general

o To test by the Engineer of Record and the AHJ.

o All Alarm Initiating Devices shall be observed and logged for correct zone and sensitivity.

These devices and their bases shall be tagged with adhesive tags located in an area not

visible when installed, showing the initials of the installing technician and date.

o Wiring runs shall be tested for continuity, short circuits and grounds before system is

energized. Resistance, current and voltage readings shall be made as work progresses.

o A systematic record shall be maintained of all readings using schedules or charts of tests

and measurements. Areas shall be provided on the logging form for readings, dates and

witnesses

o The acceptance inspector shall be notified before the start of the required tests. All items

found at variance with the drawings or this specification during testing or inspection by the

acceptance inspector shall be corrected.

o Test reports shall be delivered to the acceptance inspector as completed.

o The installing contractor shall make instruments, tools and labour required to conduct the

system tests available.

o The following equipment shall be a minimum for conducting the tests:

o Ladders and scaffolds as required to access all installed equipment.

o Multi-meter for reading voltage, current and resistance.

Page 176: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 176

o Two way radios and flashlights.

o A manufacturer recommended device for measuring airflow through air duct smoke

detector sampling assemblies.

o Decibel meter.

In addition to the testing specified to be performed by the installing contractor, the installation shall be subject

Acceptance Testing:

o A written acceptance test procedure (ATP) for testing the fire alarm system components

and installation will be prepared by the engineer in accordance with NFPA 72 and this

specification. The contractor shall be responsible for the performance of the ATP,

demonstrating the function of the system and verifying the correct operation of all system

components, circuits, and programming.

o A program matrix shall be prepared by the installing contractor referencing each alarm

input to every output function affected as a result of an alarm condition on that input.

o The installing contractor prior to the ATP shall prepare a complete listing of all device

labels for alphanumeric annunciator displays.

o The acceptance inspector shall use the system record drawings in combination with the

documents specified under paragraph 3.01 during the testing procedure to verify operation

as programmed. In conducting the ATP, the acceptance inspector shall request

demonstration of any or all input and output functions.

o The items tested shall include but not be limited to the following:

o System wiring shall be tested to show the following results and the system subsequence operation:

o Open, Shorted or Grounded Circuits.

Primary and Battery power disconnected.

o System notification circuits and appliances operate as programmed. Audibility and Visual

levels meet required standards.

o System shall demonstrate the correct messages at the FACP and Remote Annunciator.

o System off site reporting shall be verified for alarm, supervisory and trouble. o System shall be tested for stand-by battery backup as outline in this specification.

Documentation:

System documentation shall be supplied to the owner and shall include but not be limited to the following:

o System record drawings and wiring details including one set of reproducible drawings, and

a CD ROM with copies of the record drawings in DXF format for use in a CAD drafting

program.

o System Operating, Installation and Maintenance Manuals.

o System matrix showing input signals to output commands.

o Provide a copy of the system program on a 3 floppy disk.

Warranty and Services:

o The bidder shall warranty the entire system for electrical and mechanical failures for a

period one year. The warranty shall begin with the completion of the acceptance testing or

when beneficial use to the owner is determined.

Page 177: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 177

o The fire alarm system subcontractor or manufacturer shall offer for the owner’s

consideration at the time of system submittal a priced inspection, maintenance, testing and

repair contract in full compliance with the requirements of NFPA 72.

o The contractor performing the contract services shall be qualified, factory trained and

certified in the service and the maintenance of the system provided and listed to maintain

ongoing certification of the completed system to the “UL” installed system listing.

o The installation contractor shall furnish training as follows:

o Training in the receipt, handling and acknowledgment of alarms.

o Training in the system operation including manual control of output functions from the

system control panel.

o The total training requirement shall be a minimum of 2 hours, but shall be sufficient to

cover all items specified. The contractor shall provide two such training sessions.

Note: If the specification met with any other manufacturer contractor may propose it. It

should comply with the above specification.

12.2 Public Address System

Scope of Work

The scope of work under this head shall include designing supplying and installing of Public

Address System. The work under this system shall consist of furnishing all materials,

equipment’s and appliances and labour necessary to install the said system, complete with

Speakers, Amplifiers, Mike and Zone selection Panel.

The PA system is designed to serve the multi-purpose of playing music, making general

announcement or to transmit the fire tone under fire condition.

System Design

The Speakers shall be distributed in the entire floor and shall be configured in different

zones. The announcement can be made in zone wise or to all the speakers simultaneously in

ALL CALL mode. Fire Alarm shall be announced immediately on receipt of Fire signal from

the panel to all zones.

Speakers

Ceiling Mounted Speakers:

The speaker shall be flush mounted in the False Ceiling cavity and shall be suitable for a

general purpose applications such as Public Address, Music Reproduction etc.,

The Speaker shall consists of a single piece 6 W dual cone loudspeaker, frame, a 100 V line

matching transformer and a circular metal grille. The speaker shall come with a screw

terminal block for line matching transformer connection. The speakers shall also meet the

following specifications

Rated voltage : 100 V AC

Rated impedance : 1667 Ohms

Effective frequency range : 70 to 18000 Hz

Opening angle (1 KHz/ 4 KHz) : 160/ 55

Power handling capacity : Min 6 watts with a tapping facility for 1.5,3,6 W

Sound pressure level at 1 KHz, 6W, 1m : Min 99dB

Page 178: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 178

Sound pressure level at 1 KHz, 1W, 1m : Min 91dB

Speaker diameter : 200 mm

Connection : 2 pole Push Connection

Operating Temperature : -25°C to +55°C

Wall Mounted Speakers

o The speaker shall be wall mounted type and shall be suitable for a general purpose

applications such as Public Address, Music Reproduction etc.,

o The Speaker shall consists of a wall mount enclosure, 6W high quality speakers and a

100 V line matching transformer. The speaker shall come with a screw terminal block for

line matching transformer connection for full load and shall also have a provision for

secondary tapping. Connectors shall be provided on the rear of the speakers for cable

connections.

o There shall be a uniformity of sound both in loudness & quality. The speaker shall be

designed to minimize reverberation effects, howling etc., caused due to reflection of sound

from hard surfaces. The speakers shall also meet the following specifications

Rated voltage : 100 V AC

Rated impedance : 1667 Ohms

Effective frequency range : 75 to 18000 Hz

Opening angle (1 KHz/ 4 KHz): 100/ 80

Power handling capacity : Min 6 watts with a tapping facility for 1.5,3,6 W

Connection : 3-way screw connector

Operating Temperature : -25°C to +55°C

Horn Type Speakers

o The speaker shall be wall/ Column mounted type and shall be suitable for a general

purpose applications such as Public Address, Music Reproduction etc.,

o The horn loud speaker shall consists of a IP65 water & dust protection ABS enclosure

with a mounting bracket, 15/25/30 W high quality speaker and a built in 100 V line

matching transformer. The speaker shall come with necessary connections for line matching

transformer for full load and shall also have a provision for secondary tapping. The speaker

shall come with at least 2 meter connecting cable.

o The speaker shall be capable of performing under industrial factory environments with

long operating life without any performance deterioration. The speakers shall also meet the

following specifications

Rated voltage : 100 V AC

Rated impedance : 333 Ohms

Effective frequency range : 125 to 20000 Hz

Opening angle – Hor (1 KHz/ 4 KHz) : 105/ 90

Opening angle - Ver (1 KHz/ 4 KHz) : 110/ 125

Power handling capacity : Min 30 watts with a tapping facility for 30, 15 7.5,

3.5 Watts

Sound pressure level at 1 KHz, 30W, 1m : Min 112dB

Sound pressure level at 1 KHz, 1W, 1m : Min 97dB

Connection : screw terminal block

Operating Temperature : -25°C to +55°C

Amplifier

o The main function of the power amplifier shall be the amplification of audio signals for

the speakers. It shall be possible to select the output voltage between 100V, 70V or 50V by

Page 179: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 179

changing outputs The Booster mono amplifiers shall be capable of operating for speech and

music applications. They shall be mounted on a suitable 19” Euro Racks.

o The power amplifiers shall have adequate continuous power output to meet the

requirement of the configuration. The unit shall be capable of delivering the rated output

watts with less than 0.1% harmonic distortion in the design band width. The amplifier shall

have a broad band frequency response of 50 Hz to 20 KHz. The output voltage and

impedance shall meet with the system requirements.

o Amplifiers shall be protected against over loads and output shorts and a special thermal

overload on the heat sink. Additionally, all booster amplifiers have an overheat protection

circuit that switches off the power stage if the internal temperature reaches a critical limit

due to poor ventilation or overload. A temperature-controlled fan shall be provided to

ensure high reliability at high output power and low acoustic noise at lower power output.

o Balanced input and a loop-through connector shall be available for easy connection of

multiple booster amplifiers to increase the available output power. The power amplifier shall

obtain two balanced inputs with priority control, each with a loop-through facility. This

allows for easy and automatic switching between e.g. a local music source and a priority

announcement from a remote system. It shall be possible to connect multiple Booster

amplifiers for single zone by using just loop thro connectors and it shall also be possible to

connect one amplifier to multiple zones thro router. The amplifier shall also meet the

following specifications

EMC emission acc. to EN 55103-1

EMC immunity acc. to EN 55103-2

Performance:

Frequency response 50 Hz – 20 kHz (+1/-3 dB, @ -10 dB ref. rated output)

Distortion <1% @ rated output power, 1 kHz

Inputs:

Line input (3-pin XLR, 6.3mm phone jack, balanced)

Sensitivity 1 V

Impedance 20 kOhm

CMRR >25 dB (50 Hz-20 kHz)

Line input 1, 2 (3-pin XLR, balanced)

CMRR >25 dB (50 Hz-20 kHz)

100V input (Screw, unbalanced)

Sensitivity 100 V

Impedance 330 kOhm

Outputs:

Line loop through output (3-pin XLR, 6.3mm phone jack, balanced)

Nominal level 1 V

Impedance direct connection to line input

Line loop through output 1, 2 (3-pin XLR, balanced)

Impedance direct connection to line input

Loudspeaker outputs (Screw, floating)

Output power @ 24 V

Battery operation -1 dB ref. rated power Environmental Condition:

Operating temperature range min -10 to +550C

Relative humidity min 90%

Page 180: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 180

Zone Selection Panel

o The user interface to the entire public address system shall be the Zone Selection Panel.

It shall be able to address 20 zones.

o The Panel shall have one Microphone for announcements. The selection of announcement

is done through the Panel. The announcement/Fire tone can be made zone wise. The

Control Panel shall have individual zone selection switches as well as ALL CALL switch.

o The Zone selection panel shall include a tone generator that shall serve the purpose of

generating a unique fire tone in case of fire

CD player

The background music source shall comprise of a CD player and a digitally controlled FM/AM

tuner in a compact housing. It shall have a mono operation with capability to deliver high

quality music continuously throughout the day. It shall be capable of playing music from a

single MP3 disc in multiple folders with music selection facility for different occasions.

Provision shall be available for repeat and random play operations. The FM/AM tuner shall

be digitally controlled using a frequency synthesizer for accurate capture of radio stations.

It shall have at least 10 pre-sets each for FM/AM stations for storing the favourite radio

stations. The CD player shall also meet the following specifications

Tuner

Frequency response : 30 Hz to 15 KHz

Distortion : <1%

S/N ratio : >63dB

Output level : 200mV

CD player

Frequency response : 30 Hz to 15 KHz

Distortion : <0.1%

S/N ratio : >85dB

Output level : 200mV P A System Wiring

PA system wiring shall be done with 2 X 0.75sq.mm cable in 19mm dia PVC conduit

including termination complete as required.

The speakers in each zone are connected in parallel and are connected to the respective

output. The cables from each zone are separately routed and terminated in the Panel.

Testing and commissioning

Entire PA system shall be tested to establish the following.

o Functionality of the PA system

o Combined systems shall be tested for the overriding feature for prioritizing fire alarm and

life safety requirements.

o Acceptable audibility of the public address in all spaces and record sound pressure levels

of the Public address viz a viz the ambient noise levels.

12.3 Digital Rodent Repellent System

Rodent Repellent System

Page 181: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 181

Rodent Repellent System shall be designed by using Electronic transmitters of high

frequency sound waves, which will emit sound at very high decibel levels painful to pests, as

described in the specification given hereunder.

System

The system shall consist of a Master Console VHFO, satellites and its cable circuits.

Very High Frequency Oscillator (VHFO)

These will be Electronic transmitters of high frequency sound waves (well above the 20 KHZ

frequency which is the upper limit of the hearing range of the human ear.) emitting sound

at high decibel levels (sound pressure) that is audible and painful to pests, but inaudible

and harmless to humans. The VHFO system will consist of one Master Console and twelve

Satellites / Transducers. The Console will be installed in the control room, or as directed and

the satellites in the problem areas as required. The powerful sound waves generated by the

satellites of VHFO shall be within the hearing range of many pests, and cause them pain and

discomfort. VHFO’s satellites should be quiet and inaudible to humans.

Satellite

Each satellite will cover an open floor area of approximately 300 sq. ft. for an average

height of the ceiling is 10 ft. As regards area of false ceilings or false floorings, it should

cover an approximate area of 150 sq. ft. The satellites should

o Be able to mount in any angle to match the décor.

o Possible to install in sensitive areas.

o Should withstand high temperatures in false ceilings, and low temperatures in cold

storages and air locks.

o Should not require a power connection.

o Should be able to test on an audible range with the help of a self-testing facility or any

other suitable means.

Technical information

Satellite

Crystal

o DM 44T 24V MAS Germany

Frequency

o Peak frequency responses of the satellites are

o 21.6 KHz + / -3 KHz

o 31.6 KHz + / -3 KHz

o 50.4 KHz + / -3 KHz

o 60 KHz + / - 3 KHz

Nature of sound waves

o The sound waves propagated should be linear sine waves with constantly varying

frequencies.

Operating environment

o Range of –4 deg C to 60 deg C, 100 % humid environment and also under water.

Circuit

o Signal generator should have full wave rectification, regulated 12V DC power supply to

withstand power fluctuations ranging from 170V AC to 270V AC.

Page 182: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 182

o Amplifier should have a preamplifier stage coupled with signal generator for dual transistor amplification having a push-pull configuration.

Pressure

o

o Linear propagation of mixed / variable frequencies detectable at, or about 40 ft. distance

from the source (Transducer/ Satellite). o Spatial average intensity – 83mW per cm²

Power supply

o 5A Power Socket (230 V AC) will be provided for each VHFO as may be required.

Alternatively,

o Bidder to specify the required power and the no. of Power Sockets required for each unit

for both Rodent.

Specifications

o Operating frequency : Above 20 KHz (Variable)

o Sound Output : 80 dB to 110 dB at 1.00 Mts.

o Power Output : 800 MW per Satellite

o Power Consumption : 15 Watt Approx.

o Power Supply : 230 V AC, 50 Hz

o Mounting : Wall / Table

o Dimension : 16” x 8 “ x 4”

o Weight : 5.5 Kgs approximately

12.4 NOVEC 1230 Gas based Fire Suppression System

Gas Based Fire Suppression System (GBFSS)

The bidder shall supply, install, test and put in operation NOVEC1230 based fire suppression

system. The fire suppression system shall include and not be limited to gas release control

panel, CCE approved seamless cylinders, discharge valve (with solenoid or pneumatic

actuator) as the case may be, discharge pipe, non-return valve and all other accessories

required to provide a complete operation system meeting applicable requirements of NFPA

2001 or ISO standards and installed in compliance with all applicable requirements of the

local codes and standards.

The system design should be based on the specifications contained herein, NFPA 2001 & in

accordance with the requirements specified in the design manual of the agent. The bidder,

shall confirm compliance to the above along with their bid.

The system shall be properly filled and supplied by an approved OEM (Original Equipment

Manufacturer)

Generally the key components* of the system shall be VdS or LPCB or FM/UL listed. The

NOVEC 1230 gas shall:

o comply with NFPA 2001 or ISO 14520 standard

o have the approval from US EPA (Environmental Protection Agency) for use as a total

flooding fire extinguishing for the protection of occupied space:

o Be given Underwriters' Laboratories Inc. (ULI, USA) component listing for the NOVEC

1230 gaseous agent.

Page 183: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 183

o must have zero ozone depletion potential (ODP);

o have a short life span in the atmosphere, with atmospheric life time of less than 5 days

o be efficient, effective and does not require excessive space and high pressure for

storage;

o commercially available

o *Key components are valves and its accessories, actuators, flexible discharge and

connection hoses, check valves, pressure switch, and nozzles

Design Condition

o The hazard space volumes shall be protected from a common central or individual supply,

the cylinder bank or individual cylinder system, with corresponding pipes and nozzle

system. The individual zone/ system shall be dimensioned to give a complete discharge of

the agent in less than 10 seconds into the affected zone. The software calculation shall be

approved VdS or FM / UL. The discharge time shall not exceed 10 seconds. After end of

discharge (10s) a homogeneous NOVEC 1230 concentration shall be built-up in the room.

o The design concentration shall follow ISO 14520 or at minimum NFPA 2001 for under

floor, room and ceiling space. Unless otherwise approved, room temperature for air-

conditioned space shall be taken around 20C. For non-air conditioned space, the

temperature shall be taken around ambient temperature. The system shall be designed with

minimum design concentration of 4.7 % as applicable to Class-A & C fire.

o All voids within each hazard shall be discharged simultaneously. Each hazard shall have

an independent system, unless otherwise specifically stated.

o The system engineering company should carry out the piping Isometric design and

validate the same with a hydraulic flow calculation generated by using the agent's design

software. Appropriate fill density to be arrived at based on the same.

o The system shall be so designed that a fire condition in any one protected area shall

actuate automatically the total flooding of clean agent in that area independently. The entire

system shall incorporate inter-alia detection, audible and visual alarms, actuation and

extinguishing.

Clean Agent Supply System

o The extinguishing agent shall be NOVEC 1230 with physical properties conforming to NFPA

Standard 2001 or ISO 14520 standard.

o Each zone to be protected by the Total Flooding System shall be capable of being flooded

independently of the other.

Re-Filling and Maintenance

In case of any leakage or accidental discharge of the agent, it should be possible to re-fill

the cylinders in India itself. The bidder should indicate the source of re-filling and the

time that will be taken for re-filling and replacement.

Storage of Extinguishing Agent

o The agent shall be stored in liquid form at ambient temperature in high-pressure

seamless cylinder containers designed for the purpose. The cylinder shall be high pressure,

seamless, flat type and concave bottom.

o As per the regulations of the Chief Controller of Explosive (CCE) Nagpur, any system

which has a working pressure above 19 bar will require the use of seamless cylinders that

have been duly approved by the CCE, Nagpur.

Page 184: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 184

o Each cylinder shall have its own built-in pressure safety relief valves and shall also be

equipped with pressure gauge to indicate the pressure of its content.

o The cylinders shall be super-pressurized with dry Nitrogen to 42 Bar. The cylinder shall

be capable of withstanding any temperature between -30 Deg C and 70 Deg C.

o All cylinders shall be distinctly and permanently marked with the quantity of agent

contained, the empty cylinder weight, the pressurization pressure and the zones they are

protecting.

o All cylinders shall be adequately mounted and supported in a manner to facilitate

individual servicing or content weighing.

o Cylinders installed shall be of the same size where possible and the manifold shall be

provided with non-return or check valves to prevent back flow when any cylinder is being

removed for maintenance.

Piping and Fittings

All piping shall be Schedule 40 seamless pipes complying with grade B and all fitting shall be

of ASTM A-105.

Discharge Nozzles

Discharge nozzles shall be manufactured in corrosion resistant material and shall be

positioned in a manner to effect a uniform concentration at the shortest time after

discharge. Each nozzle shall be able to cover a height of 5m effectively.

Detection

o The detection part shall consist of the installation of an adequate number of smoke

detectors strategically positioned for the early detection of smoke, and/or products of

combustion. All detectors shall be ULI, FMRC and/or LPC or Vds approved. The detection of

smoke by such detectors shall immediately set of an audible alarm at the control unit and

visual indication of the zone where smoke has been detected.

o The detectors in each zone protected by Total Flooding System shall be wired on a DUAL

RISK CIRCUIT basis. The actuation of one detector in a zone shall not be sufficient to cause

the discharge of the agent. The agent shall only be actuated to discharge on activation of

another adjacent detector in that zone.

o The signal from the second activated detector within the particular zone protected by the

Total Flooding System shall after a time delay activate the agent release device of the Total

Flooding System. The time-delay circuit shall have a delay period adjustable from zero

second to 180 seconds.

Documentation:

The system engineering company should prepare & submit along with the bid documents,

the piping Isometric drawing and support the same with a hydraulic flow calculation

generated by using the agent's design software. The calculations shall validate the fill

density assumed by the bidder.

o The bidder shall submit copies of the datasheets of the hardware used in the system.

o The bidder shall also submit copy of CCE approval letter for the cylinder proposed to be

used.

o The bidder shall also submit calculations to evidence the qty of agent considered for the

system.

Page 185: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 185

o The successful vendor must submit, along with the supply invoice, a certificate of

authenticity, for the agent from the system engineering company duly checked and verified

by distributor.

o The system engineering company should provide, as part of the handing over, the As-

built drawings and operation & maintenance manual.

12.5 High Sensitivity Smoke Detection System

High Sensitivity Smoke Detection aspiration General Description:

A high performance aspirating smoke detection system shall be supplied, installed and

commissioned by the specialist contractor in accordance with the requirements detailed in

the NFPA – 72, Aspirating Detection Systems.

The system has been designed to sense incipient smoke at a very early stage in all critical

rooms, namely:

o Data Centre.

o UPS & Battery Room

o Technical Area

The panels shall be mounted inside the risk protected and there shall be a network of air

sampling pipe work.

The High Sensitivity Smoke detection consist of highly sensitive Laser-based Smoke

Detectors with aspirators connected to networks of sampling pipes. The alarms are

generated once the laser sensor receives smoke at a pre-determined obscuration level to

activate and alert, Fire 1, Fire 2 and alert signal.

The signal is extended to the Fire Alarm monitor Modules / BMS through Volt free contacts

for further investigation.

When required, it shall be possible to connect an interface card for open Protocol output to

BMS system for online Monitoring with Software level integration.

When required, an optional remote Display unit shall be provided to monitor each detector,

and a Programmer shall be supplied to configure the system.

Scope of Work

o This specifications covers the requirements of design, supply of materials, installation,

testing and commissioning of Aspirating Smoke Detection System. The system shall include

all equipment’s, appliances and labour necessary to install the system, complete with high

sensitive LASER-based Smoke Detectors with aspirators connected to network of sampling

pipes.

o The Bidder shall also make provision in the Aspirating Smoke Detectors to trip AHU and

to shut fire dampers in the event of fire through the relay contacts.

Page 186: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 186

Codes and standards

o The entire installation shall be installed to comply one or more of the following codes

and standards :

o NFPA Standards,

o British Standards, BS 5839 part :1

Approvals

o All the equipment’s shall be tested, approved, and/or listed by :

o LPCB (Loss Prevention Certification Board), UK

o FM Approved for hazardous locations Class 1,Div 2

o UL (Underwriters Laboratories Inc.), US

o ULC (Underwriters Laboratories Canada), Canada o Vds (Verband der Sachversicherer e.V), Germany

Design Requirements

o The System shall consist of a high sensitive LASER-based smoke detector, aspirator, and

filter.

o It shall have a display featuring LEDs and Reset/Isolate button. The system shall be

configured by a programmer that is either integral to the system, portable or PC based.

o The system shall allow programming of:

o Multiple Smoke Threshold Alarm Levels

o Time Delays.

o Faults including airflow, detector, power, filter block and network as well as an indication

of the urgency of the fault.

o Configurable relay outputs for remote indication of alarm and fault Conditions.

o It shall consist of an air sampling pipe network to transport air to the detection system,

supported by calculations from a computer-based design modelling tool.

o Optional equipment may include intelligent remote displays and/or a high level interface

with the building fire alarm system, or a dedicated System Management graphics package.

o Performance Requirements

o Shall provide very early smoke detection and provide multiple output levels

corresponding to Alert, Action, and Fire 1 & 2. These levels shall be programmable and shall

be able to set sensitivities ranging from 0.025 – 20% obscuration / meter.

o Shall report any fault on the unit by using configurable fault output relays or via the

graphics Software.

o Shall monitor for filter contamination.

o Shall incorporate a flow sensor in each pipe and provide staged airflow faults.

Materials and Equipment’s

o Both Light Scattering and Particle Counting shall be utilized in the device as follows:

o The Laser detection Chamber shall be of the mass Light Scattering type and capable of

detecting a wide range of smoke particle types of varying size. A particle counting method

shall be employed for the purposes of

o Preventing large particles from affecting the true smoke reading.

o Monitoring contamination of the filter (dust & dirt etc.) to notify automatically when

maintenance is required.

Page 187: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 187

o The Laser Detection Chamber shall incorporate a separate secondary clean air feed from

the filter; providing clean air barriers across critical detector optics to eliminate internal

detector contamination.

o The detector shall not use adaptive algorithms to adjust the sensitivity from the set

during commissioning. A learning tool shall be provided to ensure the best selection of

appropriate alarm thresholds during the commissioning process.

Detector Assembly

o The Detector, Filter, Aspirator and Relay Outputs shall be housed in a mounting box and

shall be arranged in such a way that air is drawn continuously from the fire risk area by the

Aspirator and a sample passed through the Dual Stage Filter and then to the detector.

o The detector shall be LASER-based and shall have an obscuration sensitivity range of

0.025 – 20% obs/m.

o The detector shall have four programmable smoke alarm thresholds across its sensitivity

range with adjustable time delays for each threshold between 0 - 60 seconds.

o The detector shall also incorporate the facility to transmit a fault through a relay.

o The detector shall have a single pipe inlet that must contain an ultrasonic flow sensor.

High flow fault (urgent and non-urgent) and low flow fault (urgent and non-urgent) can be

reported.

o The filter must be a two-stage disposable filter cartridge. The first stage shall be capable

of filtering particles in excess of 20 microns from the air sample. The second stage shall be

ultra-fine, removing more than 99% of contaminant particles of 0.3 microns or larger, to

provide a clean air barrier around the detector’s optics to prevent contamination and

increase service life.

The aspirator shall be a purpose-designed rotary vane air pump. It shall be capable of

allowing/ supporting for a single pipe run / multiple sampling pipe runs with a transport

time of less than 90 seconds.

Detectors shall be capable of supporting a single pipe run of 25m with a maximum transport

time of 120 seconds or as appropriate standards dictate.

The Assembly must contain relays for fire 1, Action and fault conditions. The relays shall be

software programmable (latching or non-latching). The relays must be rated at 2 A at 30V

DC. Remote relays shall be offered as an option and either configured to replicate those on

the detector or programmed differently.

The Assembly shall have built-in event and smoke logging. It shall store smoke levels,

alarm conditions, operator actions and faults. The date and time of each event shall be

recorded. Each detector (Zone) shall be capable of storing up to 18000 events.

Displays on the Detector Assembly

o The detector will be provided with LED indicators.

o Each Detector shall provide the following features at a minimum.

o Alert, Alarm, Fire 1 and Fire 2 corresponding to the alarm thresholds of the detector.

o Smoke Dial display represents the level of smoke present.

o Fault Indicator.

o Disabled indicator.

o Buttons supporting the following features shall be accessible to authorized personnel.

Page 188: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 188

o Reset – Unlatches all latched alarm and faults.

o Disable – Disables the fire relay outputs from actuating and indicates a fault.

Sampling Pipe

o The sampling pipe shall be smooth bore with an outside diameter of 25mm and internal

diameter of 21mm should be used.

o The pipe material should be suitable for the environment in which it is installed, or should

be the material as required by the specifying body.

o All joints in the sampling pipe must be air tight and made by using solvent cement,

except at entry to the detector

o The pipe shall be identified as Aspirating Smoke Detector Pipe along its entire length at

regular intervals not exceeding the manufacturer’s recommendation or that of local codes

and standards.

o All pipes should be supported at not less than 1.5m centres, or that of the local codes or

standards.

o The far end of each trunk or branch pipe shall be fitted an end cap and drilled with a hole

appropriately sized to achieve the performance as specified and as calculated by the system

design.

Sampling Holes

o Sampling Holes of 2mm, or otherwise appropriately sized holes, shall not be separated by

more than the maximum distance allowable for conventional detectors as specified in the

local codes & standards. Intervals may vary according to calculations.

o Each sampling point shall be identified in accordance with Codes or Standards.

o Consideration shall be given to the manufacturer’s recommendations and standards in

relation to the number of Sampling Points and the distance of the Sampling Points from the

ceiling and roof structure and forced ventilation systems.

Installation

The Contractor shall install the system in accordance with the manufacturer’s

recommendation.

o Where false ceilings are available, the sampling pipe shall be installed above the ceiling,

and Capillary Sampling Points shall be installed on the ceiling and connected by means of a

capillary tube.

o The minimum internal diameter of the Capillary tube shall be 5mm, the maximum length

of the capillary tube shall be 2m unless the manufacturer in consultation with the engineer

have specified otherwise.

o The Capillary tube shall terminate at a ceiling Sampling Point specifically approved by the

Client. The performance characteristics of the sampling points shall be taken into account

during the system design.

o Air Sampling Piping network shall be laid as per the approved pipe layout. Pipe work

calculations shall be submitted with the proposed pipe layout design for approval.

Testing

Commissioning Test

Page 189: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 189

o Commissioning of the entire installation shall be done in the presence of the owner

and/or its representative.

o All necessary instrumentation, equipment, materials and labour shall be provided by the

Contractor.

o The Contractor shall record all tests and system calibrations and a copy of these results

shall be retained on site in the system Log Book.

Functional Test

o Introduce Smoke into the Detector Assembly to provide a basic functional test

o Introduce smoke to the least favourable Sampling Point in each Sampling Pipe. Transport time is not to exceed 120 Sec’s.

Documentation

o The bidder shall be authorized and trained by the manufacturer to design, install, test

and maintain the Aspiration Smoke Detection system and shall be able to produce a

certificate issued by the manufacturer along with the offer.

o The bidder shall submit computer generated software calculations for design of aspirating

pipe network, on award of the contract.

o Product data and performance criteria shall be submitted by the bidder.

o The bidder should provide, as part of handing over, the as-built drawing, operation

manual and maintenance manual. The as-built drawing shall exactly match the Sampling

pipe layout with the pipe software calculation.

12.6 Access Control System

Access Control System General Description

The Bidder shall propose server room entrance door have biometric access and exit shall

have card reader with anti-pass back enable. And all others room doors shall have card reader for entry and exit.

Server Room 1 & 2 & 3 & 4 – Biometric & card reader

Electrical Room – Both side card reader

UPS room – Both side card reader

Common Area - Both Side card reader

The Data centre main entrance should have man trap system

The Integrated Access Control System’s (ACS) primary function shall be to regulate access

through specific doors, gates or barriers to secured areas of the facility. It shall also have

the provision of capturing cardholder images and producing access cards used to provide

this access.

The system shall use a single seamlessly integrated database for both its access control and

badging functionality. This integration shall be provided under one operating environment.

The system shall provide a multi-tasking environment that allows the user to run several

Page 190: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 190

applications simultaneously. The ACS software shall run on a Windows 32 bit/64 bit

operating system and be licensed by Microsoft under the Windows Vista Logo program. Such

licensing shall ensure that the application was specifically designed for the Windows

platform and follow Microsoft’s development guidelines for this operating system. The ACS

shall be able to run in conjunction with other Windows applications such as MS Word and

Excel while concurrently annunciating on-line access and security alarms and monitoring

information.

The system shall operate on a Windows multi-tasking, multi-threading 32-bit/64 bit

operating system. The System software shall be a true native 32-bit/64bit application built

`from the ground up' for Windows XP. The System shall NOT be ported over from another

operating system (i.e. UNIX, DOS, or OS/2) and shall not be a Win-16, UNIX, QNX or OS/2

program using a Windows NT Server. In addition, the system shall not be a UNIX or QNX

Server using a Windows client.

All system application modules, features, and functions shall be generated from a single

source code set. In addition, the source code must be designed using object-oriented

software development techniques and compiled into native 32-bit/64 bit applications. There

shall not be separate source code bases for access control and ID badging. All system

features and functionality listed in the proceeding pages shall ship with each system.

Features and functionality available to the “Owner” shall be determined through licensing

and shall be controlled by a software license key. The “Security Contractor” shall work with

the Owner to develop and configure the system.

Abbreviation

o ACS Access Control System, incorporates the entire access control and security network,

including the Server, Workstations and Intelligent field or system controllers.

o ISC (Intelligent System Controller). The hardware components of the system to which

the physical components (input devices, entry devices, and output devices) of the access

control system connect. The ISC communicates with the ASC Server.

o MMI Man Machine Interface. Also known as the Graphical User Interface (GUI).

o NIC Network Interface Card.

o DRIM Dual Reader Interface Module

o SRIM Single Reader Interface Module

o GEM Graphics Editing Module (GEM)Compliance & Standards

The Intelligent System Controllers (ISC's) shall comply with at least two standards from the

following compliance regulations:

CE

C-Tick

UL

The purpose of these regulations is to maximize the operational usability of the product and

to ensure minimum standards within the access control system development have been

maintained. These standards will also ensure electromagnetic interference between

electronic products are minimized as these may diminish the performance of electrical

products or disrupt essential communications.

Installation

o The ACS shall be designed, installed, commissioned and serviced by manufacturer

employed, factory trained personnel.

Page 191: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 191

o All materials supplied by the Security Contractor shall be new and shall comply with the

latest published specifications and recommendations of the manufacturer in all respects

unless otherwise indicated. The Security Contractor shall supply the latest model available

for all equipment items. Unless otherwise indicated in the specification, all electronic

equipment shall be a standard, unmodified production model.

o Equivalent products may not be substituted for previously approved products unless the

Architect has approved a written request from the Security Contractor. All requests for

substitute equipment must reflect a complete description of the proposed substitute

equipment, including manufacturer's technical descriptions, drawings and technical

performance.

o The Security Contractor shall be responsible for providing complete and operational

subsystems, including but not limited to all hardware, software, wire, cable, conduit and

boxes, power circuit connections, terminal blocks, labour, management, engineering,

training, testing, relocation adjusting and connection to NIC work and devices.

System Requirements

System Architecture

o The system shall be of a Server / Client architecture with the option to configure the

Server and client ACS software on different PCs residing on the same computer network.

Full network functionality shall be available over remote links between the Server and any

workstation, using the following protocols:

o NetBEUI, IPX/SPX, TCP/IP

o Dial-in capability from remote workstation to the Server using a remote access service

shall also be available.

o Encryption between the Server and each Client is configurable and safeguarded using

IPsec, to ensure the integrity and security of the data transferred.

Server

The ACS Server shall be capable of operating on an IBM compatible computer with the

following minimum system requirements:

o Operating System Windows XP SP3 / Windows Server 2003 SP2 / Windows Vista SP2 /

Windows 7 SP1 / Windows Server 2008 SP1

o ODBC Microsoft SQL Server 2005 SP4 Standard Edition / Microsoft SQL Server 2005

Express Edition / SQL Server 2008 SP2 / SQL Server 2008 Express Edition

o Processor 2 GB

o RAM 2048 MB (SQL Express Edition), 4096 MB (SQL Server Editions)

o Hard Drive 80 GB ( SQL Express Editions), 160 GB ( SQL Server Editions)

o Ports At least one network connection (as outlined above)

Standard mouse, keyboard, and colour monitor

Workstation

Workstations shall be capable of operating on an IBM compatible computer with the

following minimum system requirements:

o Operating System Windows 7 SP1 / Windows Server 2008 SP1

o Processor 4 GB

o RAM 4 GB

o Hard Drive 120 GB Minimum

o Monitor VGA or better

Page 192: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 192

o Ports At least one network connection port to the Server PC.

o Standard mouse, keyboard, video card and colour monitor

Intelligent System Controllers

The system shall be configured with the ACS software connected via an Ethernet link to any

configurable number of Intelligent System Controllers.

Distributed intelligence

o The system shall employ a distributed architecture so that all access decisions are made

locally at the Intelligent System Controller (ISC). All decisions to grant access shall be made

by the local ISC.

o An Intelligent System Controller (ISC) shall link the ACS software to all other field

hardware. It shall provide full distributed processing for access control and alarm monitoring

operations. Access levels, hardware configurations and programmed alarm outputs assigned

at the administrative workstation shall be downloaded immediately to the ACS software. All

access granted/denied decisions shall be made at the ISC to provide fast responses to card

reader transactions.

o The ISC shall be required to operate in a stand-alone and peer-to-peer mode in the event

it loses communication with system software. It shall continue to make access

granted/denied decisions and maintain a log of events. Events shall be stored in local

memory, and then uploaded automatically to the system when communications are

restored.

o Furthermore, an individual ISC shall be able to communicate with another ISC to

distribute cardholder locations and to perform scheduled and alarm events.

Ethernet Communications

o The ISC shall communicate with the ACS via any standard WAN / LAN communications

link. The ISC shall provide integrated on board port for direct Ethernet connection. This

connection shall not be an RS-485 communications channel that has simply been converted

into an Ethernet connection using a “Terminal Server” or similar conversion device.

o The ISC shall be IP addressable and support standard TCP/IP transmission.

Dial-up capabilities

o The system shall be capable of communicating with remotely located ISCs using dial-up

modem connectivity. The system shall provide the capability to download database changes

to such a controller incrementally.

o The ISCs shall also provide the additional functionality of dialling into the ACS Server to

communicate alarm events, and other events deemed severe enough for this activity. All

other transactions that occur at the remote ISC shall be stored in its internal buffer until

that buffer reaches 80% capacity or the server requests the buffer contents, at which point

the ISC will upload the entire contents of its transaction buffer.

Internal Memory

The ISCs will be supplied complete with internal non-volatile memory. This memory will

allow all program, access permissions, time schedules and the current date and time data

Page 193: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 193

stored in the ISC memory to be retained during periods of power failure. The purpose is to

ensure the ISC returns to full operation after the event of absolute power failure. In

addition, the ISC memory will not require the connection of a battery to permanently store

system information.

Expandable Memory

The ISCs will support the installation of an expandable memory card. This memory card will

be used to increase the overall capacity of the ISC and allow the backup of programmed

and transaction data locally for recovery immediately following a power failure.

Local Alarm Input and Output

o The ISC shall support the on-board direct connection of a tamper input. This input

connection shall be reserved for connecting a tamper switch of the equipment cabinet in

which the ISC has been installed.

o Upon the Tamper input being triggered the ISC shall also provide a local output that is

capable of connecting an output device that can be triggered as a result of cabinet

tempering.

LED diagnostics

As a minimum the ISC shall provide at least 6 separate LEDs that can be easily

viewed for diagnostic purposes. These LEDs shall indicate the state of power and

communications at any given time.

Auto Discovery

It shall be possible for the ICS to automatically discover all ISCs connected to the same

Ethernet network. As a minimum the auto discovery will provide the following:

o Automatically discover installed ISCs

o Pre-programmed ISCs in the ACS database

o Allow basic configuration of ISCs

Dual Reader Interface Module

A Dual Reader Interface Module (DRIM) shall be available for each controlled door and

provide the ability to connect up to two card readers or entry devices. This DRIM shall:

o Monitor the door position (door contact)

o Allow the connection of a Request-to-Exit (REX) switch for exit

o Control an electric door lock or strike

o Provide the facility for up to 3 auxiliary input devices to be connected

o Allow the connection of an alarm buzzer that can be triggered in the case of an alarm

event, or more specifically locally trigger a buzzer for a door held event before this alarm is

registered at the host.

All events that occur at the door must be reported from the DRIM to the ISC.

To allow for situations where an entry and exit reader may be required at the one door a

DRIM will allow two readers to be connected. However, in circumstances where a door shall

only require one reader the DRIM can be configured to operate in a two door mode,

whereby a reader, door lock and door monitoring device can be connected for each door.

In addition, the DRIM shall also provide connection for single advanced reader that connects

via an RS-485 or Wiegand / Clock/Data connections.

Page 194: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 194

Finally, the DRIM shall also provide the ability to work offline in cases where

communications with ISC has have been lost and still continue to accept a set of specified

cards as being valid to the door(s) which it controls.

Eight Reader Interface Module

An Eight Reader Interface Module (ERIM) shall be available for each controlled door and

provide the ability to connect up to eight separate card readers or entry devices. This ERIM

shall:

o Monitor the door position (door contact) for each door

o Allow the connection of a Request-to-Exit (REX) switch for each exit

o Control an electric door lock or strike for each door

o Provide the facility for up to 16 auxiliary input devices to be connected

o Allow the connection of an alarm buzzer that can be triggered in the case of an alarm

event, or more specifically locally trigger a buzzer for a door held event before this alarm is

registered at the host.

All events that occur at any door must be reported from the ERIM to the ISC.

To allow for situations where an entry and exit readers may be required at a door the ERIM

will allow two readers to be used for single door control and provide the possibility to uses

the following combinations of door control:

o Eight single reader doors

o Six single reader doors and one dual reader door

o Four single reader doors and two dual reader doors

o Two single reader doors and three dual reader doors

o Four dual reader doors

The ERIM shall also provide connection for up to eight advanced readers that connect via an

RS-485 or Wiegand / clock/data connection.

The ERIM shall also provide emergency override that supports wire supervision, to ensure

that false fire override conditions are not triggered. Input Control Module

A hardware module shall be available to independently monitor up to 32 alarm input devices

and report line fault conditions, alarm conditions, power failure and wire supervision. When

an alarm input is activated, the condition shall be reported to the ISC and subsequently to

the ACS host. The same module shall also provide the ability to connect up to four control

devices and support emergency override capabilities.

The emergency override shall additionally support wire supervision, to ensure that false fire

override conditions are not triggered. Elevator control module (Additional module for Future Expansion)

A hardware module shall be available to monitor up to 16 independent input devices and

reports line fault conditions, alarm conditions, and power failure. When an alarm input is

activated, the condition shall be reported to the ISC and subsequently to the ACS

Page 195: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 195

workstation. The same module shall also allow the control of up to 16 output devices that

can be controlled via the change in state of an input (monitor point) or a command received

from the ACS Server. These outputs shall support fire override operation.

The emergency override shall additionally support wire supervision, to ensure that false fire

override conditions are not triggered.

Input / Output control module

A hardware module shall be available to monitor up to 8 independent input devices and

reports line fault conditions, alarm conditions, power failure, and wire supervision. When an

alarm input is activated, the condition shall be reported to the ISC and subsequently to the

ACS workstation. The same module shall also allow the control of up to 8 output devices

that can be controlled via the change in state of an input (monitor point) or a command

received from the ACS Server. These outputs shall support fire override operation.

Remote Arming Terminal

o A hardware module shall be available to provide a facility for system users to turn on and

off the alarm system manually.

o This device shall provide a keypad and LCD screen for the easy navigation of alarm areas

and for feedback to the user of the status of any actions they take.

o The Remote arming terminal shall also be capable of producing an audible sound when

the alarm is first turned on or entry to an alarmed area is made to warn the users that an

alarm is about to be raised.

Diagnostics

Each ISC and hardware module shall provide a series of visible Light Emitting Diodes (LEDs)

that display the status of the controller or module, and can be used as visual diagnostic

indicators. As a minimum, the following diagnostic LEDs should be available:

o Communications

o Monitor point (input) status

o Control point (output) status

o Power

Housings & equipment tamper switches

All access control hardware components shall be housed in a lockable metal cabinet that is

fitted with equipment tamper switches and meets the appropriate environmental

requirements. The ISC shall allow the connection of equipment tamper switches to detect

access to security equipment and shall consist of a spring loaded switch assembly. Any

movement of the cabinet door shall cause the switch contacts to transfer. Tamper switches

shall incorporate SPDT contacts and be mounted within each cabinet containing security

equipment such that the switch cannot be disconnected or disabled from the cabinet

exterior.

Firmware Download

All access control hardware components shall be supported by a built in firmware download

and configuration utility from the ACS. This utility shall be included within the MMI and not

via an external dedicated tool only.

Communication

Page 196: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 196

The system shall use TCP/IP communications techniques over Ethernet, whilst employing

proprietary communications protocols. The encryption between the ACS host and each ISC

shall use implementation of the Advanced Encryption Standard (AES) to encrypt all

messages and ensure data security. ACS communications

o The connection between the ACS Server and each MMI workstation shall use standard

Ethernet communications.

o The communications protocol to transfer messages to or from the ACS Server to any MMI

workstation in the system shall be of a proprietary nature to the manufacturer providing the

highest level of security.

o In addition, the communications protocol shall allow an encryption mechanism to be

configured, that ensures the transfer of data cannot be interpreted. ACS / ISC communications

o The connection between the ACS Host and the ISCs shall use standard Ethernet

communications. All communications between the ISCs and sub-devices shall be based upon

the standard RS485 transmission techniques using a proprietary protocol.

o The communications protocol to transfer messages to or from the ACS Host to any ISC in

the system shall be of a proprietary nature to the manufacturer providing the highest level

of security.

o In addition, the communications protocol shall incorporate an error checking routine that

checks the integrity of the messages that are transferred on this line.

ISC communications

o The connection between an ISC and a series of entry devices using Reader Interface

Modules (RIMs), or system extension boards shall use standard RS485 communications

techniques. The communications protocol to transfer messages to or from the ISC to any

connected device shall be of a proprietary nature to the manufacturer providing the highest

level of security possible.

o In addition, the communications protocol shall incorporate an error checking routine that

checks the integrity of the messages that are transferred on this line.

o Each ISC shall be capable of communicating with at least 96 of these devices at any one

time, using four separate channels to co-ordinate the communications process and share

the load across different channels.

Man machine Interface

As a minimum the ACS shall provide the ability to connect up to 140 workstations to the

server. Each workstation shall have the capability of displaying an easy to use MMI, from

which all system operation, including programming, control and operation can be

accomplished. The MMI shall employ a standard Windows look and feel and provide both an

intuitive menu and button driven navigation system.

On-line help

The MMI shall provide a comprehensive on-line help system, which shall be available at any

time and from any screen. The help system shall describe the use of all system functions

and provide a comprehensive glossary of terms. In addition, the help system shall provide

the standard windows help contents listing, index listing and key word or phrase search

functionality. Navigation

Page 197: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 197

o The MMI shall use standard Windows controls, including:

o Mouse control

o Menu functionality

o Button navigation

o Keyboard equivalent mouse shortcuts

Toolbar Customization

o The MMI shall use allow for the customization of an operator specific toolbar. This shall

provide the ability to create a custom toolbar that only includes those buttons (links to parts

of the ACS) that are most commonly used or required for the operation of the system.

o In addition, the operator shall be able to display the look and feel of the toolbar buttons

that allow them to perform tasks quickly and efficiently including the text size and

placement and size and position of icons displayed.

o In addition, the MMI shall also provide the ability for custom toolbar buttons to be

programmed. This customization will permit the selection of a personalized icon and the

ability to include a command to be performed when the button is clicked by an operator.

Windows look and feel

o The MMI shall support a user friendly, Windows Graphical User Interface (GUI) that shall

be intuitive. All messages and interface text shall be in English prose unless another

language has been specified and installed. All functions shall be either keyboard or mouse

driven to allow the System Operators to choose the method of navigating through the

screens. In the alarm-monitoring module of the system software, all major functions

(opening a door, acknowledging alarms, etc.) shall be accomplished using a minimum

number of mouse clicks.

o The operator workstation interface software shall minimize operator training through the

use of language prompting, on-line help, and industry standard PC application software.

Languages

o The system shall support the installation of multiple language versions.

o In addition, the manufacturer shall be able to provide the tools to translate the ACS into

other languages as may be required.

Installation

o The MMI and ACS shall use standard Windows installation processes and employ a

software installation that is similar in look and feel to other Windows Vista applications.

The installation licensing shall allow for the selection of software installations that cater for

the size and functionality of the facility at which the system is being installed. As a minimum

the following package types should be available as default:

The system shall request an operator’s user name and password before entry to the MMI is

granted. The password must be fully encrypted on-screen to prevent it from being easily

copied. The MMI will not be displayed until the identification of the operator has been

verified and access to the ACS is granted. Authentication may be based on a pre-defined

time schedule for certain groups of operators.

Authentication Rules

Page 198: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 198

It shall be possible for the following configurable logon rules to apply to each account:

o Password age

o Password Length

o Logon retries

o Complexity

Finally, it may be possible for the operator to change their own password or for

authentication to be performed using the standard Windows logon identification. Therefore

the currently logged in Windows User’s details can be used to verify their permission to log

into the ACS.

Partitioning

o Operator specific password access protection shall be provided to allow the user/manager

to limit workstation control, display and database manipulation capabilities as deemed

appropriate for each user, based upon an assigned password. Operator privileges shall

"follow" the operator to any workstation logged onto (an unlimited number of operator

accounts shall be supported).

o The System shall employ an application partitioning design so that applications are

broken into separate distinct programs capable of running independently to other System

applications. Applications shall include, but not be limited to, alarm monitoring, system

administration & configuration, cardholder management, graphics, ID card printing, and

cardholder forms designing modules. Each client workstation shall have the ability to be

installed with any combination of the above listed modular applications.

o The system shall allow partitioning to be assigned on the basis of the following conditions

(as a minimum):

o Cardholders

o System Functions (minimum of 60 feature levels)

o Holidays

o ISCs

o Field Devices

o Custom Pages

o Time Schedules

o Site Plans

o Reports

o The system shall prevent the currently logged in operator from viewing the details,

regarding any alarms triggered by a system component to which they have not been

assigned privileges, including:

o Audit trail alarm entries

o Audit trail reports, which include alarm details

o Audible and visual alarm annunciation

The alarm information associated with any system component to which an operator has

been assigned privileges will be displayed.

o The system shall allow partitioning to be assigned on the basis of audit trail reports. The

currently logged on operator shall only be able to create or run those reports to which they

have been assigned privileges.

The system shall also prevent the currently logged in operator from printing reports that

include those system components to which they have not been provided privileges. Privilege levels

Page 199: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 199

When assigning a function to an operator, the system shall allow the level of assignment to

be specified. These levels include:

o Read only. This type of privilege level does not allow the operator to create or

modify components in the specified area of the system. However, they are allowed to view

those records.

o Modify. This type of privilege level does not allow the operator to create components

in the specified area of the system. However, they are allowed to view and make

modifications to existing records.

o Full. This type of privilege level allows the operator to create, modify and view

components in the specified area of the system.

Operator profiles

The ACS shall support multiple operator profiles such that preferences are retained for

individual operators, irrespective of the workstation that they log onto. The display colours

and data layout shall be configurable (and be saved) per operator.

Operator journal

A system operator journal shall be available to log important daily events. The operator is

required to select a journal subject from a pre-defined list. The ACS shall allow an

administrator to set the names to comprise this list of subjects. The system shall also allow

all journal entries relating to a particular subject to be recalled and viewed on-screen,

printed or both.

Workstation auto-lock

All ACS workstations shall automatically lock if left idle for a configurable period of time -

requiring the operator to identify him or herself by re-entering their password. The operator

shall also have the capability of manually locking a workstation at any time. Any system

initiated or manual workstation locks shall be logged in the ACS audit trail.

Default Accounts

At installation the ISC shall be automatically configured with default operator accounts.

These accounts shall be defined in such a way that they reflect the standard duties of

different operators that can be expected to use the system.

Cardholder

The system shall include a cardholder management component that is integrated with the

access control system. The system must support at least 500,000 cards – all of which are

downloaded and retained in the memory of each ISC. This cardholder management

functionality must allow the enrolment of cardholders into the database, capturing of images

and import/export of employee data. This functionality shall also allow a system operator to

assign or modify the access rights of any cardholder.

Cardholder data

As a minimum, the ACS shall allow up to 196 configurable fields to be customized by the

system administrator to suit the needs of the facility owner. The system shall provide a

Graphics Editing Module (GEM) that gives operators the ability to modify any standard field

to customize the cardholder screens as desired. Once these fields have been defined, the

Page 200: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 200

ACS shall not permit these (database) fields to be changed.

In addition it shall be possible to add cardholders to the database without assigning a card

to that cardholder.

Searching

The system shall allow the search of all programmed cardholders, based on the criteria

supplied by an operator. Operators shall only be able to search and retrieve cardholder

records to which they have assigned privileges.

The search criteria shall include any information that can be recorded against the cardholder

and as a minimum include:

o Card number

o Name (first and / or last)

o Work Group

o Title

o Address

o Contact Numbers (phone, mobile, and pager)

o Payroll Number

o Vehicle Details (registration, colour, model)

o Custom Cardholder Data

Searching shall not only be limited to entire word matches. An operator may also search for

cardholders by entering data that appears in the beginning of a word or string.

If more than one cardholder in the system meets the specified criteria, the operator shall be

displayed a list of all matching records, from which they can select a particular record.

When search results are returned, the operator shall be able to dynamically re-sort the

information displayed so that appears in a useful order (for example, by last name). When

selecting an individual record to expand, it shall be possible to keep the search dialog active

so that other cardholder records can be opened at a later time if required.

Cardholder images

o The ACS shall support the capturing of a high quality image of a cardholder from any

workstation. The system operator shall have the option of capturing images in real-time or

alternatively by importing an existing image.

o If capturing images in real-time, the operator shall be able to use an appropriate capture

card or use a USB digital video camera. If cardholder images already exist, the operator

shall be able to import images of all standard formats including jpg, bmp, gif, and tif

o The cardholder image shall be able to be recalled at any time from any workstation to

verify the identity of any cardholder on the facility. Cardholder Fingerprints

o The ACS shall support the capturing of high quality finger prints and encoding the finger

print into the card during enrolment process that is native of ACS.

o Also the ACS shall allow operators to capture and store the fingerprint to the ACS

database. The fingerprints shall be captured using a biometric reader and an enrolment

reader shall be used for fingerprint encoding.

Cardholder Signatures

o The ACS shall support the capturing of cardholder signatures from any workstation. The

system operator shall have the option of capturing signatures in real-time or alternatively

by importing an existing signature.

Page 201: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 201

o If capturing signature in real-time, the operator shall be able to use a USB signature

capture pad. If cardholder signature already exists, the operator shall be able to import

images of all standard formats including jpg, bmp, gif, and tif. Card Trace

The ACS shall record the last visited access point (with date and time) for every cardholder.

A special trace function shall be available for operators to track activity of specific

cardholders. When the trace has been applied, all card activity relating to that cardholder

will be highlighted in the audit trail. A report may also be generated that details the

locations visited by the traced cardholder.

Grouping cardholders

The ACS shall allow the grouping of cardholders into specific configurable entities. This shall

facilitate voiding of a large number of cards with a single action and also assist with

operator partitioning.

Cardholder violations

o The system shall monitor every card presented at each reader in the system and prevent

access at the reader (door) if any of the following access violation conditions exist:

o The card has not been assigned access permission at the current time.

o The card has not been assigned permission at the reader.

o The cardholder has been voided in the system.

o The cardholder belongs to a group of cardholders that has been voided.

o Entry to or exit from an area governed by anti-pass back control has been violated.

o A card belongs to a group of cards that has been disabled.

o A card was presented at a reader that has been disabled or taken out of service.

o The card has been presented before its allocated start date, or after the card’s

designated end date.

o The card presented does not belong to the site, which includes an invalid card number,

an invalid site number or a card containing an invalid facility code.

o In addition, a message will be logged in the audit trail indicating the card use violation,

and if configured, a visual and audible alarm will also be displayed.

Cardholder Data Import / Export

o The system shall provide an external software tool that can be used to import or export

cardholder data from another application via text file.

o This manipulation of data shall be governed by the same login rules applied to a standard

operator of the system and shall also be capable of synchronising data over a period of

time.

o The system shall also provide an automatic synchronization tool that allows changes to

be automatically bought in the ACS. .

Cardholder Record Changes

It shall be possible to display all changes made to a cardholder record within a specified

date range so that record can be reversed to a previous status from any point in time.

Multiple Cards per Cardholder

o It shall be possible to define up to 5 cards for each cardholder in the system and have an

independent void or active status for each card and the overall cardholder.

Page 202: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 202

o In addition, it shall be possible for each card assigned to the same cardholder to be of a

different card technology and for each card to have separate access permissions.

Inactive Cardholders

It shall be possible to effectively park cardholders by removing a card from their current

identity profile. Whilst this data will still remain in the ACS the cardholder will still be

considered inactive and not count toward any overall licensing structure or otherwise.

Custom Cardholder Information

o The ACS shall provide an integrated tool for creating custom cardholder information. This

shall provide the ability to add the following information types to a cardholder custom

page:

o Textbox

o Dropdown List Box

o Date Calendar

o Group Box

o Dialog Labels

o Custom Button

o Attachments Box

o In addition, design of custom pages shall be simple drag and drop functionality with

automatic page guides for aligning already placed components and the ability to individually

change the parameters of each component selected.

o Finally, it shall be possible to import or export custom pages using an xml format.

Cardholder Watchlists

o The ACS shall provide the ability to import information regarding any cardholder on a

watchlist from a government agency or otherwise

o When an operator attempts to enrol a cardholder into the ACS that matches the

information already contained in a watchlist, the ACS shall generate an alarm that alerts the

operator that a match has been recognised and further action may be required.

o This match shall include general cardholder information or may even include custom

cardholder information. Assignment of Access:

o The system shall allow an infinite number of combinations of access permissions to be

assigned to any cardholder programmed in the system. The system shall allow access

permissions to be assigned to access points, areas, elevator floors and groups of any of

these.

o In addition, the system shall provide the ability to schedule the times during which

cardholder access to each separately allocated resource is permitted.

o Access shall also be extended to output points, whereby a cardholder presenting their

access badge not only unlocks a door, but can also easily change the state of any output in

the system.

o Upon changing or assigning access to any cardholder, the details shall be immediately

propagated to all on-line ISCs.

o Access privileges shall be assignable on the following basis:

o Access based upon group privileges

o Access based upon individual privileges

Page 203: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 203

o The ACS shall allow up to 65,000 configurable time schedules to be defined. Each time

schedule can consist of up to 20 independent time periods including up to 2 holidays. For

ease of configuration, the operator shall be able to select from week days, weekends, or

specify a particular day or time. The ACS shall have the intelligence to check whether the

time periods are valid and not conflicting with existing credentials.

o A time schedule can be configured to include or exclude holidays. Upon changing a time

schedule record, the ACS shall immediately propagate the appropriate changes to all

affected ISCs. Card Readers and Cards:

Card Readers shall read encoded data from the access card and transmit that data back to

the ISC. The card reader or entry device should give an audible and visual indication of each

read. Supported cards and technologies

o The system shall be compatible with all major card and access entry technologies,

including (but not limited to):

o Proximity cards and readers

o Biometric readers

o Bar code cards and readers

o Magstripe cards and readers

o Wiegand cards and readers

o Smart cards and readers

o iClass cards and readers (HADP range)

o Optical cards and readers

o Transmitter and infra-red cards and readers

o Keypads and PIN pads

o In addition, the ACS manufacturer shall be able to provide a number of different encoded

card technologies, which use sophisticated algorithms. These algorithms shall be proprietary

in nature to the manufacturer, and should be sophisticated enough that they increase the

security of the installation. The support for these formats will be in addition to any format

perceived to be an industry standard. These shall include at least one proprietary format in

each of the following:

o Bar code

o Magstripe

o Wiegand (output protocol)

o Smart Card

o RS-485

o Clock & Data

Ability to produce cards with bar codes, magnetic stripes, smart cards

o The system shall be able to create and print either magstripe, bar code, or smart cards

using an integrated printing function.

o When creating bar code cards the user must have the option to choose the type of

barcode that suits their facility. The user should be able to specify the bar code ratios,

character length and position on the card.

Ability to support multiple cards

The ACS system shall support the use of 60 different card technologies. As such, each

tenant within an allotted environment may bring their own card technologies with them.

Page 204: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 204

Ability to support MIFARE smart cards

The ACS system shall support the use of MIFARE smart card technology. As such the system

shall provide the ability to encode smart cards including the ability to program the following:

o Specify a custom format including length, facility, company, card number and parity.

o Program each sector / block on a MIFARE (1K and 4K byte) smart card for access

control and non-access control applications

o Specify sector keys and the way in which these keys interact with the sector for the

reading and writing of information

o Specify the output type and data type of the information stored on the card

o Program database information for each block / sector

o The ACS system shall also support the ability to read an entire smart (1Kb and 4Kb)

card based upon a pre-configured profile. This card reading shall provide a dedicated

viewing screen from which the currents contents of all blocks and sectors can be viewed

on-screen.

Ability to support DESFire smart cards

The ACS system shall support the use of DESFire smart card encoding technology. This

option shall support a wide range of smart cards. The ACS shall provide the ability to

encode DESFire smart cards including the ability to program the following:

o Specify a custom format including length, facility, company, card number and parity.

o Program each Application / File on a DESFire (2K, 4K and 8K) smart card for access

control and non-access control applications

o Encryption Key for the smart card

o Length of data written on the card, Output format, Access Control, and the Data Type to

be encoded on to the smart card.

Ability to support Custom Wiegand cards

The ACS system shall support the use of proximity card technology with a custom wiegand

format including the ability to program the following:

o Specify a custom format including;

o Length

o Facility Code

o Company Code

o Card number

o Revision

o Parity

o Provide a graphical means of specifying the format details

Enrolment

Page 205: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 205

It shall be possible to connect standard card readers to the ISC workstation directly using a

free USB port for the purpose of automatically capturing the card details during the

cardholder enrolment process.

Ability to support iClass cards and readers

The ACS system shall support the use of iClass technology natively (e.g.; not just via a

wiegand connection) including the ability to perform the following:

Support for HADP I Class readers

Support for access control via CSN or iClass ID

Immediate propagation

o Changes made using the ACS software shall be automatically recorded to the ODBC

compliant database and downloaded to the correct ISC(s) using the appropriate

communications channel. In addition, the ACS software shall also provide the tools to

manually download all appropriate database information, allowing the full initialisation of

each ISC.

o All database changes shall be performed while the workstation is on-line without

disrupting other system operations.

o Changes made at the ISC equipment shall be automatically uploaded to the ACS server,

to ensure system continuity. Each ISC shall be capable of reporting all changes in status,

system events, and actions performed, to the ACS in real-time. These messages shall be

displayed immediately in the ACS audit trail. The effect of each message must be reflected

throughout the system as they occur, such as, the immediate changing of the colour of a

symbol located on a site plan to indicate a change in point status.

Local event buffer

The ISCs shall maintain a buffer of all events that occur locally. This buffer shall store all

messages until they are uploaded to the ACS server. If the communications between the

ISC and the ACS server are lost, the buffer will be retained until communications is

restored, at which point all logged events shall be uploaded to the ACS server.

Database accessibility

All System data must reside on a single database on the network and must be accessible in

real-time to every / any system workstation. This shall allow for automatic change

propagation to all workstations on the system as well as a common database to consolidate

all information and allow for better disaster recovery. Real time Audit Trail

The system shall log all events that occur to both an on-screen audit trail window and a

retrievable database record. These events must be logged on-screen as they occur (in real-

time). All system changes, alarm events, entry / exit conditions, point state changes,

exception messages, miscellaneous system messages, or any information relating to the

access control system in general shall be logged to this audit trail. Partitioned display data

The system shall be capable of filtering all displayed audit trail messages based upon the

currently ‘logged in’ operator’s assigned privileges. Only those events to which the operator

has been assigned privileges will appear on-screen or any audit trail report printed whilst

that operator is logged on. Operator audit trail profile

Page 206: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 206

o The system shall allow the operator to select which information columns are displayed

and which information columns are not displayed on-screen in the audit trail window. The

system shall also allow the operator to change the width of any displayed audit trail column

by simply using the mouse to drag the column wider.

o The system shall allow the operator to select the colours in which certain events are

displayed in the on-screen audit trail window. The operator shall also be able to select the

background colours displayed behind these entries. As a minimum, the system shall allow

the following audit trail component colours to be configured:

o Alarm message text colour

o Normal message text colour

o Alarm message background colour

o Normal message background colour

In addition, it shall be possible to display each alarm with an individual alarm colour, this

will allow alarms of a similar to type to be instantly recognized. History View

The system shall provide the ability to switch to an audit trail history mode that allows

history events to be easily searched. This view shall allow events to be searched based upon

any text contained in the audit trail messages that have been recorded.

Event short-cuts

The system shall facilitate a quick link (short-cut) from any event appearing in the audit

trail. As a minimum, there shall be a link to the cardholders and the point location relating

to the audit trail event. This will enable easy access to the respective record, allowing the

operator to change the details of that record, if necessary.

Dual window

o The ACS shall allow any operator to scroll through past events without losing the ability to

monitor new events. This shall be easily achieved via a split-pane audit trail window. Both

viewers shall display all events as they occur. The upper viewer shall allow the operator to

scroll-back and view previous events that have occurred at the facility, but have scrolled off

screen as other events are logged. The lower viewer shall display the latest logged events at

all times.

o The two viewers shall be separated by a movable partition that allows the operator to

change the viewable area by simply using the PC mouse. In addition, the system shall allow

the operator to select the number of entries that are retained in each on-screen viewer at

any time.

o Any older events that cause the viewer to exceed the configured entry limit, will be removed

and must be logged to a permanently stored log-file that can be recovered by creating an

audit trail report.

o The currently logged in operator shall also be allowed to determine the order in which

events are displayed (i.e.: latest event appearing at the top or the bottom of the audit trail).

Real-time audit trail printing

The ACS shall allow the system administrator to configure the type of events to print to a

dedicated printer in real-time. The administrator shall have the option of selecting to print

all events or only alarm events. This can be in addition to displaying the events on-screen. Filtering and Search

Page 207: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 207

The MMI workstation shall allow the audit trail messages displayed on-screen (in history

mode) to be searched using a full text search field. In addition, should be possible to filter

the displayed records... The filter options will include, but will not be limited to:

o Date and Time

o Type and Category of event

o Point Information

o Group

o Name

o Employee ID

Change Tracking

The Audit Trail shall detail each database change made within the system, including the

data that was changed and a record of the operator who made that change.

Custom Audit Trails Views

The ACS shall provide the ability for an operator to create a custom Audit Trail view that

includes the following features:

o The customized view should update in real time as transactions occur in the system

o Multiple custom views shall be permitted at any point in time

o Ability to filter information displayed (for example may only display messages from a

select group of doors)

o An operator shall be permitted to share views (configuration of) with other ACS operators

o Ability to configure a view with special trace conditions such that any important event in

the system is displayed with identifying colours. For example, whenever a specific door is

unlocked a message should appear in green

o Any view shall support the configuration of multiple trace conditions at any time

Alarm annunciation

o The system shall provide an audible and visual annunciation of all appropriate alarm

situations as they occur. Each alarm annunciation shall be configurable, so that it requires

positive action to be taken by the System Operator when acknowledging it, and always

appears in the foreground of the MMI.

o Immediately following the visual and audible annunciation of an alarm, a field shall

become available where the system operator can enter comments regarding the alarm

situation, and shall prevent the alarm from being cleared until an entry in this field has been

made. Once entered the System Operator shall be allowed to acknowledge the alarm.

o In addition, pre-defined alarm responses shall be available. These responses are specific

to the facility and can be selected from a drop-down list to ensure quick and efficient

acknowledgement of an alarm situation, in lieu of typing a message.

o After an alarm has been announced, the system shall allow the operator to silence the

alarm for a selected period of time. After this time period has elapsed the alarm

annunciation will be regenerated.

o Upon an alarm being announced, the System Operator shall be provided with the facility

to view an alarm queue before taking further action. Alarms with the highest priority shall

be placed at the head of the queue. As a minimum the alarm queue

o Name of the system component that caused or initiated the alarm

o Current status of the system component that caused or initiated the alarm

Page 208: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 208

o The system shall provide the ability to outline unique emergency instructions to be

specified for each type of alarm. These instructions should be displayed on request before

the alarm is actioned, in order to help the Operator understand the requirements and

necessary routines for clearing the alarm. These alarm instructions should be able to contain

any combination text or graphics and if appropriate contain a windows video (*.avi) that can

be played on request of the system operator.

o In addition, these instructions should appear in a dialog that allows the system operator

to enter a log in relation to the alarm and acknowledge the alarm, whilst simultaneously

viewing the instructions.

Visual alarm graphics

o The system shall be configured so that the activation of any alarm provides text and

audio instructions outlining the procedures to follow in responding to the alarm, at the

Alarm Monitoring Workstation and automatically calls up associated maps upon grabbing the

alarm.

o The alarm-handling portion of the system shall provide dynamic colour alarm graphic

maps. These maps shall allow the operator to respond to and clear alarms from the alarms

graphics screen.

o The system shall allow the creation of colour graphic floor plan displays and system

schematics for each piece of equipment, including card readers, inputs (monitor points), and

outputs (control points) to optimize system performance, analysis and speed alarm

recognition.

o The MMI shall allow users to access the various system schematics and floor plans via a

graphical penetration scheme, menu selection or text-based commands.

o The system shall allow the equipment state to be changed by clicking on the point block

or graphic symbol and selecting the new state. In addition symbol colours shall be used to

indicate status and change as the status of the equipment changes.

o Real-time, dynamic graphical maps will mean that the map screen will not have to re-

paint or refresh each time a new alarm or event condition occurs.

Multimedia alarming

The system shall extensively integrate and use multimedia throughout the ACS. The system

shall provide owner customizable voice alarm annunciation and a flashing coloured system

icon for each alarm in the System. In addition, the System shall provide customizable voice

instructions so that each alarm or event in the System can have both sets of text

instructions and/or pre-recorded audio voice instructions. Alarm re-activation

The ACS shall allow each alarm to be configured with an internal timer that re-activates the

alarm annunciation if the change in status that initially caused the alarm to be announced

has not been rectified. This timer shall only accompany those alarms where the status of the

system component can be restored to a normal state. Alarm Queue

o The ACS shall place each outstanding alarm in a queue with the highest priority alarm at

the top of the queue. The alarm queue shall be able display different alarms with unique

colours to allow for easy and quick identification of any outstanding alarm.

o In addition, each entry in the queue as a minimum, will display the alarm location, its

current status, and the date and time at which the alarm first occurred. The alarm queue

will also provide the ability to clear alarms when necessary.

Page 209: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 209

Alarm configuration

o The ACS shall allow each alarm to be fully configurable. As a minimum the System

Operator shall be able to configure alarms in response to changes in state or messages

received from the following system components:

o Access Points

o Areas or zones

o Communications

o Elevator floors

o Input points

o Output points

o Intelligent System Controller (ISC)

o Interlocked Door Groups

o External System Points

o As a minimum, each alarm created shall allow the operator to define the following

attributes:

o Whether or not the alarm is required to be acknowledged when announced

o Alarm priority, with up to 1,000 priority alarm levels

o The colour of each alarm priority level

o Instructions to be associated with the alarm

o Sound to be played when the alarm is visually announced

o Alarm re-activation time

o State change or event that will trigger the alarm or return the system component to

normal

o Description of each status

o Symbols to represent the alarm and normal status of the component on a graphical map

o The system shall also allow alarms to be forwarded to an alternative alarm handling

solution. The methods in which alarms can be forwarded include:

o To a mobile phone using SMS

o To a pager

o Via email

o From one ACS server to another (in the same security network and communications

structure) via OPC

o To an OPC (Alarm and Events) compliant system Printers

o All printers can reside on the same network as the access control and security system.

Dedicate printers by function

Page 210: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 210

The system shall be capable of configuring dedicated printers for each specific task that

requires the use of printed results. As a minimum the system shall allow the following

printer types to be specified:

o Audit Trail printing

o Card printing

o Plan printing

o Report printing

Reports

The system shall be capable of configuring a dedicated printer specifically for the task of

printing audit trail, database, or operator journal reports. This facility shall provide the

selection of a default printer for this task and the ability to change the printer characteristics

to suit the printing requirements. Real time printing

The system shall be capable of printing all audit trail entries as they occur, using a

dedicated printer specifically for this task. This facility shall allow the filtering of audit trail

messages that are printed, including alarm messages only or all messages. In addition, the

system shall allow the printer type used to be selected, be it 132 column, 80 column, or

other printer types. ID card printing

The system shall support any card printer with industry standard Windows drivers. It shall

support double-sided full colour printing, edge to edge printing with the additional ability to

encode magnetic stripes or bar codes on cards.

Plan printing

o The system shall be capable of configuring a dedicated printer specifically for the task of

printing graphical site plans. This facility shall provide the selection of a default printer for

this task including the ability to select the following type of printers:

o pen plotters

o inkjet printers

o bubble jet printers

o laser printers

o electrostatic printers

o The ability to change the printer characteristics to suit the operator’s requirements shall

also be available.

Archiving System

The system shall be capable of archiving the programmed database information, the logged

audit trail data, operator journal entries, graphics, alarm sound files, alarm instructions and

custom designed reports. Once archived, the system shall provide the tools required to

restore this data at a later time if necessary.

Archiving medium

The system shall provide the ability to select the location of the archived data, be it using a

Page 211: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 211

local hard drive, another hard drive located on a machine in the same computer network, a

floppy drive or any other mass storage device as deemed acceptable.

User-definable archiving parameters

The archiving facility shall allow the operator to select what information is to be stored.

When archiving database information, the operator should be able to independently or

collectively select the following information for storage:

o All programmed database records

o All system graphics, including site plans, symbols, alarm instructions and drawings

o System parameters

o Operator profiles

o Cardholder images

o Reports

Upon restoring the archived data, the system operator shall have the same flexibility in

choosing which components are to be restored if more than one component was part of the

archived file.

When archiving audit trail information, the operator should be able to independently or

collectively select specific dates for storage. Upon restoring the archived data, the system

operator shall have the same flexibility in choosing the dates for which audit trail entries are

to be restored.

In addition, the operator shall be able to choose whether to encrypt the backed audit trail

data. Automatic Archive

The system shall provide the mechanisms to create an automated backup. This will allow a

backup schedule to be implemented for the ACS data and will include scheduling for one off

date and time, day of the week, or monthly. In addition it shall be possible to specify the

type of data to be automatically archived.

Reporting

The system shall be capable of providing detailed reports regarding the information

contained in the database, audit trail, or operator journals, without the need for

programming skills.

The system shall provide the capability for the configuration and set-up of a specific system

printer for printing reports, and allow the use of network printers. The system shall also

exclude those records from any report to which the currently logged in System Operator has

not been assigned privileges to view. Available Reports

The list of reports shall be available in a tree view sorted by functional area of the system,

whereby individual report views can be easily selected and displayed within the MMI. As a

minimum the system shall supply at least 50 pre-defined reports in the following functional

areas:

o Alarm Information

o Hardware Components

o Time Schedules

Page 212: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 212

o Groups (hardware / cardholders)

o Access Definitions

o Site Plans

o Cardholders

o Audit Trail Messages

o Event Routines

o Eternal Devices (e.g. CCTV)

o Holidays

o Elevators

o Operators

o Mustering

o Credential Profiles

o Advanced Security Programming

o Synchronization

The report view MMI shall be displayed within an independent window to the ACS main

operation window so that the reporting function never takes away focus from the audit trail

view or other important access control information being displayed on screen,

In addition, it shall be possible to hide the tree view navigation pane to maximize the area

on screen in which to view the data associated with the report selected.

Report sort and filtering

Once displayed, each report can be filtered and information ordered as required. The main

functions that shall be available to customize the current view of a displayed report shall

include as a minimum:

o Customized column view (order columns, add new columns, remove columns)

o Column order (alphabetical sort order – ascending / descending)

o Information Grouping (Group information based upon data in a column, including

hierarchical grouping)

o Key word filter (filter any information in a column based on a key word including wild

card characters etc.)

o Automatically size columns for the information displayed Design custom report views

The system shall provide the tools necessary for the operator to create custom reports

regarding information in either the audit trail or database. This customization shall allow the

following selection criteria as a minimum:

o Customized report creation wizard

o Custom report name

o Report type selection (for example: cardholders)

o Selection of column information to be displayed (for example: first name, last name)

o Filtered criteria (for example: first name = John) with more than 15 different filter types

(equal to, greater than, etc.)

o Ability to add additional filtered criteria including logical operators (and / or / and not / or

not)

o Addition of the new custom report to the tree view for easy and permanent selection

Print to reports printer

Page 213: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 213

The system shall provide the functionality to configure and setup individual printers for each

different system task that may require printed results. This includes the ability to configure

a printer specifically for the purpose of creating printed reports. In addition, the printer

configuration shall allow for the setup of local or network printers for these tasks. Print reports automatically

The system shall provide the tools to automatically generate reports, based upon a defined

schedule without operator intervention. These automatically generated reports shall be

saved to disk and can be viewed at any later time while still saved. Print Preview

It shall be possible to provide a print preview on screen with the option to change the

printer settings so that the view can be customized by the operator before printing. Report Export

It shall be possible to export the data contained within a report to the following data

formats:

o Microsoft Excel (.xls)

o XML (.xml)

o Tab delimited (.txt)

o Comma delimited (.csv) Report Layout

Where applicable it shall be possible to dynamically change the report layout on screen by

selecting an appropriate current view. For example, when creating a report based upon

cardholders it shall be possible to view layouts based upon a list, by card status,

alphabetical order, grouping, or with photograph. Once selected the screen will reflect the

layout chosen. Interactive Reporting

The ACS shall provide a report with an interactive functionality. As a minimum, interactive

reports shall permit the following:

o Ability to create a complex report based on any information contained within the ACS

o Alternatively, it will be possible to import reports from an external source

o Each interactive report will provide the facility for a set of conditions to configured for the

report information (e.g.: date > mm/dd/yyyy)

o Perform functions on any information that meets the criteria selected. These functions

shall include voiding a cardholder.

o Functions shall be activated manually by right clicking or automatically upon report

analysis by the ACS. Unused Cards

The ACS shall provide a mechanism to remove unused cards from an active state in the

system. The length of time which defines an unused card shall be configurable.

o The ACS shall allow a report to be generated that lists all cards that at the time the

report was generated the cards listed were considered unused.

o It shall be possible to directly from right clicking on entries in the report to void any

or all unused cards as seen applicable by the operator who produced the report.

o The ACS shall also provide the ability for unused cards to be automatically voided in

the system at a regular interval (for example, on a weekly basis), without the need for

operator intervention. Scheduling

The system must provide the capability for an operator to define specific times, during

which certain events and system control will occur. The system must be capable of handling

Page 214: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 214

at least 65,000 distinct time schedules. These schedules must be operator customisable, so

that, they can schedule events across an entire week, with up to twenty distinct time

periods during that week. Primarily, the time schedules must be able to handle holidays, provide access at certain times, and schedule or permit events during the specified times.

Holidays

The system must be capable of defining over 100 holiday dates in advance of them

occurring. A defined holiday will override the normal timed schedules where configured and

allow other system functions to behave as normal.

Public floor access

The system must be capable of scheduling specific times when access to floors in an

elevator system are taken ‘off’ security and are accessible to the general public. At all other

times the system shall secure those floors and provide access only to valid cardholders. Access per door

The system must be capable of scheduling specific times when a cardholder is permitted to

access a specified door, barrier or gate. At all other times the cardholder will be prevented

from gaining access at that door. By specific date & time

The system shall be capable of scheduling certain programmable events to occur on specific

dates or during specific times of the day.

By certain event

The system shall be capable of scheduling certain programmable events to occur in

response to the activation of another event or system status change. The event or status

changes that trigger this response shall be configurable.

ANTI-PASSBACK

o The system shall be capable of providing anti-pass back control, whereby, a cardholder

that uses their card at an entry reader must not be able to re-enter until they have first

exited using the specified exit reader. The system must also be capable of operating in

either a soft or hard anti-pass back mode

o The anti-pass back control should also be flexible so that cardholder’s that have violated

anti-pass back rules or have lost their access card can be forgiven by a system operator. Soft Anti-pass back

The system shall provide the selection of a soft anti-pass back mode, which permits entry at

a door or barrier (to a valid cardholder) when the anti-pass back rules have breached.

However, the system will still generate an alarm in response to this anti-pass back violation. Hard Anti-pass back

The system shall provide the selection of a hard anti-pass back mode, which does not

permit entry at a door or barrier (to a valid cardholder) when anti-pass back rules have

been breached. In addition this type of breach will also generate an alarm. Peer-to-Peer Anti-pass back

o The system shall provide full anti-pass back capabilities across multiple ISCs without the

need to consult the ACS host. This will allow full anti-pass back capability even when

communications with the host has been lost.

o In addition, peer-to-peer anti-pass back operation shall provide a fail-safe mode,

whereby entry or exit to a secure area will be permitted when communications between

controllers has been lost.

Page 215: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 215

Mustering Area

The system shall provide the facility via the anti-pass back functionality to designate specific

mustering areas. These areas shall allow reports to be generated that display all those

cardholders currently logged into that area.

Area Limits

The system shall allow each area to be defined with a maximum cardholder count. Once this

limit has been reached the area will be considered as being “Full”. Once the full capacity has

been reached, the system shall allow:

o The prevention of further cardholders from entering the area

o The triggering of an output device, for example a “Parking Lot Full” sign

Cascading Anti-pass back

The system shall allow single reader doors to be created within an area. These doors will not

fall under normal anti-pass back control, however, entry will not permitted unless the anti-

pass back conditions assigned to the surrounding area have been previously observed. Four Eyes Access

The system shall allow an area to be nominated as a “Four Eyes” location. An alarm in a

four eyes location shall be raised when a single cardholder has entered that location and

resided within the location for a specified amount of time without a second or subsequent

cardholder entering. A four eyes area will also allow an alarm to be raised when no

cardholders reside within the location. Timed Re-entry

The system shall allow an entry point(s) to be nominated as a timed re-entry point. Once a

cardholder has used their card at a timed re-entry access point, that cardholder will not be

permitted to re-use their card again to gain access to that location within a specified time

period.

Door Interlocking

The system shall allow the configuration of a set of interlocked doors, such that opening any

single door within the defined set prevents any other door from being opened at the same

time, even if a valid cardholder attempts to gain entry at that door.

In addition, it shall be possible define a time period once the first door has been closed,

before another door in the set can be opened. Dual Custody

The system shall allow the configuration of a door such that it can only be opened if two

valid cardholders present their access badge at the door within a defined time period. This

mode shall also allow for supervisory access (e.g.: visitor escort) and an override function

based upon cardholder so that cardholders of an authorized level do not require a

subsequent cardholder before entry is permitted. Clustering

Finally, the system shall allow the configuration of a set of controllers in a single group for

the purpose of anti-pass back configuration. Whilst both local anti-pass back and global

anti-pass back operation shall be available, this subset allows a group of controllers to

monitor anti-pass back within their own cluster.

This type of clustering shall also allow cardholders to maintain a current count in separate

anti-pass back locations. For example, when a cardholder leaves their car in the carpark the

Page 216: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 216

increased count because of that card remains raised, even if the cardholder enters another

anti-pass back area that is managed across multiple controllers.

Security Programming:

The programmable security control shall allow the operator to visually design activity

programs in the system and download them to the controller. The operators shall be able to

customize activities for multiple triggers, and resulting effects via the graphical designers.

As a minimum, the ACS’s security programming shall make the following features available:

o Enabling users to create and design customized, site-specific activity programs for their

site, without having to contact vendors for related firmware modifications

o A Single ISC or controller shall execute multiple programmable activities simultaneously.

A single programmed activity shall be executed from multiple ISC’s.

o The programmable activities shall be controlled and executed by Time Schedules

o A variety of entities like Access, Input and Output point, Access Events, Intrusion Areas,

Anti-Pass back areas, Workgroups, and Floors shall be supported.

o Virtual Components like flags, timers, counters shall be incorporated as triggers and

effects.

The Time and Attendance:

The system shall be capable of recording the entry and exit of cardholders at designated

card readers or groups of card readers.

Once recorded the system shall allow for the export of the time and attendance information

to a third party T&A or HR application. This export shall be available in a “.CSV” or “tab

delimited” format to a pre-defined file location and file name.

o In addition, the exact information contained within the export file shall be selectable and

extend to at least the following required information:

o First Name

o Last Name

o Date of record

o Time of record

o Location that the record was logged

The system shall provide the ability for a report to be generated that counts the hours a

cardholder is estimated to have been on-site.

o The hour counting function shall allow a count of hours from a specified date at specified

readers within the ACS

o The hour counting function shall allow a count of hours from within a given time frame

(for example, within the last week)

o It shall be possible to automate such a report and send this via email to a specified

recipient.

o It shall be possible to export the report so that the information contained can be used in

another third party system.

Graphical Maps

o The system shall allow the design, import, and construction of site plans, which can be

used to visually handle alarms, control access, and generally monitor the facility. Each site

plan shall be updated dynamically as the status of system components change. The symbol

representing each component will automatically update in colour, alerting the operator of its

change in status.

Page 217: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 217

o The system shall provide a pre-defined library of symbols that represent the most

common access control and security components. In addition, the system shall allow the

operator to create their own library of symbols that represent the devices installed at the

facility.

o The system shall provide a built-in suite of graphics tools that can be used to create or

modify a site plan. As a minimum, these tools shall include:

o Import of existing site plans, including AutoCAD, bmp, jpg, wmf, tif, and most other

raster type images.

o Common Windows text tools, such as alignment, font, and style.

o Colour tools to change the fill and border colour of components in a plan.

o Drawing tools, so that lines, boxes, circles, arcs, and free-hand lines can be drawn.

o Alignment tools, to align separate components in a site plan.

o Shortcuts that add a button to a site plan that, when clicked automatically open a new

site plan or trigger a system action, such as opening a door.

o Grid or crosshairs that aid in the alignment and scale when creating a site plan.

o Each site plan shall have the ability to unlock a door to allow entry, control points at the

click of a button, retrieve point information at the click of a button, and create shortcut

buttons to other plans in the system or frequently used system commands.

o In addition, the ACS shall allow partitioning for each graphical map. This partitioning shall

allow only those System Operators that have been assigned the appropriate privileges to

the graphical map, to view it and control points located on that map.

12.7 CCTV System

The bidder shall propose the CCTV with necessary accessories for DC area, Electrical room

and common area,

CCTV General Description

The work under this system shall consist of design, supply, installation, testing, training &

handing over of all materials, equipment’s and appliances and labour necessary to

commission the said system. The True IP Based CCTV System shall comprise of fixed dome

indoor cameras, PTZ cameras power supply units, monitoring stations, Network video

recorders, Hard disk storage devices, Software and other associated accessories. It shall

also include cabling, necessary for installation of the system as indicated in the specification

and Bill of Quantities. Any openings/chasing in the wall/ceiling required for the installation

shall be made good in appropriate manner.

System Design and Architecture:

CCTV system should be designed such as to cover the strategic locations and sensitive areas

of High end cameras with Night sense feature to be installed for this outdoor application. All

outdoor speed domes shall be rugged and shall be weather proof as per specifications. Also

the systems should utilize only industry standard protocol.

General positioning of the cameras are in the entrance security area, receptions, all the lift

lobbies, all patient & standby waiting areas, corridors, all exits, lobbies, plant rooms,

electrical rooms, server rooms, and external areas can be monitored. Interactive cameras

can be used in certain areas, pan, tilt and zoom cameras are provided in critical areas that

need to be observed in the event of some disturbance.

Page 218: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 218

A digital IP-Surveillance system, images from a network camera are digitized once and they

stay digital with no unnecessary conversions and no image degradation due to distance

travelled over a network. In addition, digital images can be more easily stored and retrieved

than in cases where analog video tapes are used. By using a data connection and computer

networking, IP cameras can provide much better performance with no real limitations for

future growth in resolution or other capabilities.

System should be programmed such that operator’s intervention if required shall be minimal

and the system should provide features like guard tours, pre-set positions and the pre-set

positions will be linked to perimeter protection system/intrusion system in future. The NVRs

should allow for recording of events both continuous and motion triggered as per

requirement and recordings should be able to create evidences and support post event

analysis.

Specifications of cameras

1.3MP resolution indoor DOME CAMERA:

GENERAL

o All equipment and materials used shall be standard components that are regularly

manufactured and used in the manufacturer’s system.

o All systems and components shall have been thoroughly tested and proven in actual use.

o All systems and components shall be provided with the availability of a toll-free (U.S. and

Canada), 24-hour technical assistance program (TAP) from the manufacturer. The TAP shall

allow for immediate technical assistance for either the dealer/installer or the end user at no

charge for as long as the product is installed.

1.3 MEGAPIXEL HD Network Camera

o The camera shall be of a dome type suitable for internal installation. The camera shall be

ivory in appearance.

o The network camera shall feature up to 1.3 Mega Pixel resolution in a 4:3 format. 16:9

format HD 720p shall also be available.

o The camera should be capable of capturing and transmitting an image size of 1280 x 720

at 60 images per second.

o The camera shall be capable of simultaneously streaming two 720p video streams, each

at 30 images per second.

o The camera shall feature a 2.8 - 10mm varifocal lens with a maximum aperture of

1.2Lux.

o The camera shall feature a built in microphone.

o The camera shall feature Wide Dynamic Range with a gain of 130db. This feature will

work at 30 images per second at 1280 x 1024 resolution. The WDR function shall feature an

adaptive motion system to eliminate motion blur.

o The camera shall feature a high performance 2D & 3D noise reduction that automatically

adapts the type of technology used according to movement in the field of view. 2D noise

reduction compares adjacent pixels while 3D technology compares the same pixel in the

previous and subsequent images, giving a higher level of detail. When the camera detects

movement in a region of the image it will apply 2D noise reduction to that area and 3D

noise reduction to the remainder of the image.

o The camera shall feature an automatic back light compensation technology that detects

and enhances dark areas in the field of view and increases the gain in those areas.

Page 219: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 219

o The camera shall feature built in license free video analytics functions including line

crossing, appear/disappear, audio detection, camera tamper (scene change) and enter/exit

a predefined zone.

o The camera shall feature advanced motion detection with definable detection areas,

minimum / maximum object size definition and a learning algorithm that ignores false

alarms such as trees and waves on water.

o The camera shall support Multi Cropping technology to allow video profiles to be set up

with a reduced area of the overall field of view of the camera.

o The camera shall feature a face detection technology that can be used to create an event

whenever there is a face or multiple faces in the image. The technology should be able to

detect 32 faces simultaneously.

o The camera shall feature 32 privacy zone mask areas.

o The camera shall feature a smart codec that can use a higher quality compression for

regions of interest in the image, thereby prioritizing the encoding of the most important

areas of the field of view.

o The camera shall feature a Digital Image Stabilization function.

o The camera shall feature a backlight compensation technology that can be used to

manually select an area of high brightness in the field of view and adjust the gain in that

area.

o The network camera shall provide video transmission in an open format with H.264 or

MJPEG compression.

o The camera shall support ONVIF profile S for operation with 3rd party systems.

o The camera shall be capable of simultaneously transmitting multiple video streams of

different resolution, compression, frame-rate and compression settings.

o The network camera should be configurable through a built in web server that can be

accessed via standard browsers including Internet Explorer, Firefox, and Chrome & Safari.

o The camera shall feature a line level audio input with an alarm function.

o The camera shall feature a line level audio input and output capable of duplex operation.

o The cameras shall support micro SD, SDHC & SDXC flash memory card for recording

video footage on event, network loss or continuously.

o The camera shall provide a customizable on-screen display (OSD) which shall be

available in English, French, German, Spanish, Italian, Chinese, Korean, Russian, Japanese,

Swedish, Danish, Portuguese, Turkish, Polish, Czech, Romanian, Serbian, Dutch, Croatian,

Hungarian, Greek, Finnish, Norwegian.

Camera:

o Imaging Device 1/ 3” 1.3M PS CMOS

o Total Pixels 1,384(H) x 1,076(V)

o Effective Pixels 1,329(H) x 1,049(V)

o Scanning System Progressive

o Min. Illumination

o 1. Colour 0.05 Lux (1/30sec F1.2, 50IRE), 0.0008Lux (2sec, F1.2, 50IRE)

o 2. B/W 0.005 Lux (1/30sec, F1.2, 50IRE)

o S / N Ratio 50dB

o Video Output CVBS : 1.0 Vp-p / 75Ω composite, 704x480(N), 704x576(P), for

installation DIP connector type

Lens Type:

o Lens Type DC Auto Iris

o Mount Type Board-in type

o Focal Length(Zoom Ratio) 2.8~ 10mm

o Max. Aperture Ratio F1.2

o Angular Field of View H : 93.3˚(Wide) ~ 33.2˚(Tele)

o V : 73.7˚(Wide) ~ 26.6˚(Tele)

Page 220: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 220

o Min. Object Distance 0.5M

o Focus Control Manual

Pan / Tilt / Rotate

o Pan Range '0 ° ~ +354 °

o Tilt Range '0 ° ~ +67 °

o Rotate Range '0 ° ~ +355 °

Operation:

o Camera Title Off / On (Displayed up to 40 characters)

o Day & Night Auto (ICR) / Colour / B/W / External / Schedule

o Backlight Compensation Off, BLC, WDR

o Wide Dynamic Range Off, / On (130dB)

o Contrast Enhancement SSDR On, Off

o Digital Noise Reduction SSNRIII On, Off

o Motion Detection Off / On (4ea 4 Points Polygonal zones)

o Privacy Masking Off / On (32ea zones with 4 points of polygonal)

o Gain Control Off / Low / Middle / High

o White Balance ATW / AWC / Manual / Indoor / Outdoor

o Electronic Shutter Speed Minimum / Maximum / A.FLK (2 ~ 1/12,000sec)

o Flip / Mirror Off, On

o Intelligent Video Analytics Tampering, Virtual Line, Enter/Exit, Appear /

Disappear, Audio Detection, Face Detection

o Alarm I/O Input 1ea / Output 1ea

o Alarm Triggers Motion detection, Tampering, Audio Detection,

Face Detection, Video Analytics, Alarm Input,

network disconnection

o Alarm Events File upload via FTP and E-Mail Notification via E-Mail, TCP and HTTP

local storage(SD/SDHC/SDXC) recording at Network disconnected & Event (Alarm Triggers)

External output

o Defog Auto/Manual/Off

NETWORK PROTOCOL

Ethernet RJ-45 (10/100Base-T)

Video Compression Format H.264(MPEG-4 part 10/AVC), MJPEG

Resolution 1280x1024 /1280x720 / 1024x768 / 800x600 /

640x480 320x240

Max. Framerate

1. H264 Max 60fps at all resolutions

2. Motion JPEG 1280x1024 / 1280x720 / 1024x768: Max. 15 fps

800x600 / 640x480 / 320x240 : Max. 30fps

Video Quality Adjustment

1. H.264 Compression level, Target bit rate level control

2. MJPEG Quality level control

Bitrate Control Method

1. H.264 CBR or VBR

2. MJPEG VBR

Streaming Capability Multiple Streaming (Up to 10 Profiles)

Audio I/O Mic (Line) in / Line out (1Vrms), Built-in Mic.

Audio Compression Format G.711 u-law /G.726 Selectable

Page 221: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 221

G.726 (ADPCM) 8KHz, G.711 8KHz

G.726 : 16Kbps, 24Kbps, 32Kbps, 40Kbps

Audio Communication Bi-directional audio

IP :IPv4, IPv6

Protocol :TCP/IP, UDP/IP, RTP(UDP), RTP(TCP), RTCP,RTSP,

NTP, HTTP, HTTPS, SSL, DHCP, PPPoE, FTP, SMTP,

ICMP, IGMP, SNMPv1/v2c/v3(MIB-2), ARP, DNS,

DDNS, QoS, PIM-SM, UPnP, Bonjour

Security :HTTPS(SSL) Login Authentication

o Digest Login Authentication

o IP Address Filtering

o User access Log

o 802.1x Authentication

Streaming Method Unicast, Multicast

Max. User Access 15 users at Unicast mode

Memory Slot SD/SDHC/SDXC

- Motion Images recorded in the SDX/SDHC/SD memory card can be downloaded.

ONVIF Conformance Yes, Profile S

Supported OS Windows XP / VISTA / 7 / 8, MAC OS X 10.7

Supported Browser Microsoft Internet Explorer (Ver. 7~10),

Mozilla Firefox (Ver. 9~19),

Google Chrome (Ver. 15~25),

Apple Safari (Ver. 6.0.2(Mac OS X 10.8, 10.7 Only), 5.1.7)

Mac OS X Only.

Central Management Software Smart Viewer 4.0

Electrical:

o Voltage DC12V, PoE(IEEE802.3af,Class3)

o Consumption Max. 9.0W (DC 12V)

o Max. 11.0W(PoE, Class3) Environmental Specification:

o Operating Temperature -10°C ~ +55°C (14°F ~ 131°F)

o Operating Humidity Less than 90% RH

Physical Specification:

o Dimension D132.1 ,H107.6

o Weight 525g

o Colour IVORY(Polycarbonate) Certification:

o CE mark

o FCC mark

64-CHANNEL NETWORK VIDEO RECORDER

o All equipment and materials used shall be standard components that are regularly

manufactured and used in the manufacturer’s system.

o All systems and components shall have been thoroughly tested and proven in actual use.

Page 222: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 222

o All systems and components shall be provided with an explicit manufacturer

warranty.

64-CHANNEL NETWORK VIDEO RECORDER

o The network video recorder (NVR) shall support up to 64 network cameras and shall be

compatible with ONVIF compliant network cameras. The NVR will have the throughput of

400mbps for recording and 200mbps for network transmission

o The NVR shall support H.264, MPEG4 and MJPEG Multiple codec.

o The NVR shall support the iPolis mobile viewer for iPhone and Android phone

DISPLAY

N/W Camera

o Inputs Up to 64 network camera support

o Resolution CIF ~ 5M

o Protocols ONVIF

LIVE

o Local Display : HDMI / VGA

o Multi-Screen Display: Local monitor: 1, 4, 9, 16, 1+5, 1+7, 1+12, Sequence,

Web: 1, 4, 9, 16, 32, 64, Sequence

PERFORMANCE

o OS Embedded :Linux

o Recording

Compression H.264, MPEG4, MJPEG

Recording Bit Rate Max. 400Mbps (2M 64camera real-time recording)

Mode Manual, Schedule (Continuous/Event),

o Event (Pre/Post)

Event Trigger Alarm input, Video loss, Camera event(Sensor, MD,

Video Analytics), VA(Up to 4ch selectable, Advanced

MD, Object classification(People, Car))

Event Action E-mail, PTZ pre-set, Alarm out, Buzzer, Monitor out

o Search & Playback

Search mode Date/time(calendar), Event log list

(All search included in Preview)

Playback function Fast Forward/Backward, Move one step up,

Move one step down

Playback bandwidth 25Mbps(16Ch simultaneously)

Simultaneous Playback 16CH(Local monitor, CMS), 4CH(Web)

Resolution CIF ~ 5M

Playback Function Fast forward, backward, Move one step up/ down

o Network

Ethernet RJ-45, Gigabit Ethernet x 4

Transmission speed

o Total Throughput Bandwidth Max : 700Mbps

o Transmission Bandwidth Max : 400Mbps

Remote users 1 Search, 10 Live Unicast, 20 Live Multicast

Protocol support TCP/IP, UDP/IP, RTP(TCP), RTP(UDP), RTSP, NTP,

HTTP, DHCP, PPPoE, SMTP, ICMP, IGMP, ARP, DNS, DDNS, UPnP, ONVIF,

HTTPS, SNMP

Page 223: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 223

Viewer Software

o Type : Web viewer, Smart Viewer

o CMS support : Support SDK / CGI

DDNS :Samsung Ipolis, DDNS

IP :IPv4/v6

Security: IP address Filtering, User access log, 802.1x authentication, Encryption

Language: English,

OS: Supported OS : Window XP (service pack 2 or above), Vista, 7, 8, Mac OS X

(10.4.8 or above)

Web Browser MS IE 8.x, 9.x, Google Chrome, Mac Safari, Firefox 2.x, 3.x

Smart Phone Platform : Android, IOS

o Protocol Support : RTP, RTSP, HTTP, CGI

o Max. Remote Users : Live 10, Playback 1

o Storage

Built-in 4TB 1ea

Internal HDD 12(Hot swap), Max 48TB

External HDD NAS (ISCSI): vessRaid 1840i, Max. 192TB(JBOD)

RAID RAID-5/6

o Back up :File Backup(Via Web) : BU/Exe(GUI), JPG, AVI(Network),

o Function : Single channel play, Date-time/title display

o Sensor: Input / Output : 8 / 4 (NO/NC selectable)

o Alarm: input : 64CH(Network), compression : G.711, G.726 Audio Communication: 2-Way

Interface

o Front

Indicator: LED status indicator : HDD action 12, RAID status 1,

Alarm 1, Power 1, Record 1, Back up 1, Network 1

Switch :PWR switch 1ea, Key-lock 1ea

o Alarm

Inputs Terminal 8 inputs (Terminal block)

Outputs Terminal 4 outputs (Terminal block)

o Connections

Ethernet RJ-45 4ea(GbE) w/ LINK/ACT LED

Video 1 VGA, 1 HDMI

USB 2ea(Front)

Reset Switch(1ea) Power cord 1ea AC inlet

General:

o Electrical

Input Voltage/Current 100 ~ 240V AC ±10%, 50/60Hz, 3 ~ 1.5A(Dual SMPS)

Power consumption Max 187W(546BTU with 1TB 12 HDDs)

o Environmental

Operating Temperature +0°C ~ +40°C (+32°F ~ +104°F)

Operating Humidity 20% ~ 85% RH

o Mechanical

Dimensions(W x H x D) 436.0 x 132.0 x 450.0mm(17.17” x 5.2” x 17.72”)(3U)

Weight(1 x Hard Disks) Approx. 11.8Kg(14.77lb)

o Approvals

Safety UL EMC CE, FCC, KCC, CCC, Gost-R

Page 224: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 224

Manageable Layer 2 Ethernet Switches:

o The Switches are managed Layer 2 Switches shall have 24 port 10/100 Base TX, 2 no of

10/100/1000 Base T ports and 2 combo port of 10/100/1000 Base TSFP. The network

Layer2 switch shall be equipped with 2 Gigabit uplinks with the SFP supporting both fibre

Gigabit and 100Base fibre connection for specific application.

o The Manageable Layer2 switch shall support many security features such as Access

control list (ACL), 802.1X port based/MAC Based Access control, 802.1X Guest VLAN and

RADIUS/TACACS+ authentication

o The Manageable Layer2 switch shall provide span Tree protocol to enhance network

resilience including 802.1D, 802.1w and 802.1s for redundant bridge paths, for Quality of

Service (QoS) with traffic monitoring/Bandwidth control. The Management Layer2 switch

shall support standard based management protocols such as SNMP, RMON, Telnet, web

based GUI, SSH /SSL security authentication and DHCP relay option.

Technical Specification of Manageable Layer2 Ethernet Switch:

o Stacking topology - Virtual Stacking via SIM up to 32 devices.

o 12.8Gbps Switching Capacity, Combo style.

o 9.5 Mbps of 64-byte Packet Forwarding rate.

o 8K MAC addresses.

o 512KB Packet buffer, 64MB SDRAM for CPU, 2048Bytes Jumbo Frame, Support , 8MB

Flash Memory

o 248,271 hours MTBF (Mean Time between Failures).

o Supports L2 Features such as 802.1D Spanning tree, 802.1w Rapid Spanning Tree,

802.1s Multiple STP, 802.3ad Link Aggregation [ports per group/ groups per device] ,

Loopback detection(LBD), Port mirroring, Broadcast storm control, Per Port BPDU Filtering

etc..,

o Supports L2 Multicasting such as IGMP snooping, MLD Snooping, Limit IP multicasting

(IGMP filtering), IGMP Authentication.

o VLAN Features such as 802.1Q, 4094 VLAN Group [Total (Max. Static)], GVRP support

QinQ, Asymmetric VLAN, ISM VLAN.

o L3 Features Such as DHCP Relay option 82.

o Available Quality Of Service are 4 no’s of Priority queues, Based on Port, MAC address,

IP, TCP/UDP port number, 802.1p, TOS, DSCP, VLAN ID, protocol type & User Defined

Packet Content etc..,

o ACL (Access Control List) based on Switch Port, MAC address, VLAN ID, 802.1p priority,

DSCP, IPv4, protocol type, TCP/UDP port number, User Defined Packet Content etc., & Time

Based ACL.

o Support security such as SSH, SSL, 16 Port Security (Max. entries), IP-MAC Port Binding,

DHCP Snooping, Bandwidth Control in bps (Step: 64Kb/s), Traffic segmentation, CPU

interface filtering, D-Link Safeguard Engine & DoS Attack Prevention.

o Supports 802.1X Port-based Access Control, 802.1X Host-based Access Control, Guest

VLAN, and RADIUS Auth for Mgmt, TACACS+ Auth for Mgmt and RADIUS Accounting.

o Supports Web-GUI Management, CLI, Telnet, TFTP, SNMP v1/v2c/v3, SNMP v1/v2c/v3 (4

group), RMON v2, BootP /DHCP client, SNTP, SMTP client, Dual Image, LLDP etc...

CABLES:

Power cable: The Power Cable shall be Multicore 4 core 1.5 sq. mm PVC insulated and

Shielded cables.

Unshielded Twisted pair cable:

Page 225: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 225

The unshielded twisted pair cable shall be CAT5E/CAT6 for connection for Server and LAN

Switches in PVC conduit.

Technical Specification of Twisted pair cable:

o Unshielded Twisted Pair, Category 5E/6 Type cable.

o 24-26 AWG stranded copper conductor.

o 1 meter and 2 meter Length

o Matching coloured snag-less, boot to maintain bend radius

o Plug - Clear polycarbonate Housing, Phosphor Bronze with gold plating, 50 micron'' gold

over nickel Terminals.

o PBT polyester Load bar.

o PVC Jacket.

o Flame Retardant Polyethylene Insulation.

o Factory standard connector End point connector.

o Approval like UL, ETL and 3P certificates.

o ROHS compliant material.

12.8 Turnstile

The full height electromechanical turnstiles are used to manage access points and control and filter pedestrian transit along large entrances with heavy traffic flows such as stadiums, airports, train stations and public offices

o Dimension of Turnstile : 1510(W)*1455(D)*2332(H)

o Operating Voltage : 120- 230 V AC 50Hz

o Motor Power supply : 24 V D. C

o Absorption : 223 mA

o Weight : 360 Kg.

o Insulation Class : Class I

o Duty Cycle : Intensive Use

o Operating Temperature Range : -20 to 55° C

o Maximum No. of PPM : 30 Person per Minute.

o Bi-directional power turnstiles made of textured gray varnished steel complete with

control board. During power outages the tripod can be turned in either direction.

Arms made of AISI 304 steel with gloss finish.

o Housing: The control unit shall be housed in weather proof housing on top of the cabinet

with at least IP 44 Protection for easy maintenance.

o Arm: The arm should smoothly rotate without bounce/jerks.

o Operation: Stand alone with an option of panic, emergency, clockwise& counter-clockwise

Button switch and also shall be integrated with Access Control system

Page 226: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 226

12.9 Water Leakage Detection System

Water Leakage Detection Description:

This specification shall be the guideline for Supply, installation, testing and commissioning

of Water Leak Detection System installed in the designated Sub-floor / Floor Areas as per

the following

o Data Centre

o UPS & battery Room

o Technical Room

The water leak system shall comprises of a Communicating type Digital Unit capable of

identifying the water leakage area in the actual area / Room of water leakage; interface

modules, Water Leak sensor cable, Leader cables from Panel and alarm sounders.

The water leak panel shall be located at the BMS / Security room on the Ground floor and all

alarms shall be extended to BMS vide the Hardwired Interface.

Scope of Work

o The Water leak detection cable shall the sensor cable typically used to detect water leaks

in critical rooms mentioned above to monitor leakage and extend alarm in the BMS to make

possible closing of water supply.

o The zoning of water leak system is as depicted above and every zone shall extend a relay

contact for identifying of zones and interfacing with respective systems.

o The Cable shall draw excitation signal from a start of the line module. This module shall

serve as the interface between the Water leak detection panel and the Sensor Cable.

o The Start of Line Interface Module shall be locally placed in the False Flooring of the

areas, and shall be connected to the WLD Panel through standard 2 c x 1.5 mm2 Cu- Ar

Cable.

o The WLD Panel shall be capable of supplying power to the interface modules, and shall

serve as the annunciator of alarms through facia mounted zonal LEDs. The panel shall

activate sounders programmed Zone wise.

o Testing procedure shall involve physical application of a wet cloth to the cable, to test the

relay operation. The Panel should sound the Alarms, and notify the BMS system.

Standards

o Original Equipment Manufacturer Standard

Approvals

The water leak cable shall carry an international listing like:

o LPCB ( Loss Prevention Certification Board), UK o Underwriter’s Laboratories, USA.

System Components

Panels General Description

The enclosures shall be constructed of 1.0mm mild steel and have a paint finish grey, semi-

gloss matt powder coated. The Panel enclosures are designed to afford a degree of

protection to IP 52 to BSEN 60529 when the outer door is closed. Each enclosure consists of

4 main components:

Cabinet

Page 227: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 227

o Inner mounting chassis

o Door with LED and Lockable Keyboard

o Battery securing brackets.

The Cabinet shall be constructed of a single sheet of mild steel with the minimum of welds.

Cable entry is via pre-formed 22mm knockouts shall be located on top of the enclosure.

The back of the case is provided with a locating hole for positioning of the Cabinet and can

then be secured by utilizing the four 6 mm indented holes located near each corner.

Door with LED Display and Lockable Keyboard

The door shall be connected to the cabinet by a pin type hinge located on the right side of

the enclosure. The door can be opened through 90 degrees to enable access to the panel’s

terminals, circuit boards, batteries etc. The door is secured by cam lock at the centre. The

LED Display and Membrane keyboard is mounted on the front of the door. Keyboard

operation shall enable by operation of the keyboard enable switch.

Functional Description:

The membrane display shall be constructed of a smooth anti-static, polycarbonate material,

which incorporates tactile switches and LED indications. Their designations are as follows:

Panel Common Indications

o Water leak Twin LED’s (red)

o System on LED (green)

o Zone Fault LED (yellow)

o Hooter Fault LED (yellow)

o AC fail LED (yellow)

o DC fail LED (yellow)

o Charger fail LED (yellow)

o Battery low LED (yellow)

Key Operation related Indications

o Silence LED (yellow)

o Panel Reset LED (green)

o Sound LED (red)

Zone Indications

o Zone alarm LED’s (2 per zone) (red)

o Zone Open Circuit Fault LED (yellow)

Panel control switches

o Sound alarms

o Silence alarms

o System reset

Sensor Cable:

The Cable shall be capable of water detection over its entire length. The construction of the

cable shall be of PVC Twisted pair, with SS 316 elements, of diameter not exceeding 3.5 mm.

Page 228: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 228

Control Cabling:

Wiring shall be in accordance with local, state and national codes (e.g., NEC Article 760)

and as recommended by the manufacturer of the Water leak System. Number and size of

conductors shall be as recommended by the Water leak system manufacturer, but not less

than 1.5 Sq. mm. The Cables used shall be annealed bare copper conductor PVC insulated,

shielded with Aluminium Mylar tape or Copper Braiding & Armoured with 1.4 mm G.I wire &

PVC sheathed.

All wire and cable shall be ISI approved.

Water Leak Control Panel shall have following features

o Micro Controller Based Technology.

o Operates on 230V + 10% Ac 50Hz supply or 24V DC supply.

o Automatic change over to battery backup supply if AC mains off.

o Charger for 24V Maintenance free lead Acid Battery.

o Front fascia with LED display.

o Lockable Key board

o Two wire operation for cable.

o Zone open circuit fault detection.

o Self-fault detection system for zone, main power supply, hooter & battery.

o One Potential Free Relay output zone

The front face of control panel is divided in to two categories.

o Panel Common LED indication & control keys

o Zone LED indications & control keys

Panel common LED indication & control keys.

o Common water leak twin LED’s (Red): - These LED’s will flash when water is detected

in any zone.

o System ON LED (Green): -This LED glows when we ON the power to control panel.

o Zone fault LED (Yellow): - This LED glows when the detector circuit of any zone will be

open.

o Silence LED (Yellow):- This LED glows when we press silence key.

o Sound LED (Red):- This LED glows when we press sound key.

o Reset LED (Green):- This LED glows when we press reset key.

o AC fail (Yellow):- This LED glows when AC supply to Panel is cut off.

o DC fail (Yellow):- This LED glows when 3 pin CPU connector to battery in battery

charging circuit is disconnected.

o Charge fail (Yellow):- This LED glows when either AC supply to panel is cut off, or any

fault in charger circuit or charger fuse fails.

o Battery low (Yellow):- This LED glows when battery is fully discharged & supply to the

system is cut off

o Hooter fault LED (Yellow):- This LED glows when there is any fault in hooter circuit or

hooter wire is open.

o Sound key: - The main function of this key is to SOUND i.e. manually ON all the alarms.

When we operate this switch once, sound LED (Red) flashes & this is the conformation

condition. If user wants to operate all alarms then press this switch again and all the alarms

will be ON & sound LED latched in ON condition (i.e., hooter & buzzer will be ON)

o Silence key: - The main function of this key shall OFF the alarm. When we operate this

in water leak condition all the alarms will be cut off & all fire LED’s & silence LED will be

latched in ON condition. When we operate this key in fault condition, this will off internal

beeper and supply to hooter will also be cut off.

Page 229: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 229

o Reset key: - This switch resets the control panel. When we operates this switch all LED’s will glow for 2 second. (Lamp Test) & then panel goes in normal mode.

Zone LED indications & control keys

o Zone Alarm LED’s (2 per zone) (Red):- These LED’s flashes when water is detected

in that zone.

o Zone open circuit fault LED (Yellow):- This LED glows when that particular zone

circuit is open.

Installation

o To fit the cable sensor to the floor using nonconductive supports and to ensure the cable

is firmly held on the floor throughout its length without any lagging of the cable.

o Connect the 2-core leader cable to the interface module and terminate at the sensor

input

o Power the input through the panel under the specified zone. AC 24V supply shall be

made available at the sensor cable

o The cable excitation used from the interface module is an isolated AC signal

which ensures the detectors will not be subject to oxidation or erosion over time, avoiding the degradation problems associated with DC systems.

Testing

Testing the cable by placing a wet cloth over the cable to simulate a water leak, the

particular zone on the main water leak panel is displayed and the alarm relay operates.

Extension of alarm to the BMS system to be verified. The panel needs to be reset manually

once the cable dries up

Commissioning

S. No Description Visual

Test

Readings

Docume

ntation

1

All cables are tested for continuity, insulation,

resistance etc. √

2 System installation proper as per drawing √

3

Carry out visual checks on all panels, cables,

interphase modules etc.to ensure they are

clean and free from any mechanical damage √

4 Check for proper termination & ferruling √

5

The Panel output shall be AC, not DC to avoid

oxidation of the sensor cable √

6 Check input A/C supply voltage √

7

Check Distribution of Sensing cable Zones as

per Drawing. √ √

Page 230: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 230

8

Check for proper Sensor cable installation for

the floor with non-conductive supports √

9 Check open circuits indications for all Zones √

10

Apply wet cloth to sensing cable and check for

Leak indication on the panel for random zones √

11

Check for proper indications of Zones as per

drawings √

12 Check for extension of alarms in the BMS √

Documentation

The Alarm contractor, upon completion of the commissioning activity, shall hand over the

system to the customer.

At the time of hand over, the contractor shall provide the customer with the following

documentation:

o Copy of detailed report

o Component and equipment list

o Product description sheets

o System design drawing(s)

o System schematic diagram(s)

o System operating manuals

Handover

Prior to final acceptance, the installing contractor shall provide complete operation and

maintenance instruction manuals to the owner. All aspects of system operation and

maintenance shall be detailed, including wiring diagrams of all circuits, a written description

of the system design, sequence of operation and drawing(s), illustrating control logic and

equipment used in the system. Checklists and procedures for emergency situations,

maintenance operations and procedures shall be included in the manual.

Training

The OEM/installed vendor shall provide the customer with details of the training required by

personnel to operate and maintain the Smoke detection system.

The Contractor and the customer shall jointly agree the number of staff to attend the

training courses.

Page 231: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 231

13 Monitoring System

13.1 Building Management System

Integrated Building Management System General Description:

The Building Automation System (BAS) supplier shall furnish and install a fully integrated

building automation system, wherein all the services to be monitored and integrated are

distributed.

The BMS incorporating direct digital control (DDC) for energy management, equipment

monitoring and HVAC control, suitable for the building usage. The control strategies shall

be developed to ensure that specified environmental conditions are maintained, whilst

giving due regard to minimizing of energy consumption.

The system design shall utilize the latest technology in “open” network architecture, either

LONWORKS or BACNET with distributive intelligence and processing, and direct digital

control. The BMS system offered should be from the latest offerings and should be freely

programmable management and automation stations for the full spectrum of today’s

building application services.

Scope of Work:

The following Component should integrate with building management system not limited to following DC component,

o Transformer on/Off Status, Winding temperature, Bucholz relay

o All Electrical panel On/Off & trip Status, ACB, Incomer MCCB

o All electrical Panel Energy Meters, UPS output & Input Panel, PAC panel etc.…

o UPS and PAC – minimum 15- 20 parameter need to monitor

o DG set control Panel – Minimum 15-20 parameters need to monitor

o DG set accessories panel if any

o DG set Day tank & HSD tank – Level monitoring

o Diesel Flow meter

o Fire safety and security equipment’s

o CCTV & ACS

o Environmental monitoring like Temperature and Humidity

The BAS supplier shall provide new, latest technology, high speed, network able,

interoperable, user friendly fully operational, Lon works/ BACnet protocol Building

Management System

In the building operates the following utilities & services to be integrated to achieve

Monitoring, control, scheduling, operational control, maintenance, and ease of operation,

energy conservation, & remote interface. The integrated system network architecture shall

offer the maximum operational systems redundancy.

The System shall mainly comprise of Direct Digital Controllers, Middleware, Web Server LAN

Routers, and relevant field level instrumentation. The BAS shall provide design the system

with DDC Controls distributed at all floors to minimize Cabling and to achieve maximum

operational system redundancy & high speed communication.

Page 232: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 232

The DDC`s offered shall be intelligent type with self-storage of data & expanded memory.

The BAS shall ensure that all critical / medium alarm generation points of any one service

not to be linked to one DDC/PI. This shall avoid failure of entire data of particular services in

case of failure of the corresponding DDC/PI.

Integration of open standards

Integrate via OPC

Integrate third-party devices via OPC

The system must be OPC Foundation tested and certified and must be able to integrate and

process, but also to provide real-time data as OPC data points. The System processing must

include Alarming, Trending, Scheduling, and Reporting and allow cross communication with

other integrated devices.

The System must be support the OPC specification: OPC Data Access

Energy efficiency and references to applicable standards.

Energy efficiency class "A" as per EN 15232.

Standard EN15232 serves as the basis for energy efficiency functions. The system supplier

must prove that the functions are as described by the standard. This tender was established

based on Class A criteria.

Energy efficiency monitoring and evaluation.

Management level

Visualize the quality state in the plant graphics.

A violation of energy efficiency limit values for measured values of primary plants (e.g.

centralized air handling, energy generation) must also be displayed in the plant graphic

directly on the application components or function. The parameters for monitoring,

evaluating and forming the quality state can be set directly in the plant graphic based on

read and write access rights. As an alternative: Make possible the simple navigation to an

appropriate user program. Management level requirements

All information comes together at the management level. The management level is the

graphical, interactive interface for the operator to the automation station and the integrated

plants and plant parts.

The operator can display, query, process, save, or print any plant information via the

peripheral units at the management level. System operation must be simple, i.e. dialog-

driven. The plants are displayed in synoptic images and the values and states are presented

and displayed dynamically. Special programs are used for higher control, optimization

functions, and maintenance and energy management.

Operating system for building automation and control system

All data servers, operator workspaces etc. for the building automation and control system

must be compatible with the current, common 64-bit Windows operating system. As a

result, the current Windows version (at least 6 months after release by Microsoft) must be

supported as well as the previous version as a minimum. Adjustment to the customer

network is targeted. The building automation and control system must thus be able to be

installed on any commonly available PC environment.

Page 233: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 233

Data exchange via various subsystems

If several subsystems are used, various data must be exchanged between the automation

stations (outside temperature, demand and coordination signals, etc.).

Automate recurring tasks

The building automation and control system must take care of recurring tasks to lower the

operator's workload. This includes, for example, cyclical report generation triggering, plant

release at various conditions, or automatic adjustment of set points or alarm limits.

Designed for use with fire life safety systems (UL certified)

The management station must have passed performance and environmental tests by the

Underwriters Laboratories (UL). To combine the comfort and fire life safe system, the

management station must provide all the relevant functions:

o Visualize and treat events

o Graphically monitor and control the life safety system

o Know where to start as highest priority events are highlighted.

o Directly navigate to the triggering element of an event.

o Quickly navigate to custom operator instructions and graphical display of event locations.

o Store and retrieve fire alarm system activity data.

o Distribute fire monitoring and control capabilities across the network of the management

stations.

o Provide Operating Procedure checklists to guide the operator, under stress conditions,

during the treatment of life safety events.

o Send out automatic remote notification of responders through email.

o View and schedule automatic history reports.

SCADA platform

The management station must be based on a SCADA platform, which must be fully

compliant with the BACnet B-AWS profile. It must enable the integration of any type of

building equipment, such as HVAC and lighting.

Operating system for building automation and control system

All data servers, operator workspaces etc. for the building automation and control system

must be compatible with the current, common 64-bit Windows operating system. As a

result, the current Windows version (at least 6 months after release by Microsoft) must be

supported as well as the previous version as a minimum. Adjustment to the customer

network is targeted. The building automation and control system must be able to be

installed on any commonly available PC and must provide a multi-tasking type environment

that allows the user to run several applications simultaneously

Help functions

The software shall provide an online, context-sensitive help, including an index, glossary of

terms, and the capability to search help via keyword or phrase.

Page 234: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 234

Hardware requirements

Minimum hardware requirement (Plants until +/- 500 data points)

One seat system (one client)

A full installation on one single computer machine is required. The hardware and software

environment must fulfill the following definition:

Type : Workstation Tower

Processor : Core i7-4770 @ 3.4 GHz

HDD : Western Digital Caviar Green 64MB Cache 2000GB (or similar)

Graphic Card :AMD Radeon HD 7950 2GB or Nvidia GeForce GTX 650 2GB or similar

RAM : 16GB DDR3-1333 2x 8GB

Recommended software environment

Windows 7 Professional, Service Pack 1, 64bit Edition

MS SQL 2008 R2 Express or MS SQL 2008 R2 Standard

Range defined

Up to 3 drivers

1 Installed client

Small System (up to 7 clients)

A client / server system for small and medium sites is required. The hardware and software

environment must fulfill the following definition:

Type : Workstation Tower

Processor : Core i7-4770 @ 3.4 GHz

HDD : Western Digital Caviar Green 64MB Cache 2000GB

Graphic Card :AMD Radeon HD 7950 2GB or Nvidia GeForce GTX 650 2GB

RAM : 16GB DDR3-1333 2x 8GB

Recommended software environment

Windows 7 Professional, Service Pack 1, 64bit Edition

For Installed Clients only: Windows 8.1 Pro, 64bit Edition

MS SQL 2008 R2 Express or MS SQL 2008 R2 Standard

Network requirements

o Local network

o Single subnet

o 100 Mbps up/down

o Latency <lt/>10ms

Range defended

o server

o Max 7 clients

o Max 3 drivers

o Max 64 Cameras

Minimum hardware requirement (Plants from +/- 500 up to +/- 2'000 data points)

Medium system (up to 10 clients)

A client / server system for medium sites with high data throughput is required. The

hardware and software environment must fulfill the following definition:

Type : Server Tower

Page 235: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 235

Processor : Xeon E5-2650

HDD :2x Seagate Barracuda SATA III 6Gbs 2000GB 7.2k Hot Plug or4x Seagate Barracuda SATA

III 6Gbs 2000GB 7.2k Hot Plug

Graphic Card :On-board video graphics or AMD Radeon 7750 1GB or Nvidia GeForce GT

610 1GB

RAM : 16GB DDR3-1333 2x 8GB

Recommended software environment

Windows 7 Enterprise, Service Pack 1, 64bit Edition or

Windows Server 2008 R2, 64bit Edition

MS SQL 2008 R2 Standard or

MS SQL 2008 R2 Enterprise

Network requirements

Local Network

1000 Mbps up/down

Latency <lt/>10ms

Range defined

1 server

Max 10 clients

Max 3 drivers

Max 64 Cameras

Minimum hardware requirement (Plants from +/- 2’000 up to +/- 20'000 data points)

Large system (up to 50 clients)

A client / server system for large sites is required. The hardware and software environment

must fulfill the following definition:

Type : Server 19” Rack

Processor :1x Xeon E5-2690 or 2x Xeon E5-2690

HDD : 4x Seagate Constellation 2 SAS 2000GB 7.2k Hot Plug SED

Graphic Card :On-board video graphics or AMD Radeon 7750 1GB or Nvidia GeForce GT

610 1GB

RAM : 32GB DDR3-1333 4x 8GB

Recommended software environment

Windows Server 2008 R2, 64bit Edition

MS SQL 2008 R2 Standard or

MS SQL 2008 R2 Enterprise

Network requirements

Local Network

1000 Mbps up/down

Latency <lt/>10ms

Range defined

1 server

Max 50 clients (10 Installed + 40 Remote/Web)

Max 4 drivers

Max 64 Cameras

Page 236: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 236

Additional: System must be to extent with a dedicated SQL server if a high data throughput

is required.

User profiles

Plant overview

Individual views

Individual, specific, or own views must be able to be set up to broaden plant overview.

These views must cover various electrical and mechanical installations or follow geographic

or organizational criteria and must allow personalized hierarchical “tree” views that

represent the workstation, control systems, geographical facility layouts, and mechanical

equipment relationships.

User privileges

The building automation and control system must allow users to define, change, or delete

predefined reactions as per their user privileges.

Multi-language possibility

The user interface must be able to support minimal three languages simultaneously in one

system. Graphics

Operator interface to CAD system

The operator interface shall allow users to access the various system schematics and floor

plans via a graphical penetration scheme, menu selection, and point alarm association.

Graphics software shall permit the importing of CAD symbol, or scanned pictures for use in

the system.

Operating messages

Operating messages must be able to be displayed and evaluated at the management level.

Graphics shall be capable of displaying the status of points that have been overridden by a

local priority switch, for points that have been designed to provide a field local priority

override capability.

Full graphics mode

A fully graphic management level featuring ergonomic images must be available. The

system must be designed for operation, monitoring, optimization, and logging of all

connected automation stations in real-time.

Graphics creation

User shall be able to add/delete/modify system graphics and state text for digital points,

from standard user interface without the need of any external or specialized tools.

Navigation

The navigation through various graphic screens shall be optionally achieved through a

Page 237: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 237

hierarchical “tree” structure. Graphics viewing shall also include dynamic pan zoom

capabilities and include the ability to switch between multiple layers with different

information on each layer.

Pictures

Graphic symbols and standard

The plant pictures must satisfy ergonomic needs of operators. The displayed graphic

symbols must correspond to the generally valid standard for HVAC symbols (DIN 19227)

and ASHRAE guidelines. Symbols must be supported as two or three dimensional graphics.

Capability to create colour graphic floor plan displays and system schematics for each piece

of mechanical equipment, including, but not limited to, air handling units, chilled water

systems, hot water boiler systems, and room level terminal units. Associated prints of

standard plant pictures must thus be added to the bid.

Object-oriented graphics

The building automation and control system must offer dynamic, high-resolution graphics.

The graphics must be object-oriented. Each symbol must be able to display several states in

the same, consistent format. At the same time, several views must be able to be open

concurrently, and all views must be updated dynamically.

Continuous update and display.

Measured values, set points, user settings, and alarms must be displayed immediately and

continuously. State changes must be indicated via symbol, e.g. using animation or changing

the colour, in general, however, graphic presentation, or text.

Graphic symbols and standard

The plant pictures must satisfy ergonomic needs of operators. The displayed graphic

symbols must correspond to the generally valid standard for HVAC symbols (DIN 19227)

and ASHRAE guidelines. Symbols must be supported as two or three dimensional graphics.

Capability to create colour graphic floor plan displays and system schematics for each piece

of mechanical equipment, including, but not limited to, air handling units, chilled water

systems, hot water boiler systems, and room level terminal units. Associated prints of

standard plant pictures must thus be added to the bid. Scheduler programs

Page 238: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 238

Management via central scheduler programs

Operate all scheduler programs online from the management level to achieve consistent,

transparent operation of all integrated systems and subsystems.

Scheduler program

The system must offer the possibility to operate scheduler programs running on the

automation stations and also support management station based scheduling capabilities.

Every currently used plant picture must offer user-friendly scheduler program operation.

Scheduling and override

Providing a calendar type format for simplification of time and date scheduling and overrides

of building operations is requested. Schedule definitions must reside in the PC workstation

and in the Building Controller to ensure time equipment scheduling when PC is off-line.

Provide override access through menu selection, graphical mouse action or function key.

Provide the following capabilities as a minimum:

o Fully support all BACnet Schedule, Calendar, and Command objects.

o Daily and Weekly schedules

o Ability to combine multiple points into a logical Command Groups for ease of scheduling

(e.g., Building 1 lights)

o Schedule predefined reports.

o Ability to schedule for a minimum of up to ten (10) years in advance.

o Provide filtering capabilities of schedules, based on name, time, frequency, and schedule.

o Provide sorting capabilities of schedules, based on name, time and type of schedule.

Scheduler program types

Customized scheduler program

The user can customize the schedule defining the operating mode for each plant. Switching

times are defined via weekly schedule. Overriding recurring weekly schedules via local or

global exceptions as well as operation via any operator unit must be possible.

Customized calendar

Local or global calendar exceptions must be able to override the plant-specific weekly

scheduler program. Equal calendars must be assigned priority over each other. Calendar

operation must be possible via all operator units.

Building automation and control system operation

Page 239: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 239

Multiuser-System with online services

Create calendar online

Calendar programs must be able to be remotely created online to provide service personnel

a high level of flexibility.

Create scheduler online

Scheduler programs must be able to be remotely created online to provide service

personnel a high level of flexibility.

Online creation of offline trends

Trends, that also trend offline, must be able to be remotely created online to provide service

personnel a high level of flexibility.

Multiple, concurrent users

Multiple users must be able to work concurrently on various workspaces on the building

automation and control system for efficient and comprehensive work. Plants must

simultaneously be analysed and e.g. monitored or operated via a remote station.

Security

Access protection

Different persons maintain and operate the plant. For this reason, passwords must be

assigned to authorized persons to guarantee transparency for tracking or authorization

purposes. A minimum of four different rights must be assignable.

Administrator.

Program and graphics creation.

Operation to change or adjust set points.

Guest.

Windows authentication

The building automation and control system's password administration must be consistent

with the customer's IT guidelines. In other words, corporate customer guidelines must also

apply to the building automation and control system. As a result, password administration

and related properties must be equal to standard Windows login and shall "follow" the

operator to any workstation logged onto.

Alarm handling

Alarm generation

Message handling

Both types of alarm management (Intrinsic Reporting/Algorithmic Reporting) are supported

as recipients. Alarms from automation stations are received at the management level, but

not generated based on a change to Present Value or Status Flags in the automation

station. All alarms are displayed when the management level is started.

Intrinsic: Each BACnet object is alarmable.

Algorithmic: Limit value supervision.

Page 240: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 240

Alarm routing

Media, independence, formats

Current alarms may need to be routed independent of media at certain times to a central

service (Printer, email). To do this, various formats must be available (CSV, XLS, PDF).

There shall be no limit to the number of points that can be configured for remote notification

of alarm conditions and no limit on the number of remote devices which can receive

messages from the system

Alarm message escalation list

System must be configurable to send messages to an individual person or group of people

and shall be configurable to send different messages to different remote devices based on

alarm message priority level. It must be able to send also to an escalation list so that if the

first device does not respond, the message is sent on to a second device after a

configurable time has elapsed.

Acknowledgment

Operator units for acknowledgement

After user rights are assigned, all alarms (alarms and faults, errors) must be

acknowledgeable from all operator units. This helps to trace alarms. A time stamp and

assignment (based on user account) is required.

This includes:

o Local acknowledgement (control panel, automation station).

o Management level.

o Remote operating equipment.

Alarm management strategy

The software shall allow the user to configure the alarm management strategy for each

point. The editor shall provide the ability for editing the point database directly online with

the Building Controllers. The operator interface software shall also provide the capability to

perform bulk modification of point definition attributes to a single or multiple user-selected

points.

Alarm display

Colour display

Incoming alarms must be coloured for quick and easy interpretation. Both order and state

as well as alarm priority must be recognizable. The alarm window must be displayed as per

operator needs. Alarm window displays must be added to the bid.

Alarm message content

The message texts must contain all information necessary to allocate and resolve the error.

This includes at least the following attributes:

Clear text.

Control panel name

Plant name

Priority (min. 16 different priorities).

Time.

Status (acknowledged, unacknowledged).

Page 241: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 241

Instructions on how to resolve the problem must be available in the background.

Filter alarms

The building automation and control system must offer alarm filtering. Filtering must be

possible by alarm lists or priorities. Alarms are displayed in popup windows. Step-by-step

instructions on handling each alarm help the building automation and control system

operator to find a solution.

Event management

Event Routing and sorting

Event Routing shall allow the user to send event notification to selected printers or

workstation location(s) based on event severity, or point type. The List must have the

ability to list and sort the events based on event status, point name, ascending or

descending activation time.

Event Notification

Event Notification shall be presented to each workstation in a tabular format application,

and shall include the following information for each event: name, value, event time and

date, event status, priority, acknowledgement information, and alarm count. Each event

shall have the ability to sound an audible notification based on the category of the event.

Event acknowledge

Directly from the Event List, the user shall have the ability to acknowledge, silence the

event sound, print, or erase each event. The interface shall also have the option to inhibit

the erasing of active acknowledged events, until they have returned to normal status. The

user shall also have the ability to navigate to all information related to a selected point in

order to command, launch an associated graphic or trended graphical plot, or run a report

on a selected point directly from the Event List.

Report generation

Reports

Report generation

The system must spontaneously (snapshot) generate predefined reports (real-time and

historical data) to provide vital plant data at any time. These reports must be printable or

exported to third-party spreadsheet software and as PDF file. The data must be editable in

other programs (Microsoft Excel, or Microsoft Access) for further analysis.

Standard report templates

Templates help generate comprehensive reports without much effort. At least three different

report templates must be available.

o Reports to record alarm and fault states.

o Reports to record logbook entries.

o Reports to record plant and building panels states

o List of all points currently in override status

o List of all disabled points

o List of alarm strategy definitions

Page 242: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 242

o Point totalization report

o Point Trend data listings

o Initial Values report

o User activity report

o Event history reports

Customized report templates

The system must allow for creating specific report templates to meet individual report

generation requirements, which also may include plant and trend graphics.

Remote operation

Operating options

General requirement for operating

The Web based interface shall provide the same functionalities as those available at any

other workstation, including operation and configuration capabilities. All operator interface

functions must be available in clients running in a browser, installed client console, or

Windows desktop app.

Via web browser

Users must be able to remotely operate and engineer plants regardless of location with the

same user interface. This openness, of course, may in no way impact plant safety. The

client must run in a browser as a Full Trust client application

Dedicated Desktop Installed client

Users must be able to remotely operate and engineer plants regardless of location. This

openness, of course, may in no way impact plant safety. The client must run as a fully

installed software installation that can lockdown desktop space and prevent the ability for

the software to be minimized or covered by other applications.

Windows Desktop APP

Users must be able to remotely operate and engineer plants regardless of location with the

same user interface. This openness, of course, may in no way impact plant safety. An app

must be downloaded to the client from the server PC that runs like an installed application,

and must be automatically updated whenever new apps are available at the server.

Trend data

Analyses

Simultaneous, multiple trends

Multiple trend views must be possible simultaneously to provide a comprehensive plant

overview. Standard plants from medium to higher complexity (as in this project) require a

simultaneous display of up to 10 trend curves on the current page view to assess the plants.

Multiple trend curves must thus be recorded at the same time.

Freely assign trend data

For greatest possible flexibility, operators must be able to assign and thus record max. 4

additional data points individually for each plant. The assignment must be carried out from

the management station.

Decentralized data storage

None of the trend data may be lost during communications failure to achieve gap-free trend

Page 243: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 243

documentation. For this reason, all trend data must be created and saved to the automation

station. After communications are restored, all values saved on the management station

must be updated automatically.

Record history data, trend

Vital data points and set points must be saved for each building services plant. The polling

time is oriented to the signal type, i.e. analog values are recorded cyclically while digital or

multistate values are recorded by event.

Intermediate storage of history data

Trend data are collected in the automation station and transferred to the management level

after a specific time has expired or specific number of data has been recorded. Trend data

may not be lost if the management station is unavailable temporarily.

Trend comparison

To make analysis of changed conditions in different times, the system must provide a time

shifted trend view.

Communication

Standard BACnet / AMEV

DIN EN ISO 16484-5 / AMEV

AMEV MOU-B (management station) AMEV MBE-B (management and operation facility)

Management stations must meet the AMEV profile MBE-A and MBE-B as per AMEV

guidelines "BACnet 2011"

B-AWS (management station)

Management stations must match the BACnet Profile B-AWS (Advanced workstation) as per

the BTL Listing and also specified in ANSI / ASHRE 135 guideline. It must also support the

BACnet Life Safety Points and BACnet Life Safety Zones functionality

ONVIF video standard

The system must be able to implement Video streams of IP cameras. The presentation in

“video wall” modus must be supported.

Room Temperature Sensor:

Sensing Element : Pt1000

Range of Use : 0...50 °C

Degree of protection : IP 30 to IEC 529

Output Signal : Resistive Output

Environmental conditions

Temperature : 0 - 50 °C

Humidity : <85 % r. h.

Room Temperature & RH Sensor:

Sensing Element : NTC 10k (Temperature), capacitive sensing element

(Humidity)

Range of Use : 0...50 °C/ − 35...+ 35 °C / − 40…+70 °C (Temperature), 0…100 % r.h

Degree of protection : IP 30 as per IEC 60529

Output Signal : DC 0...10 V for both (Temperature and Humidity)

Power supply : AC 24 V ± 20 %, 50/60 Hz

Page 244: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 244

Accuracy : ± 0.8 K (15...35 °C), ± 3 % r.h (30...70 % r.h)

Approval : CE, UL 873, C-Tick

Environmental conditions

Temperature : -15...50 °C

Humidity : <95 % r. h.

Duct Temperature Sensor:

Sensing Element : Pt1000

Range of Use : − 50...+ 80 °C

Degree of protection : IP 42 to IEC 529

Output Signal : Resistive Output

Probe Length : 400mm

Environmental conditions

Temperature : – 40...+ 70 °C

Humidity : 5...95 % r. h.

Duct Temperature & RH Sensor:

Sensing Element : NTC 10k (Temperature), capacitive sensing element (Humidity)

Range of Use : 0...50 °C/ − 35...+ 35 °C / − 40…+70 °C (Temperature), 0…100 % r.h

Degree of protection : IP 54 as per IEC 60 529

Output Signal : DC 0...10 V for both (Temperature and Humidity)

Power supply : AC 24 V ± 20 %, 50/60 Hz

Accuracy : ± 0.8 K (15...35 °C), ± 3 % r.h (30...70 % r.h)

Approval : CE, UL 873, C-Tick

Environmental conditions

Temperature : -25...70 °C

Humidity : <95 % r. h.

Water Temperature Sensor:

Sensing Element : Pt1000/LG-Ni1000

Range of Use : -30...+130 °C

Degree of protection : IP 42

Output Signal : Resistive Output

Thermo well : 100/150mm Length

Time constant : approx. 30 s (With Protection Pocket)

Immersion rod : Stainless steel

Environmental conditions

Temperature : -40...70 °C

Humidity : <5...95 % r.h.

Duct Differential Pressure Sensor (Air)

Sensing Element : Piezo-resistive

Range of Use : 0...200 Pa/ 0...250 Pa/ 0…500 Pa

Degree of protection : IP 42 as per IEC 60 529

Power supply : AC 24 V ± 15 %, 50/60 Hz

Output Signal : DC 0...10 V

Accuracy : < ± 0.1 % FS / °C (at 20°Ambient, TC zero point)

Overload Pressure : 5,000 Pa

Medium temperature : 0...70 °C

Pressure connection : PVC nipples ∅ 6.2 mm

Approval : CE, C-Tick, ROHS

Accessories : consisting of 2 m plastic tubes, 2 air duct probes

Page 245: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 245

Environmental conditions

Temperature : -25...70 °C

Humidity : <90 % r. h. (without condensation)

Room Differential Pressure Sensor (Air)

Sensing Element : Piezo-resistive

Range of Use : ±50 Pa/ ±100 Pa

Degree of protection : IP 42 as per IEC 60 529

Output Signal : DC 0...10 V

Power supply : AC 24 V ± 15 %, 50/60 Hz

Accuracy : < ± 0.1 % FS / °C (at 20°Ambient, TC zero point)

Overload Pressure : 5,000 Pa

Medium temperature : 0...70 °C

Pressure connection : PVC nipples ∅ 6.2 mm

Approval : CE, C-Tick, ROHS

Accessories : consisting of 2 m plastic tubes, 2 air duct probes

Environmental conditions

Temperature : -25...70 °C

Humidity : <90 % r. h. (without condensation)

Air Differential Pressure Switch (Air):

Sensing Element : spring-loaded diaphragm

Range of Use : 50...500 Pa

Degree of protection : IP 54 as per IEC 60 529

Output Signal : Single-pole change-over, multi-layer contact (AC 250 V, max.

5 A res.)

Overload Pressure : 7500 Pa

Cycle Time : >1 mio switching cycles

Approval : CE, UL94, C-Tick, DVGW approval

Accessories : consisting of 2 m plastic tubes, 2 air duct probes

Environmental conditions

Temperature : -30...85 °C

Humidity : <90 % r. h. (without condensation)

Water Pressure Sensor:

Sensing Element : Piezo-resistive

Range of Use : 0...10 bar

Degree of protection : IP 65 to EN 60 529

Output Signal : DC 0 ...10 V

Power supply : AC 24 V ± 15 %, 50/60 Hz

Rupture Pressure : 3 x scale end value of measuring range (FS)

Medium Temperature : − 40...+ 80 °C

Accuracy : < ± 0.6 % FS

Approval : CE, C-Tick

Accessories : Mounting kit 1 m copper capillary line, both ends prefabricated ready for connection

Thread adapters and terminal nuts

Pressure connection : G1/8“or G1/2“outer threading.

Environmental conditions

Temperature : -40 to 80 °C

Humidity : insensitive to condensation

Water Differential Pressure Sensor:

Sensing Element : ceramic sensor

Page 246: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 246

Range of Use : 0...10 bar

Degree of protection : IP 65 to IEC 60 529

Output Signal : DC 0 ...10 V

Power supply : AC 24 V ± 15 %, 50/60 Hz

Overload Pressure : 8 bar

Medium Temperature : – 15...+ 85 °C

Accuracy : < ± 0.4 % FS

Approval : CE, C-Tick

Accessories : Mounting kit 1 m copper capillary line, both ends prefabricated ready for connection

Thread adapters and terminal nuts

Pressure connection : G1/8“or G1/2“outer threading.

Environmental conditions

Temperature : -15...85 °C

Humidity : <90 % r. h. (non-condensing)

Water Flow Switch:

Suitable media : All liquids (not suitable for ammonia)

Pipe Diameter : DN 20…200

Switching capacity : max. AC 230 V, 1 A, 26 VA

Degree of protection : IP 65 per EN 60 529

Output Signal : Reed contact

Nominal pressure : 25 bar

Medium Temperature : -20…110 °C

Approval : CE

Environmental conditions

Temperature : -20...80 °C

Humidity : <95 % r. h

Air Velocity Sensor:

The sensor measures a point, i.e., it measures the values at a specific location in the

Flow profile.

Principle : Anemometric measurement

Range of Use : 0...5 m/s, 0...10 m/s, and 0...15 m/s

Output Signal : DC 0...10 V or 4…20 mA

Operating Voltage : AC/DC 24 V ± 20 %, 50/60 Hz

Degree of protection : IP 42

Medium Temperature : -20…110 °C

Approval : CE

Environmental conditions

Temperature : –10…+45 °C

Humidity : <95 % r.h

Modulating Valves:

Threaded : Up to 40mm

Flanged : > or Equal 50mm

PN Rating : PN16

Valve Body : bronze up to 40mm, Grey cast iron for 50mm and

above

ΔP max across the valve : Minimum 175Kpa

Two Way/3-Way : As per BOQ

Stem : Stainless steel

Medium temperature : +1…95 °C

Environmental conditions

Page 247: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 247

Temperature : -10…55 °C

Humidity : 5…95% r.h.

Valve Actuator:

Type : Electro-Motoric up to 65mm, Electrohydraulic for 80mm and above

Operating voltage : AC 24 V ± 20 % 50 or 60 Hz

IP Rating : IP54

Type of Signal : Modulating DC 0.10V

Nominal stroke : 5.5mm up to 40mm dia Valves, 20mm for 50,65,80mm Dia valves 40mm for

100,125,150mm Dia Valves

Manual Override : YES

Approval : CE

Environmental conditions

Temperature : -5…50 °C

Humidity : 5…95% r.h.

Damper Actuator (Fire Damper Actuator On/Off)

Type : Rotary version with spring return

Operating voltage : AC 24 V ± 20 % 50 or 60 Hz

IP Rating : IP54

Type of Signal : Two-position control

Torque : 7NM (1.5SQM damper Area) or 18NM, (3SQM Damper Area)

Runtime for rotary angle 90° : 90 s

Closing time with return spring : 15 s

Manual Override : YES

Round / square shaft: 6.4...20.5 / 6.4...13 mm (7NM)

Round / square shaft: 8...25.6 / 6...18 mm (18NM)

Approval : CE, C-Tick

Environmental conditions

Temperature : –32…+70 °C

Humidity : <95 % r.h

Damper Actuator (Modulating)

Type : Rotary version without spring return

Operating voltage : AC 24 V ± 20 % 50 or 60 Hz

IP Rating : IP54

Type of Signal : DC 0…10V

Torque : 5NM (0.8SQM damper Area) /10NM, (1.5SQM

Damper Area)

15 NM (3SQM Damper Area)

Runtime for rotary angle 90° : 150 s

Manual Override : YES

Round / square shaft: 6.4...20.5 mm / 6.4...13 mm (15NM)

Approval : CE, C-Tick

Temperature : –32…+70 °C

Humidity : <95 % r.h

Butterfly Valves:

Valve Body : Grey cast iron

PN Rating : PN 16 to EN1333

Permissible operating pressure : 1600 kPa (16 bar)

Angle of rotation : 90° (to end stop)

Medium temperature : -10…120 °C

Page 248: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 248

Permissible media : chilled water, low temperature hot water, high

Butterfly Valve Actuator:

Type : Electro motoric rotary actuators

Type of Signal : 3-position

Operating voltage : AC 230 V ±15 %( 3-position)

Operating voltage : AC 24 V ± 20% (DC 0.10V, Modulating) if included in BOQ

Type of Signal : DC 0…10V if included in BOQ

IP Rating : IP54 as per EN 60529

Positioning times : 120s

Manual Override : YES

Approval : CE, UL

Environmental conditions

Temperature : –15…+55 °C

Humidity : 5.95 % r.h

BTU meter:

o Meter should be a tamper proof meter with Single button design. No tampering can be

done on the meter through the keypad. Parameters of the meter can be changed through

software only

o All meters need to be wet calibrated(temperature sensor and flow meter need to be

calibrated together) and calibration certificate to be provided for the BTU meters

o Meters need to have an inbuilt Lithium battery backup – guaranteed for a minimum of 6

years.

o No reflector used for detection of flow. This ensures that meters are very robust and

efficient and maintenance free for years of operation.

o The flow sensor needs to be a high capacity flow meter and can take velocities as high as

10 m/s.

o Meters need to be CE certified and needs to have IP65 Protection

o Meter should have the facility to be used as a hot meter as well as a cold meter without

any modifications. The meter should have auto switching of Hot/ Cold meters

o The enclosure protection needs to be IP65 and environment class A.

o The temperature sensor should be matched pair with Pt1000 type. The measuring range

should be -20 to +95 deg C

o The BTU meter shall provide the following points both at the integral LCD and as outputs

to the building control system: Energy Total, Energy Rate, Flow Rate, Supply Temperature

and Return Temperature. Output signals shall have protocol conforming to BACnet/IP,

LONWORKS®, MODBUS RTU or MODBUS TCP.

o The entire Energy Measurement System shall be built and calibrated by a single

manufacturer, Each Btu meter shall be factory programmed for its specific application.

o The BTU meter system shall consist of a flow meter, two temperature sensors, a

Btu meter, temperature thermowells

o The installation of the flow meter and the thermowells of the temperature sensors

shall be HVAC

o Further to the above technical specification laid down in the Tender, the BMS Vendor

shall also satisfy following technical requirements and scope of works :-

o Design, supply, installation, testing and commissioning of all hardware, software,

controls wiring, containment, conduiting, trunking and power to the equipment from

Isolators provided under the Electrical Contract.

o Supply and Install wall/duct temperature and humidity sensors, tank level sensors.

Supply liquid differential pressure switches and actuators for installation by the BMS

Contractor.

o Transportation, off-loading, crane and moving into position of all of the above.

Page 249: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 249

o Include for travel and accommodation for three people for factory witness testing.

o Commission the complete system on site to an agreed programmed. Handover to

include IST testing following completed commissioning of all works.

o Include for services visits at 3 months after commissioning.

o Warranty the Works for 24 months from date of issue of the Certificate of Practical

Completion.

o 2 Set of details and drawings to be provided as defined in the Construction

Instruction section of this Specification.

o 2 Set of Operating & Maintenance (O & M) documentation to be provided as defined

in the Construction Instruction section.

o Include for closely liaising with the Fire Protection system Contractor, Mechanical and

Electrical Works Contractors and all other associated Trade Contractors.

o A training section should be conducted to Instruct Employer’s Staff on operating and

maintenance procedures.

o Should Provide critical spare parts list which shall be available till 10 years from date

of successful handover...

o Prior to Practical Completion of the Project the Trade Contractor shall carry out a full

clean of the works.

o The Tenderer is to allow for enclosures to be painted in RAL or BS colours other than

this standard. This is to allow for identification of systems. Up to 4 different colours

may be required. Colours shall be advised at the time of ordering.

o The above works are described in more detail in subsequent Clauses and Schedules

and as the accompanying Drawings.

Quality Assurance

The Building Automation and Control System shall be furnished, engineered, and installed

by Trained Engineers of the Contractor. The contractor shall have extensive knowledge and

shall be factory certified. The contractor shall employ technicians who have completed the

factory authorized training. The contractor shall employ technicians to provide instruction,

routine maintenance, and emergency service within 24 hours upon receipt of request.

System Integrator Qualifications

o The system integrator must be an authorized representative in good standing of the

manufacturer of the proposed hardware and software components.

o The system integrator shall have an office that is staffed with designers trained in

integrating interoperable systems and technicians fully capable of providing instructions and

routine emergency maintenance service on all system components.

o The system integrator shall have in house capabilities to provide control strategies for

whole building control. This includes HVAC, lighting, Access, Fire Detection, Fire Suppression

and Protection, and security applications.

o The system integrator shall have a service facility, staffed with qualified service

personnel, capable of providing instructions and routine emergency maintenance service for

networked control systems.

Hardware and Software Component Manufacturer Qualifications

o The manufacturer of the hardware and software components must be primarily engaged

in the manufacture of Building Automation systems as specified herein, and must have been

so for a minimum of ten (10) years.

o The manufacturer of the hardware and software components shall have an authorized

representative capable of providing service and support as referenced in section B above,

and must have done so for a minimum of Two (2) years.

o The manufacturer of the hardware and software components shall have a technical

support group accessible via a toll free or any alternative number that is staffed with

Page 250: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 250

qualified personnel, capable of providing instruction and technical support service for

networked control systems...

o The manufacturer of the hardware and software components must have Minimum ten

(10) year similar projects, which have building systems as specified herein. These projects

must be on-line and functional such that the Owners/Users representative can observe the

system in full operation.

Approvals

The system shall have proper listing and/or approval from the following nationally

recognized agencies:

o UL Underwriters Laboratories Inc. o FM Factory Mutual

Identification of Hardware and Wiring:

o All wiring and cabling, including that within factory-fabricated panels shall be labelled at

each end within 2" of termination with a cable identifier and other descriptive information.

o Permanently label or code each point of field terminal strips to show the instrument or

item served.

o Identify control panels with minimum 1 inch letters on nameplates.

o Identify all other control components with permanent labels. Identifiers shall match

record documents.

o Identify room sensors relating to terminal box or valves with nameplates.

Programming

o Provide sufficient internal memory for the specified control sequences and trend logging.

o Point Naming: System point names shall be modular in design, allowing easy operator

interface without the use of a written point index.

DEFINE THE POINT NAMING NOMENCLATURE FOR ABOVE. COORDINATE WITH OWNER’S

OPERATING STAFF.

o Software Programming

Provide programming for the system as per specifications and adhere to the strategy

algorithms provided. The HVAC Control System Contractor shall also provide all other

system programming necessary for the operation of the system but not specified in this

document. Imbed into the control program sufficient comment statements to clearly

describe each section of the program. The comment statements reflect the language used in

the sequence of operations.

Switchboard, PDU Breaker Monitoring

The BMS shall monitor and display an ON/OFF and Tripped Status via volt free contacts

for all breakers

Spare Capacity

The Contractor shall provide 15% spare control points of each type in the form of

universal input/output contacts and supporting software capacity at each outstation.

Each Floor network shall have the capacity of a 25% increase in the number of nodes

on that floor without introduction of further networks. The Contractor shall also provide

2 spare Port at each TCP/IP Hub or Switch if applicable to allow future BMS network

Page 251: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 251

expansion.

Alarm Monitoring

Alarms shall be initially separated into 3 priority levels as follows:

o Critical Alarms (High) –Critical Alarms including: Critical Switchboard Breaker

Tripped Statuses, Out of Limits Temperature/Humidity in building critical areas.

o Medium Alarms– Plant Alarms including: Ventilation system failures, Sensor

Failures, Common Faults on all non-critical circuits.

o Maintenance Alarms (Low) – Maintenance Alarms including: Out of Limits

Temperature/Humidity in non-critical areas.

However, definition of all these alarm shall further be classified in co-ordination with

individual service providers and any specific requirements from Client. The BMS vendor

shall ensure all alarm definitions as per priority given by Client

The system shall have all necessary interface modules to allow connection on the

Clients IT

Cleaning

o This contractor shall clean up all debris resulting from his or her activities daily. The

contractor shall remove all cartons, containers, crates, etc. under his control as soon as

their contents have been removed. Waste shall be collected and placed in a location

designated by the Construction Manager or General Contractor.

o At the completion of work in any area, the Contractor shall clean all of his/her work,

equipment, etc., making it free from dirt and debris, etc.

o At the completion of work, all equipment furnished under this Section shall be checked

for paint damage, and any factory-finished paint that has been damaged shall be repaired

to match the adjacent areas. Any metal cabinet or enclosure that has been deformed shall

be replaced with new material and repainted to match the adjacent areas.

Protection:

o The Contractor shall protect all work and material from damage by his/her work or

workers, and shall be liable for all damage thus caused.

o The Contractor shall be responsible for his/her work and equipment until finally

inspected, tested, and accepted. The Contractor shall protect his/her work against theft or

damage, and shall carefully store material and equipment received on-site that is not

immediately installed. The Contractor shall close all open ends of work with temporary

covers or plugs during storage and construction to prevent entry of foreign objects. Field Quality Control:

All work, materials and equipment shall comply with the rules and regulations of applicable local, state, and federal codes and ordinances as identified in Part 1 of this Section.

Page 252: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 252

o Contractor shall continually monitor the field installation for code compliance and quality

of workmanship. All visible piping and/or wiring runs shall be installed parallel to building

lines and properly supported.

o Contractor shall arrange for field inspections by local and/or state authorities having

jurisdiction over the work.

Installation

o Do not install electronic hardware in the project until non-condensing environmental

conditions have been established. Products installed in violation of this request maybe

requested to be replaced at no additional cost to the project.

o Coordinate storage requirements for factory mounted terminal control units on air

terminal devices, air handling units or other packaged control equipment. Do not store

control units on site in non-conditioned areas for more than two weeks.

o Factory-Mounted Components: Where control devices specified in this section are

indicated to be factory mounted on equipment, arrange for shipping control devices to unit

manufacturer.

General installation Requirements:

o Install all control components in accordance with manufacturer's instructions and

recommendations.

o If the controls contractor is responsible for providing the damper then provide mixing

dampers of parallel blade construction arranged to mix streams. Provide separate minimum

outside air damper section adjacent to variable outside air damper.

o Mount control panels adjacent to associated equipment on vibration-free walls or

freestanding angle iron supports. One cabinet may accommodate more than one system in

same equipment room. Provide nameplates for instruments and controls inside cabinet and

nameplates on cabinet face.

o After completion of installation, test and adjust control equipment. Submit data showing

set points and final adjustments of controls.

o Install equipment, piping, wiring/conduit parallel to building lines (i.e., horizontal,

vertical, and parallel to walls) wherever possible.

o Provide sufficient slack and flexible connections to allow for vibration of piping and

equipment.

o Verify integrity of all wiring to ensure continuity and freedom from shorts and grounds

o All equipment, installation, and wiring shall comply with acceptable industry specifications

and standards for performance, reliability, and compatibility and be executed in strict

adherence to local codes and standard practices.

Testing

Upon completion of the installation, Contractor shall start-up the system and perform all

necessary calibration and testing to ensure proper operation of the project control systems.

Schedule a hardware demonstration and system acceptance test in the presence of the

Contracting Officer and/or the Engineer. The acceptance testing is defined as demonstrating

the sequence of operation as indicated in the drawings. The hardware demonstration is

specified in this Section. The Contractor shall perform all tests prior to scheduling the

acceptance test and hardware demonstration to insure the overall system is ready for

inspection and observations.

Page 253: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 253

When the system performance is deemed satisfactory in whole or in part by these

observers, the system parts shall be accepted for beneficial use and be deemed

substantially complete as defined in Division 1.

Commissioning

o The BMS specialist shall be responsible for the full commissioning of his system and any

other controls equipment supplied by him.

o All safety interlocks, overrides and fail-safe conditions are to be operational prior to

starting the plant. Demonstrate as agreed with the engineer prior to starting plant in BMS

auto mode.

o Fault conditions for all critical alarms, safety devices and control interlocks shall be

simulated and proved effective as soon as practical once BMS control mode is selected.

o Sensors shall be checked to ascertain accuracy within limits, pressure switches checked

for switch points and hysteresis. Humidity sensors shall be checked for accuracy using a

wet/dry bulb thermometer.

o All the necessary test equipment and materials used in commissioning shall be supplied

by the BMS specialist. All test equipment shall have valid test certificates.

o Graphs shall be provided to demonstrate the stable control of the plant. Simulated

inputs shall be employed to check stability over the design environmental range.

o The BMS specialist shall allow one additional full day by his commissioning engineer to

revisit the system at a later date (after hand-over). He shall check and adjust operational

parameters, and re-tune any control as maybe required by change in the control system

load conditions or bedding-in of the plant.

o Commissioning documentation and schedules shall be submitted for approval during the

design phase showing each plant, point, interlock and control algorithms, and the stages of

checks and commissioning required. Each cleared item to have date and engineer

reference. Completed copies shall be available to the engineer prior to acceptance testing. A

complete set of the commissioning documentation is to form part of the system

documentation.

o Once any item of plant is commissioned and left running to the dictates of the BMS,

documentation showing the overrides, control and software configuration shall be available

on site at all times. All system documentation shall be in accordance with standard

templates. Acceptance and Demonstration

The BMS specialist shall give seven days’ notice to the engineer of his intention to provide

the acceptance demonstrations once the commissioning is complete. The operation of all

safety interlocks shall be tested and ten per cent of all points shall be selected by the

engineer and demonstrated for operation/accuracy. Should more than 1% fail performance

test, a further ten per cent may be selected. If above 1% fail he may at his discretion

demand 100% demonstration. The BMS specialist shall supply sufficient man-power/test

equipment, consumable items and portable telephones to conduct the demonstration

efficiently. Testing shall also incorporate an audit of the wiring and hardware installation,

demonstration of safety interlocks, start of system from power-down and review of time

schedules and alarm levels, grouping and selected control parameters.

Documentation

Submit the following according to conditions of Contract and Specification sections. In

addition, provide the following:

Page 254: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 254

o Product data on all components used to meet the requirements of the specifications such

as enclosures, network transceivers, XIF documentation, configuration parameter options,

mounting details, power supplies, etc.

o Software documentation regarding the proposed PC operating system, third party utilities

and application programs, and the proposed application program for the Control Units.

o Logical and physical diagrams for each channel indicating each node (control devices and

ID’s), node address (domain, subnet and group), channel type and router specifications.

o Submit functional temperature control diagrams for each Mechanical system

o Served by the HVAC Control System. Indicate and Tag each input/output served by each

Control Unit or Intelligent Device.

o Submit 2 sets of submittals for review within 2 weeks of contract award.

Shop Drawings

o The controls contractor shall submit AutoCAD or Visio generated schematic drawings for

the entire control system for review and approval before work shall begin. Included in the

submittal drawings shall be a one-page diagram depicting the complete system architecture

complete with a communications riser. Drawings shall include point-to-point wiring diagrams

and must show all temperature controls, start-stop arrangement for each piece of

equipment, equipment interlocks, wiring terminal numbers and any special connection

information required for properly controlling the mechanical equipment. The submittal shall

include a bill of material reference list as well as equipment sequences of operation.

o The submittals shall include manufacturer's catalogue data describing each item of

control equipment or component provided and installed for the project.

o System Colour Graphics using the AutoCAD or Visio generated schematic drawings.

Dynamic points, menus icons, commendable points, etc. should be clearly identified.

o Colour conventions proposed for all graphics.

Close-Out Documents

o Submit final copies of the shop drawings outlined in paragraph B above. These final

submittals shall reflect all field modifications and change orders required to complete the

installation. Submit the following quantities of record submittal drawings immediately

following receipt of notification of substantial completion. Auto CAD drawing or VISIO files of

all shop drawings on or CD ROM disks.

o Three complete sets of documents located in a Spiral Bound notebook and organized by

subject with divider tabs.

Handover

Submit 3 sets of operation and maintenance manual in accordance with requirements of the

Specifications.

Include the following documentation:

o Network Management Software User Manual specific to each tool package provided.

o Maintenance Instructions: Document all maintenance and repair/ replacement

procedures. Provide ordering number for each system component, and source of supply.

Provide a list of recommended spare parts needed to minimize downtime.

o Documentation of network variables, network node configurations, priority interrupts,

node binding, addressing structure, etc.

Training

Page 255: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 255

o All training shall be by the Building Controls Contractor and shall utilize specified

manuals, as-built documentation, and the on-line help utility.

o Operator training shall include four initial eight-hour sessions. The initial operator training

program shall be to establish a basic understanding of Windows based software, functions,

commands, mouse, etc.

The training shall encompass as a minimum:

o Troubleshooting of input devices, i.e., bad sensors.

o Sequence of operation review.

o Sign on - sign off.

o Selection of all displays and reports.

o Commanding of points, keyboard and mouse mode.

o Modifying English text

o Use of all dialogue boxes and menus.

o System initialization.

o GUI Software.

o Network Management Software.

Maintenance

According to the standard recommendations systems should be regularly maintained under

a maintenance agreement.

The customer shall be responsible for ensuring that daily, weekly and monthly routine

maintenance is carried out in accordance with the recommendations set out in and the

service and maintenance instructions provided by the manufacturer.

Page 256: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 256

13.2 Data Centre Infrastructure Management:

Data Centre Infrastructure Management (DCIM)

Scope:

o Bidder to supply and implement proposed DCIM solution including hardware/Virtual

server, dcim application/os, dcim db, dcim software licenses for successful installation of

DCIM application.

o All the features and functionalities or DCIM services mentioned in this tender scope

should be expandable to manage future requirement as well and provide us a simplified and

unified view of all the DCs on future need basis.

o Proposed DCIM system for present requirement should be modular in licensing nature

and provide us flexibility to purchase and expand enhanced modules according to our future

need. The DCIM should be able to run on a physical or virtualized server.

o DCIM software licensing should be Perpetual in nature which means that license once

bought for various polled devices/racks etc. never expire. However the end client is free to

buy extension of software warranties on yearly basis to keep up to date with new releases

as and when they are launched.

o "Proposed DCIM solution should be designed with a top-level 10/100bT Ethernet network,

using the BACnet®/IP, LonWorks®/IP, SNMP, and/or Modbus® TCP protocol. DCIM

platform should also be capable of pushing monitored device information to any Third Party

NMS system using SNMP INFORM/REQUEST procedures and to third party BMS system

using Modbus TCP out channel. By this the DCIM system should ensure it integrates back to

commonly needed Infrastructure devices like CRAC, Diesel Generators, Energy Meters,

Branch Circuit Power meters, Rack mount Intelligent PDU and Rack Environmental

Monitoring systems. To ensure a clear integration to the said devices is done an Annexure-A

for Device connectivity is attached, please ensure that proposed DCIM covers licensing and

integration requirements of the devices as mentioned in Annexure-A."

o The installed system shall be able to use web services to “consume” information within

the Network with other products and systems.

o The DCIM shall be a combination of thick client and thin web client architecture

(web‐based system that is accessed through a standard web browsing tool such as Internet

Explorer, Chrome, or Firefox).

o DCIM server/VM system should allow integration of client email server via SMTP channel

as well as it should support integration to SMS Gateway servers by utilizing the HTTP post

Method.

o The DCIM must keep a log of all changes within the data centre including the changes

made to the DCIM system and all IMAC workflow information.

o The DCIM must be able to maintain inventory and asset management within the data

centre and provide visualization of the assets in floor layout, rack elevation, and individual

asset views.

o DCIM system should be able to display energy efficiency information such as PUE, DCiE

and trend them in real time on daily, monthly and yearly basis.

o DCIM system should be able to create reports in at least .CSV formats/PDF formats.

Page 257: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 257

DCIM Architecture:

DCIM connectivity Architecture

Proposed DCIM should be created in separate installations to maintain sanctity of data as

follows:

o Gateway/Convertor Devices: Required for connecting to third party BMS/ third party BMS

controllers/field devices etc.

o Monitoring layer: Responsible for polling all Monitoring Points

o Converged Infra Mgmt. Layer: Responsible for Analytics and Insightful data analysis of

dcim data points

o Cooling optimization AI Layer for Control of Perimeter coolers

VLAN

For all Datacentre Infrastructure components including all Field level devices, Third Party

BMS/BMS controllers, Rack Mount PDU, Energy meters, VESDA, Panel Meters etc. the

Subnet should be the same so that all the devices are able to ping each other and are easily

discovered. If possible they should be in the same VLAN along with complete DCIM solution.

Gateway/Convertor Hardware Specification

The Gateway/Convertor so proposed to integrate third party BMS/BMS controllers and Field

devices over Modbus /Modbus Tcp, BACnet/bacnet-ip and Lon.

o "The Gateway/Convertor should employ a modular I/O design to allow expansion of the

unit to incorporate more Field devices if so required in future for AI/AO/DI/DO. This Input

and output capacity is to be provided through plug-in modules of various types."

o DCIM solution shall have an inherent multi-protocol conversion gateway or DCIM vendor

should provision for a similar hardware/software based gateway as may be required as per

client site requirements. To ensure no last minute surprises and no cross vendor device

communication issues on site the gateway should be manufactured by same OEM whose

DCIM is being proposed in this tender and integrated back to DCIM. The gateway so

proposed should allow to run all protocols through it at the same time (through that one

device the system should allow integration to a chain of LON devices/ chain of Modbus

Device and also a chain of BACnet devices at the same time).

o The gateway so proposed has to be DIN Rail mounted device and not a Rack mountable

design. The field level devices will terminate in panels not inside Racks inside the datacentre

hence the device has to be mounted inside wall mounted panel.

o The Gateway shall support simultaneous exchanges on its various protocols, essentially

meaning you can use all protocols at once and it should be able to run BACNET, LON and

Modbus at the same time and also provide capability to convert BACNET to Modbus TCP

which may be required for seamless Building side integrations.

o Every hardware input and output point, hosted within the Gateway and attached I/O

modules, shall be trended automatically without the requirement for manual creation, and

each of these logs shall log values based upon a change-of-value and store at least 500

trend samples before replacing the oldest sample with new data. The operating system of

the NSC/AS, application programs, and all other portions of the configuration database,

shall be stored in non-volatile, FLASH memory. AS/NSC shall contain enough memory for

the current application, plus required history logging, plus a minimum of 20% additional

free memory.

o This Gateway will support both script text-based programming language as well as the

graphical function block programming language. For both languages, the programmer will

Page 258: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 258

be able to configure application software for custom program development, and write global

control programs.

o The Gateway so proposed should not have IPMI functionalities or IT Server access

functionalities on the same box as that again contradicts the whole idea of having Field

devices managed at Panel Level. Gateway so provided has to be dedicated for Field devices

only.

o The Gateway so provided has to be compliant with ASHRAE 135-2004 and should be BTL-

listed as a BACnet Building Controller (B-BC) at the least.

o The Gateway shall have a built in FTT-10 port to communicate to the TP/FT-10 LonWorks

network

o The Gateway shall comply to Emission Norms: EN 61000-6-3; FCC Part 15, Sub-part B,

Class B

o The Gateway shall include a battery-backed, real time clock, accurate to 10 seconds per

day. The RTC shall provide the following: time of day, day, month, year, and day of week.

Each Gateway will allow for its own UTC offset, depending upon the time zone. When the

time zone is set, the Gateway will also store the appropriate times for daylight savings time.

Monitoring Layer:

"Proposed DCIM solution should be designed with a top-level 10/100bT Ethernet network,

using the BACnet®/IP, LonWorks®/IP, SNMP, and/or Modbus® TCP protocol. "

Third Party system Integration: DCIM platform should also be capable of pushing monitored

device information to any Third Party NMS system using SNMP INFORM/REQUEST

procedures and to third party BMS system using Modbus TCP out channel and also support

Web services programming interface.

Email Server Integration: DCIM Monitoring Layer server/VM system should allow integration

of client email server via SMTP channel.

Alarm Status Tracking: DCIM Monitoring layer should have Alarm filters in the

Monitoring dashboard. The solution provides alert compression and advanced alerting

algorithms including deviation from normal and time over threshold to help reduce false

positive alarms.

Trend Analysis : Should offer Graphical trending analysis for historical data pertaining

to day, week, month, year and user defined durations.

Rule Creations for Threshold Alert: Proposed DCIM solution should allow for custom logics

for creating Rules of Escalation and Email alerts for various devices based on alarm severity

and priority.

Auto Timed Reporting DCIM Monitoring Layer: should allow for Auto Timed/Scheduled

Report Emailing to selected audience on required key performance indicators. These Reports

should be mailed to relevant users as CSV format/PDF formats.

Low End UPS Monitoring: If in case client buys UPS from the DCIM OEM bidder which do not

have SNMP cards but are managed through serial console cables connected directly to

systems powered by the same UPS, the proposed DCIM shall allow integration of those

devices as well. Any separate plugin so required shall be bought by client as and when

required but DCIM should offer back integration to the same.

Virtual Machine Migration(optional):

o DCIM should be scalable to offer plugins to allow safe shutdown for Virtual Machines and

Virtual machine Migration. The safe shutdown feature should support VMWARE and

Microsoft HYPER-V formats. For sites where the UPS are also from the same OEM as the

Page 259: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 259

DCIM the functionality should be made available day one to the client. For sites where the

UPS are not from the same OEM the functionality should be made available as and when

client buys UPS from the same OEM for future integration. Non availability of such a

capability will be considered as Non Compliance as client reserves the right to opt for it or

not (as per the availability and future scalability on UPS side)

o This Plugin for Safe shutdown of Virtualized Infrastructure should support the following

UPS configurations for alerting: Single UPS, Redundant UPS and Parallel UPS.

o This Plugin for Safe shutdown of Virtualized Infrastructure should support Event logging -

Pinpoint the timing and sequence of events leading up to an incident with the event log.

o This Plugin for Safe shutdown of Virtualized Infrastructure should help prevent possible

data corruption by performing graceful, unattended operating system shutdown in the event

of an extended power outage or computer power problem.

o It should allow the operator to run command file - Run command file on network

shutdown sequence as well as start-up sequence.

o It should facilitate Sequenced Server Shutdown - Sequences the shutdown of multiple

servers powered by the same UPS to extend runtime for higher priority servers.

Converged Management layer:

Converged Management Layer that irrespective of various underlying components like

Power, Cooling, Network, U space all of them have to converge to a single unified system.

This System should facilitate the complete Lifecycle approach for Datacentre involving:

o Analysis

o Design

o Implement

o Operate

o Evaluate

DCIM Management Layer will have the capability to configure a bird’s eye view of the room

layout to ensure the layout in the data centre model accurately represents the real-world

physical environment of the room. This includes any physical attributes of the room such as

size, shape, doors, windows, aisles, containments, false floor creations, false ceiling creation

and ability to duct the Racks, Containments and CRAC units to False ceiling as per site

requirement.

DCIM Management Layer should have an ability to import an AutoCAD 2013 .dwg floor

drawing and display the floor layout. Rooms can be created based on wall detection on the

AutoCAD drawing. This is different from the usual SVG/Raster Imaging used and should not

be mixed with that which has been provisioned for Monitoring Layer only.

User will have the capability to toggle on/off for each Layer of AutoCAD imported inside

DCIM.

DCIM Management Layer should offer back export of the datacentre design created or

modified within DCIM in CAD format.

DCIM Management Layer should have a combination of Thick client and thin client version

offering at least the following functionality:

a. Thin client (web client) version should offer the web view of the system showcasing the

Rack and Rack inventory views and search dashboard for asset/client.

b. Web view should offer the capability to create User Access control for various views of the

system.

Page 260: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 260

c. Thick client view (the downloadable client) should offer a more advance view of the

complete Datacentre starting from birds eye view to reach component level view.

The web client view of the DCIM should offer at least the following functionalities:

o Perform simple rack inventory edits.

o Perform quick search and view simultaneous rack front/rear view for the datacentre.

o User Access Control and license management

o User Experience customization like Logo and colour themes.

o Customize the language of operation

DCIM Management Layer will be able to provide a product catalogue that contains up-to-

date floor and rack mounted data centre equipment having drag & drop functionality to

populate devices & design DC floor layout within the system as per physical layout/actuals.

DCIM Management Layer should offer inventory and mapping of Direct Current Powered

devices like Fuses, Rectifiers along with AC powered. This means that user should be able to

create a Power path with both types of sources at the same time if required.

The DCIM tool will have the capability to render the floor layout in both 2D and 3D view.

DCIM Management Layer should offer extensive Visual network management and

representation of cable route from server to switch. It will show free and occupied ports on

servers, switches, and patch panels. See a graphical overview of available network capacity.

DCIM Management Layer should offer capability to create Cages on datacentre floor and

visualize the same in both variants: a. Glass cage b. Mesh Cage c. Solid wall

"DCIM should offer complete information on the layout view for the following

parameters:

o Empty Racks

o Filled Racks: stating the Racks are being used by a Process/Client

o Reserved: Racks reserved for a specific Process/Client

o Internal Use: Racks reserved for some Internal requirements"

"With reference to Space Management in Datacentre, DCIM should offer following

information on the layout view for the following parameters:

o Room Area

o Reserved Area: For specific Process/Client

o Closed: Area filled already and is not available

o Internal Use: Area used by Internal Racks

o Space Efficiency: Ratio between Room Area and sum of Reserved Area, Closed Area and

Reserved Area.

The proposed solution must offer intuitive, color-coded drawings in both plan and

rack elevation views which allows users to:

o View Rack U-space availability

o View Rack Power availability

o View Rack weight/Floor Loading

o View Raised Floor & Rack space utilization"

DCIM Management Layer should offer a dedicated Test Environment within the same

solution which can import the live datacentres 3D layouts and all power, cooling, network

and space details into a separate Sandbox Test Model without impacting the live

functionality of the Management Layer. This will be used to simulate to simulate different

Page 261: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 261

scenarios, for example, whether the design is strong enough to cover your future

requirements. If you continue to add equipment at the current pace, would the power

supply suffice, or would you need additional power supplies or cooling units; would you

continue to have the necessary redundancy, etc. Changes to these lab models should not

affect the model of the actual live environment in Core DCIM Management Layer.

Predictive Analysis: Predictive Analysis/What If Analysis & Hypothetical

Provisioning/Modelling to ease decision making (such as: where is the best place to put new

server, do my dc have sufficient power, cooling & space to occupy new equipment, etc.)

Power Path Map: Power Path: Ability to model power connections between the equipment

supplying and delivering power and the equipment requiring power. This includes power

path from switchgear, UPS, main PDU with modular circuit breaker mapping, rack RPDU and

to individual servers.

Impact Simulation: Impact simulation: Generates a list of equipment that would be

impacted if the selected piece of equipment, e.g. a UPS or cooling unit, about to fail or put

in maintenance mode.

The DCIM tool will have a dedicated Equipment browser view where device Fields can be

customized and sorted as per user need. It should allow for export of these data fields in

the same format in a CSV file which can be opened in Excel as set by the user in the

Equipment browser and also to save these formats for later use inside the DCIM.

The DCIM tool shall have an inbuilt Recommendation Engine that keeps on checking the

various aspects of datacentres design like:

o Rack contains overlapping equipment’s in design

o Max Rack Load exceeded

o Equipment weight Exceeds weight limit of floor

o Room doesn't have enough Airflow

o Amount of Rack PDU Power Outlets has not been Configured

o An Invalid Power Path has been Configured

o Associated Device Data has been Lost

o Capacity Group Equipment is Placed in Multiple Rooms

o Connection has not been Configured between PDU and Power Supply

o Connection has not been Configured between Power Panel and Power Supply

o Connection has not been Configured between Remote Distribution Panel (RDP) and Power

Supply

o Equipment Connected to this PDU Draws more Power than is Supported by the Power

Supply Breaker

o Equipment Connected to this Power Panel Draws more Power than is Supported by the

Power Supply Breaker

o Equipment Connected to this Remote Distribution Panel (RDP) Draws more Power than is

Supported by the Power Supply Breaker

o Equipment in this Rack Receives Power from Multiple Power Supply Devices

o Equipment is Connected to a Rack PDU Outside this Rack

o Internal Redundancy Setup for UPS and Group Must Match

o PDU and Connected Rack PDU are Placed in Different Rooms

o PDU Output Voltage has not been Configured

o Power Connection Configuration is Invalid for Equipment in one or more Racks in the

Group

o Power Feed Connection for UPS and Group must Match

o Power Panel Output Voltage has not been Configured

Page 262: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 262

o Rack's Estimated Load Exceeds Group's Peak Load Settings"

Data Centre Thermal Maps:

o The graphical floor plan of the configured data centre layout should include overlays

showcasing capture index (CI), plenum pressure, plenum velocities, and 3D rendering of the

temperature map, including airflow and temperature thresholds. As the design takes place,

client will get a qualified estimation of the effect of changes in supply temperature, airflow,

and number of cooling units and room-based cooling parameters. The data is expected to be

simulated on the basis of plate rating of various cooling devices, racks, perforated tiles,

grilles etc.

o The Cooling overlay of the data centre floor layout should show a color-coded overview of

the Capture Index to give client an overview of the reasons why the tile airflow may not be

the same across the room. Each rack in a well-formed hot aisle / cold aisle layout should

show a capture index percentage.

o It should also offer dedicated Overlay to show Floor Plenum to help client drill down into

looking at specific velocity issues in the plenum and estimate perforated tile airflow rates. In

designing the layout whenever a client drags in a new cooling unit or moves a perforated

tile, the flow vectors and perforated tile flow rates should update instantly on the Plenum

view on the DCIM.

o In the 3D view, client should be able to see the room's simulated airflow above the raised

floor. Velocity vector and temperature results should look like those from traditional CFD

applications and provide the same ability to quickly locate problem spots and understand

the underlying causes.

o DCIM application should provide design capability of hot isle and cold aisle ducted to

ceiling scenario creation. It should also incorporate other components like Blocking walls,

pillars for creation of datacentre design so that it comes as near to real scenario.

o DCIM should facilitate the 3D model to depict equipment’s placed on Rack Mounted Trays

and at the same time CFD like Model should be able to detect airflow around those

equipment’s when mounted inside the Rack.

o DCIM thermal model should incorporate Thermal calculations utilizing both mechanisms:

Simulated and Real Time T/H sensor polling. User should have the ability to simulate his

datacentre on any of them at any time and see Thermal Maps in X, Y and Z Planes.

o DCIM should facilitate the 3D model to depict equipment’s placed on Rack Mounted Trays

like Modems stacked on a Tray.

o DCIM 3D model should allow for PAN, ZOOM, and rotate the datacentre views as per user

requirement.

o DCIM thermal model should allow Third Party Building Management Rack T/H sensors

also to be utilized for calculating Thermal Maps apart from the DCIM OEM's own T/H

sensors.

Commissioning: The solution should provide provisions to recommend the best location for a

server in the rack layout, utilizing available space, cooling, and power capacity

Data Centre Change Management:

o The DCIM tool should enable operators to gain control over the data centre environment

by implementing organized moves, adds, and change work processes by providing workflow

system that can develop and assign work orders, reserve space, track status, and provide a

historical audit trail.

o Ability to assign deadline and person to each work order.

o Ability to create multiple tasks and track task status for each work order.

Page 263: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 263

o Ability to create work order templates that can be used for recurring work types like

maintenance activities or standard procedure for installation of a certain type of server.

o Support workflow management that should allow for easy implementation and tracking of

organized moves, additions, and changes.

o Support audit trail reporting that would show asset moves, additions, and changes by

date/time, owner, and work orders.

o DCIM should allow for Integration with other Change Management Systems Now as and

when required.

o Every network management change should be recorded in audit trail report

o It should allow for Auto Scheduled Work Orders which can regenerate certain Service

Work orders like Service Schedules for CRAC units which must renew themselves every

Quarter or Yearly etc.

Energy Management (PUE & DCiE):

o The application should provide real time Power Usage Effectiveness (PUE), DCIE values

and able to deliver Weekly, Monthly, Quarterly & Yearly PUE report.

o DCIM should be able to deliver the cost and CO2 emission per subsystem where

subsystem data can either be measured (live) or computed (without power meters).It

should showcase graphs for IT load, current PUE/DCiE, historical PUE/DCiE, costs and CO2

emission per subsystem.

Perimeter Cooling Automation:

o DCIM should have provision for a closed-loop system that reacts to real-time data from

the temperature sensors and is able to control existing client CRAC units (DX/CW)

irrespective of OEM. Data may be wirelessly transmitted to network gateways, aggregated,

and sent to a purpose-built appliance where it is analysed by control software which in this

case would be one of the Modules of DCIM. Control commands are then delivered to the

cooling equipment. As IT load changes, the built-in machine learning automatically adjusts

cooling output of CRAC units to match the dynamic data centre environment.

o Utilizing Cooling Automation client will be able to automatically identify and eliminate hot

spots and diagnose potential facility risks proactively and get a Hard Positive ROI.

o This Module will be able to control and put the CRAC units in Software driven and Manual

Mode as required in certain instances.

o The Module will be responsible to create Cooling Influence Maps for the datacentre,

clearly showcasing the Influence of specific CRAC units on certain regions across the

datacentre. This would help the client in identifying which CRAC to run at any point of time.

Reporting and Dashboard:

Proposed platform should offer Dashboard & Reporting on data centre key performance

indicators, displaying customizable information for a high-level overview of data centre

operations.

We understand that certain DCIM systems may have restrictions to the number of points

being Trended so to keep it logical the OEM will have to provision for trending and reporting

parameters on site as per their mutual discussion during Pre Installation Survey. At

minimum DCIM should provide Trending and Reporting for the following:

PUE

Total Facility Load, Total It Load, Total Cooling Load, Row wise IT Load, Rack wise IT load

Average Temperature and Humidity for Cold Aisle (at Rack Inlet-3ft)

Page 264: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 264

Average Temperature and Humidity for Host Aisle (at Rack Exhale-3ft)

Communication Status for Infrastructure devices being monitored

Depending on the device for which EM has been installed:

Energy Meter:

o Per Phase Input Current and Voltage

o Per Phase Output Current and Voltage

o Power Factor per Phase

o Frequency

o Active Energy (kwH/MWH)

UPS:

o UPS per Phase Load percentage

o UPS Input Power

o UPS Output Power

o UPS Time Running on Battery

Precision Air Condition:

o Supply Air Temperature

o Return Air Temperature

o Supply Air Temperature Set point

o Supply Air Humidity Set point

Diesel Generator

o Per Phase Voltage

o Mains Frequency

o Genset Frequency

o Engine Speed (rpm)

o Oil Pressure

o Oil Temperature

o Fuel Level

o Running Time

Inventory Reports

Audit Trail Report: that lists actions recorded in the application, whether those actions were

in response to work orders, or changes made to the data centre model.

Network Summary Report: with an overview of network connections per rack in the selected

rooms. The report should list layer 2/3 network gear (such as switches) and layer 1 network

gear (patch panels) as well as a summary per rack of mapped and unmapped routes

equipment that is connected to a network (such as a server or PDU).

Rack U space Report: to review the amount of available positions in specified racks for

equipment that takes up one or more U-positions.

Rack wise Power Cost Report: showcasing per Rack kWh, Unit Rate and the Cost of running

per Rack basis.

Page 265: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 265

14 Racks and PDU

Supply and installation of network and server rack with all necessary accessories as per the

approved layout.

Server rack size : Min600 X 1000 mm

Network rack size : Min 750/800 X 1000 mm

In Server room 1, 2 & 3 all the server racks should have 2 numbers of 32 amps IEC socket.

Each socket should place bottom of the rack but it should not disturb for cable entry.

Network room & ISP room and HDA rack should have two numbers of 16 amps IEC socket.

Bottom cover will have cut-out with brush insert for cable.

Each rack should have two numbers of rack PDU. The contractor should supply require

accessories for installation of the two PDU inside the rack.

The PDU must be zero U PDU and it should support TCP/IP for integration. In PDU each

branch circuit must be monitored by monitored software.

The contractor should provide require software and PC etc.

14.1 Racks

To supply, installation, testing and commissioning of Server Rack and Network Racks:

Material:

The frame should be made of heavy duty, heavy grade aluminium profiles designed to

accept front and rear doors and side panels, which close within the frame itself. The Racks

shall be of CKD (Complete Knock Down) or fully welded structure.

Size:

Server rack: min 600 X 1000 X 2000 MM rack, 42 U, 2 X 32 A Rack PDU with 2 number of

temperature sensor

Network Rack: min 750/800 X 1000 X 2000 MM rack, 42 U, 2 X 16 A Rack PDU with 2

number of temperature sensor

Cable access openings with pre-installed brushes:

Large cable access slots in the roof provides access for overhead cable egress. The bottom

design allows for unobstructed cable access through a raised floor. Roof includes openings

with brush strips pre-installed in locations biased towards the front of the enclosure to allow

for data cable pass through and provisions for air containment

Perforated front door with curved profile:

Front and rear doors flat split type perforated for better accessibility

Equipment mounting rails integrate with patch cabling systems:

Equipment mounting rails include zero U mounting holes beside the EIA 19" mounting space

that allow the installation of Data Distribution Cable (DDC) patch systems without taking up

any critical equipment U-space.

Eyebolt support integrated into enclosure frame:

Integrated eyebolt holes at the top of the enclosure frame allow the enclosure to be lifted

for movement and enclosure placement using eyebolt lifting mechanisms.

Page 266: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 266

Easily removable cable access roof:

Roof can be removed with simple pull-pin hinges for access during equipment installation or

even with cabling already in place and routed through the cable openings. Once removed

the roof is reversible to reposition the larger cable openings for power distribution plugs and

connectors or roof as per OEM however the roof panel shall have sufficient cable entry

knock out to enter the fibre and copper cables.

Half-height side panels and option with brush strips for pass-through:

Full height screw fixed type side panel /Half height quick release side panels reduce size and

weight for easy handling and access to equipment. Side panels are lockable utilizing a single

key with the doors. Now available are side panel options integrated with pass-through holes

and brush strips for routing cabling to adjacent racks in a row while still maintaining proper

airflow.

Split rear doors:

Split rear doors improve access and serviceability to rear of rack mounted equipment.

Structural stability:

A proven frame design, heavy-gauge mounting rails, and heavy-duty casters provide for

3000 lb (1364 kg) static (levelling feet) and 2250 lb (1023 kg) dynamic (castor) load

ratings.

Approvals

UL 2416, UL 60950-1

RoHS

Mounting Angle: Two Pairs of 19" Mounting Angles with U marking

The contractor should propose 40 % of blanking panel

Standards and Materials

o Dimensions conform to EIA-310E, IEC-60297-2

o Five stage iron-phosphate pre-treatment with textured powder coat finish, tested to 500

hours salt spray under ASTM-D610-01 and ASTM B117

o Available in low gloss textured black RAL 9005

o Premium grade Hot and Cold rolled steel sheet

o Designed and Manufactured under ISO 9001 : 2008

o All materials RoHS compliant.

14.2 IP PDU

Power Distribution:

o IP based Rack mount PDU should be manufactured in India, Rack PDU 2G, Metered, Zero

U, 32A, 230V, (36) C13 & (6) C19 sockets

o IP based Rack mount PDU should be manufactured in India, Rack PDU 2G, Metered, Zero

U, 16A, 230V, (18) C13 & (2) C19 sockets

o IP based Rack mount PDU should provide Volts, Amps, total Power- kilowatt and Total

Energy- kWh over IP. Locally it should be able to display the Volt, Amps and Power on the

LCD display affixed on the Power strip itself.

o IP based Rack mount PDU should be able to mount as 0U with tool-less mounting option.

o IP based Rack mount PDU should have the ability to define alarm thresholds to avoid

overloaded

Page 267: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 267

o IP based Rack mount PDU should have a USB port for easy firmware upgrades with

Additional Flash Upgrade option via network download for future product enhancements

o IP based Rack mount PDU should have the option for SNMP monitoring & management

for multiple trap receivers when events occur over IP

o Integrates with centralized monitoring software providing a unified view of complex

physical infrastructure

o It should have locking IEC receptacle and locking power cord compatibility

o It should have field replaceable Network Management module

o It should have Temperature/humidity sensor port on PDU to connect to a

Temp/Humidity sensor probe

o The bidder shall provide the two number of temperature and humidity sensor

o IP based Rack mount PDU should be VDE or UL Certified or

o IP based Rack mount PDU should have magnetic hydraulic breakers for 32 amp ratings to

save sockets from tripping

o Load indicator LED to alerts users of potential overloaded circuits

o Lowest profile design having width 56M.M available in the industry; avoid space

interference with IT equipment and improve airflow efficiency

o IP PDU & Racks should be from Single OEM. And OEM/OEM’s authorised service provider

Local office in Bhubaneswar, operating since last 10 Yrs.

o There Should be 2 PDU per Racks

Colour & Powder Coating

o Colour should be Black. The Powder coating process should be ROHS compliant. Both

Rack & IPDU should be from single OEM.

Page 268: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 268

15 Structured Cabling (Non Intelligence solution)

The basic elements of the data centre cabling system structure

STPI wishes to build a state-of-the art data centre in compliance to the TIA – 942 standard

Tier III requirements.

The basic elements of the data centre cabling system structure as per TIA-942 standard are

the following:

Horizontal cabling

Backbone cabling

Cross-connect in the entrance room or main distribution area

Main cross-connect (MC) in the main distribution area

Horizontal cross-connect (HC) in the telecommunications room, horizontal distribution

area or main distribution area.

Entrance room requirements

The entrance room is a space, preferably a room, in which access provider-owned facilities

interface with the data centre cabling system. It typically houses telecommunications access

provider equipment and is the location where access providers typically hand off circuits to

the customer. This hand-off point is called the demarcation point. It is where the

telecommunications access provider’s responsibility for the circuit typically ends and the

customer’s responsibility for the circuit begins.

For a Tier III Data centre as required for STPI, there has to be two Entrance rooms

separated at least 20 mtrs apart. The rooms are identified as POI rooms on 2nd floor.

Horizontal distribution area

The horizontal distribution area (HDA) is the space that supports cabling to the equipment

distribution areas. The LAN, SAN, console, and KVM switches that support the end

equipment are also typically located in the horizontal distribution area. The main distribution

area may serve as a horizontal distribution area for nearby equipment or for the entire

computer room if the computer room is small.

Typically for STPI, HDA would be located at end of each row. Minimum 2 network racks

have been considered for HDA equipment’s and cross connects.

Equipment distribution areas

o The equipment distribution areas are spaces allocated for end equipment, including

computer systems and communications equipment. These areas do not include the

telecommunications rooms, entrance rooms, main distribution area, and horizontal

distribution areas. The end equipment is typically floor standing equipment or equipment

mounted in cabinets or racks.

o Horizontal cables are terminated in equipment distribution areas on connecting hardware

mounted in the cabinets or racks. Sufficient power receptacles and connecting hardware

should be provided for each equipment cabinet and rack to minimize patch cord and power

cord lengths.

o Point-to-point cabling is permitted between equipment located in the equipment

distribution area. Cable lengths for point-to-point cabling between equipment in the

equipment distribution area should be no greater than 15 m (49 ft.) and should be between

equipment in adjacent racks and cabinets in the same row.

Page 269: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 269

o There might be instances where no space would be provided inside the server /

equipment racks to mount the cross connect hardware’s. Proper design have to be proposed

to mount panels outside of the 19” rack frame, in such installations.

Brief Design Description:

o In data centre there are two service provider room each consist of two rack. Phase -1

one rack and phase -2 one rack. Hereafter this room refereed as ISP room.

o There are two communication room, each room consist of three racks. All the three rack

are in phase -1. Hereafter this referred as MDA.

o There are three server room. Server room 1 and server room 2 and HD server room are

consider in phase -1, and server room 3 consider in phase 2.Each server room consist of

server rack and network rack. Hereafter server rack referred as EDA, and network rack

referred as HDA. Please refer the layout for number of racks

Design parameters:

o ISP to MDA ( Both the ISP to MDA)

a. 24 Copper

b. 24 fibre

o MDA to HDA (Both MDA to HDA)

a. 48 Copper

b. 48 Fibre

o HDA to EDA

a. 24 copper

b. 24 Fibre

o ISP to ISP

a. 24 Copper

b. 24 Fibre

o MDA to MDA

a. 48 Copper

b. 48 Fibre

o HAD to HDA

a. 24 Copper b. 24 Fibre

Tier III Data Centre Telecommunications systems requirements

The data centre should be served by at least two access providers.

The data centre should have two entrance rooms preferably at opposite ends of the data

centre and be minimum of 20 m (66 ft.) apart.

The data centre should have redundant backbone pathways between the entrance rooms,

main distribution area, and horizontal distribution areas.

Intra-data centre LAN and SAN backbone cabling from switches in the horizontal

distribution areas to backbone switches in the main distribution area should have redundant

fibre or twisted pair links.

There should be a “hot” standby backup for all critical telecommunications equipment,

access provider provisioning equipment, core layer production routers and core layer

production LAN/SAN switches.

Patch panels, outlets, and cabling to be labelled per ANSI/TIA/EIA-606-A and annex B of

this Standard. Cabinets and racks to be labelled on front and rear.

Patch cords and jumpers to be labelled on both ends with the name of the connection at

both ends of the cable

Page 270: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 270

Functional requirement and Specification:

The telecommunication system for proposed STPI Data centre, should have the minimum

following functional requirements, to meet the customer expectations as well as the TIA –

942 recommendations for tier III architecture:

o The cabling between 2 mux rooms and MDA shall be routed through fault tolerant

redundant fibre links.

o For the cabling between MDA to HDA, both copper CAT6A as well as fibre OM4 cables are

routed over redundant paths.

o There is no redundancy required for the horizontal cabling from HDA to equipment racks,

however the pathway design shall support future redundancy to be implemented in this area

as well.

o All the cables and patch cables, for copper and fibre, to be used inside the DC areas shall

be LSZH rated to minimize fire hazards and reduce carbon footprint.

o For the fibre cabling pre-terminated trunk cables to be used between HDA, MDA and

equipment racks to enhance the fibre cable density across the DC halls.

o Factory fitted pre-terminated cables reduce installation time, reduces losses due to poor

termination at site, and enhances better air-flow and power management within the DC.

o Pre-terminated cabling shall be 100% factory tested and shall be equipped with plug-n-

play type interfaces.

o Using pre-terminated cabling enhances the modularity, scalability and reusability factor

of all the fibre components within the DC, which otherwise is very difficult to manage.

o All components to be used shall be ROHS compliant.

Eligibility criteria:

o OEM should have members participating in International Standard Bodies like EIA/TIA or

ISO/IEC

o All Components offered, copper cabling system, fibre cabling system from one OEM and

copper pathway and fibre pathway from one OEM.

o OEM should be a member of Telecommunications Industry Association ( TIA )

Information and Communications Technology (ICT) Companies ICT Green Initiative to

support energy efficient environment

o All offered components shall be covered by component as well as system performance

warranty for at least 25 years. This is exclusive of the pathway system components.

o Approved Brands: Systimax, AMP, Belden, Siemon, Panduit

The contractor should provide the necessary shop drawing, not limited to

following,

o Fibre Runner

o Copper Wire basket

o Backbone, MDA, HDA, EDA distribution for fibre and copper

Page 271: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 271

15.1 Fibre

MPO-MPO Trunk Cable Female, 12-fibre, OM4

Specification:

o MPO-MPO Trunk Cable or Patch lead, Female/Male, 12-fibre, Straight/cross,

50/125 OM4

o Factory pre-terminated cable assemblies with high density MPO connectors at

both ends compliant with TIA/EIA 942, ISO/IEC 24764 and EN 50173-5 data

centre standards

o Loose tube cable construction with Round jacket and LSZH outer sheath. Jacket

colour Aqua

o Fibre cable shall be Bend Insensitive Multimode type (BIMM)

o Core diameter - 50/125 um (OM4)

o Trunk Cable Outer diameter – 3 to 6.4 mm

o Patch lead diameter – 3.2 mm

o Connector: Colour - Beige /as per OEM

o Thermoplastic Ferrule

o Fibre path configuration – straight

o Available in lengths from 2 up to 300 m

o Connector(s) Exit Angle to Connector(s) Exit Angle = 180° to 180° as per EIA

standard

o Attenuation <= 0.15 to 0.35dB, Random mated at 850nm

o Return Loss >= 25 DB to 28 Db

o ROHS/ELV Compliant

o Should be covered by 25 years warranty

24 Fibre LC type MPO Cassette, OM4

o Pre-terminated cassettes with 2 MPO trunk connections (2 x 12 fibres) at rear

o 6 x LC Quad (24 fibres) connection in the front

o Component should be compliant with TIA/EIA 942, ISO/IEC 24764 and EN

50173-5 data centre standards

o Attenuation <= 0.15 to 0.35 dB, measured at 850nm

o Return Loss >= 25 to 27dB,

o Connector(s) Exit Angle to Connector(s) Exit Angle = 45° to 180° /as per EIA

standard

o Panels accept up to 4 cassettes achieving up to 96 fibre connections on 1U

o Must be ROHS/ELV Complaint

o Should be covered by 25 years warranty

LC-LC Multimode 50/125 micron Duplex Patch Cord, OM4, 3 Meter

o LC to LC Duplex Fibre Optic Patch Cord 3 Mtr 50/125 Micron OM4

o LSZH outer sheath, Jacket colour – Aqua/as per OEM

o Cable diameter - 1.8 mm twin zip

o Ferrule type – Ceramic

o Buffer type - 0.6 mm easy strip

o Insertion Loss: MAX .3 dB

o Return Loss: > 30 dB

o Temp Rating: Minus -10 Degree C to +60 Degree C

o ROHS/ELV Compliant

o Should be covered by 25 years warranty

Page 272: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 272

19" unloaded Patch Panel

o 19” 1U unloaded panel suitable for mounting up to 4 no’s of pre terminated

cassettes. Should be able to support both copper and fibre cassettes.

o Panel/cassette should be available in both angled and flush mount versions

o Should be equipped with rear cable manager, grounding bolts and labels

o Must be ROHS complied

o Should be covered by 25 years of warranty

o Unloaded panels should be of high density to accommodate at least 32 no’s of

10G copper ports and 96 cores of 10G fibre.

15.2 Copper

CAT6A F/UTP CABLE, LSZH, BOX OF 305 MTR

Parameters Specifications

Type ANSI/TIA-568-C.2 Category 6A F/UTP Cable

Material:

Conductors 23 AWG solid bare copper or better

Insulation Polyethylene

Jacket LSZH complying to IEC 60332-1-2

Pair Separator Cross-member (+) Fluted Spline. Each pair

should be twisted in different lays

Shielding Aluminium Foil Shielded. Polyester tape

encapsulating the 4 pairs beneath the AL Foil.

Drain wire and Rip cord to be integrated in the

cable

Approvals UL 444 & NEC 800

Operating temperature -20 Deg. C to +60 Deg. C

Frequency tested up to Minimum 500 MHz

Packing Box of 305 meters

Return Loss @ 500 MHz =>15.2 dB Min.

Attenuation @ 500 MHz <= 45.3 dB/100m Max.

NEXT @ 500 MHz >= 33.6dB Min

Channel compliance certificate Shielded twisted pair cabling system, Certificate

by Intertek (ETL) for the 4-Connectors channel

testing to the Cat 6A Cabling system as per the

ANSI/TIA 568 C.2 standards. Document to be

submitted.

ROHS/ELV Compliant

Page 273: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 273

24 PORT UNLOADED JACK PANEL, 1U

Parameters Specifications

Type - 19” 24-port, Unloaded multimedia Jack panel,

Angled/flush mount, suitable for Shielded jack

termination

- Panel shall be equipped with removable and

adjustable rear cable manager

- Grounding strips and bolts to be included.

Port arrangement Modules of 6-ports each, arranged 1port x 6.

Category Should accept 10G Approved Shielded Jacks, UTP Jacks as

well as fibre connectors and inserts.

Cable management Shall be supplied with rear cable support system

Form factor The angled panels shall feature a recessed angle design to

facilitate installation in closed racks

Port Identification 9mm or 12mm Labels on each of 24-ports (to be included

in supply)

Height 1 U (1.75 inches)

Interface Polyester Molding Compound, Black

Panel Black, powder coated steel, UL Listed

CAT6A STP JACK

Parameters Specifications

Type Modular Shielded Jacks shall meet and exceed

channel specification of ANSI/TIA/EIA-568-B.2-

10:2008 Category 6a and ISO/IEC

11801:2002/Amd 1:2008 Class EA up to 500 MHz

when used as a component in a properly installed

F/UTP channel. Modular jacks shall utilize a

secondary PC board, separate from the signal

path, for crosstalk compensation

Modular Jack Housing Zinc Alloy

IDC Connecting blocks Polycarbonate, 94V-0 rated

Insulation Displacement

Contacts

Phosphorous bronze, plated with 3.81 μm [150

μin] minimum thick matte tin over 1.27 μm [50

μin] minimum thick nickel underplate. The

insulation displacement contacts shall be paired,

with additional space between pairs to improve

crosstalk performance.

Accessories Shielded jack should support uniform hassle free

termination technology and be able to ensure

performance in each termination without

dependency on expertise of technician.

Page 274: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 274

Jacks should have inherent cable strain relief

mechanism to secure each termination.

The termination contacts should be protected from

dust and cable tensions once terminated.

Termination Pattern TIA / EIA 568 A and B. Accept solid, 24-22 AWG

conductors or stranded 26-24 AWG conductors

with a maximum insulation diameter of 1.60 mm

Performance tests Modular Jacks shall be independently tested for

performance to ANSI/TIA/EIA-568-B.2-10:2008;

ISO/IEC 11801:2002/Amd 1:2008; IEEE 802.3an

Approvals (a) UL Listed / CSA Approved

(b) ETL verified

Operating Temperature -40° to 70°C

Performance Characteristics

to be provided with bid for 1

– 500 MHz

Attenuation, NEXT, PS NEXT, FEXT and Return

Loss

CAT6A S/FTP Patch Cords

Parameters Specifications

Type Shielded Twisted Pair, PiMF, compliant to 10 Gb/s

technology IEEE 802.3an (copper) and ISO/IEC

11801

Conductor CAT7 stranded copper, 7/26AWG

Length 2 / 3 / 5 Meter

Plug Protection Matching coloured snag-less, elastomer polyolefin

boot

Approvals Shall have independent certificate from GHMT and

ETL for CAT6A performance.

Construction Pairs in Metal Foil , 4 pair stranded S/FTP cable

Plug Housing Clear polycarbonate

Plug Terminals Phosphor Bronze, 50 micron gold plating over

selected area and gold flash over remainder, over

100 micron nickel under plate

Sheath Material LSZH

Page 275: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 275

15.3 Fibre Runner

o The contractor should design the complete fibre runner solution. The contractor must

consider the necessary accessories like thread rod, bolt & net, Supporting angle, fibre drop,

bend, T joint, 4 way Junction, straight coupler.

o Each rack should have one fibre drop. From fibre drop to rack top cable must pass

through the flexible hose.

General Specification:

o Fibre raceway shall be available system for both overhead and under floor/above

suspended ceiling applications.

o The fibre raceway shall be available in a plastic non-plenum rated as well as a metal

plenum rated system.

o Under floor and above suspended ceilings raceways shall be plenum rated to meet NEC

standards.

o The overhead and under floor/suspended ceiling systems must be modular.

o The overhead and under floor/suspended ceiling systems shall be used together.

o Fibre raceway system shall provide routing for both fibre optic patch cords (jumpers) 3

mm in diameter and multi-fibre cables.

o A fibre patch cord bend radius of at least two inches (5.08 cm) shall be maintained at all

points in your system.

o The fibre raceways system shall be available in 2-, 4-, 6-, and 12-inche dimensions.

o All materials in your overhead fibre routing systems must meet UL 94V-0 and Bellcore

TR-EOP-000063 standards.

o All parts (excluding flex tubing kits) meet UL 94V-0 (base material) and UL 2024

(finished product) flame ratings. These ratings are used in many local regulations for flame

rating requirements (flame retardant).

o System is made from a low-smoke, non-brominated, non-chlorinated, flame retardant

material system is loaded stress tested under high temperature and humidity to verify

durability under extreme conditions

o All materials used in the systems must comply with NEC and NEBS standards for fire

resistance.

o The under floor/suspended ceiling system must meet grounding requirements as

specified in section 300-10 of the National Electric Code (NEC).

o No overhead system offered can contain nylon or poly-vinyl chloride (PVC) materials.

15.4 Wire Basket

The cable wire basket connect all the rooms like ISP room, Communication rooms and

server rooms. The contractor shall produce the shop drawing before ordering the material.

Features

o Easy to install

o Aesthetically pleasing

Page 276: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 276

o Simple Grounding/Bonding methodology

o Light weight compared to ladders

o Ideal for data cabling requirements

o EMI/EMC containment for high frequencies

o Ensures cable lay is compliant to TIA-568C guidelines

o Cables are easily accessible in the basket and help for MAC’s

o Choice of multiple pieces to meets complex cabling lay patterns

o Open mesh design supports easy airflow

o Uniform rib/rod dia. (5mm) to ensure the consistent load baring across all cross Sections

o Specially designed pre-fabricated various cross sections (L, T Cross, up, down) to support

easy flow of cables during turns, ups and down spots.

Specifications

o Material : Mild Steel

o Finish : Trivalent Zinc Coted (8-10 um)

o Construction : Welded

o RoHS compliant

Highlights

o Can support cabling for Cat5e/Cat6/Cat6A/Cat7/Cat7a while ensuring the bend radius

requirements are met all along the lay of the cable as per latest cabling standards

o The solution uses Mild steel and goes through a rigorous and closely monitored

manufacturing process that ensures the premium quality of the product.

o Multiple choice of pieces

Page 277: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 277

16 Active Component

16.1 Routers

General Requirements

o The Router shall be designed for continuous operation.

o In case of full system failure, Router shall maintain a trace area in the NVRAM / FLASH

which would be used for analysis / diagnosis of the problem.

o Router shall have built in power-on diagnostics system to detect hardware failures.

o Router shall have suitable Visual Indicators for diagnostics and healthy / unhealthy

status of Ports & modules.

o The design of Router shall not allow plugging of a module in the wrong slot or upside

down.

Hardware Detail

o Router should have redundant hot swappable Power supply.

o Router shall have minimum 6 Nos. 1G SFP WAN with Multimode Fiber Module ports and

also populated with 2x10G SR Ports

o All interface module slots / payload slots should be universal slots, i.e it shall be possible

to add any interface module card on any slot for scalability. Router shall have at least 1

free slots for future scalability, each of which shall support following interface modules:

1G, 10G, STM-1, STM-4.

o Router shall support aggregate throughput minimum 2.5 Gbps (packet length of 64

bytes) scalable to 15Gbps.

o Router should have 8GB RAM, and shoud support Software Redundancy

o The Router shall have enough CPU capacity and Memory so as to efficiently meet all the

functionalities laid down in the specifications.

o The router hardware shall be designed to run both IPv4 & IPv6 simultaneously (Dual

Stack) from day one.

o Router shall have hot swappable Interface modules. The removal and insertion of any

interface module shall not disrupt traffic on the other modules.

o Router shall support 19” rack mountings.

o Router shall support Upgrade of Software through Flash Memory.

o The router shall support NetFlow / SFlow / Jflow

o Routers shall be capable of working with 170 – 240 Volts AC nominal at frequency 50

+/- 2 Hz.

o Router shall support a console port with RS-232 Interface or RJ-45 interface for

configuration and diagnostic purposes.

Software Details o The router shall support following protocols from day one:

o i) TCP/IP with MTU of 4000 bytes or above on all interfaces.

o ii) ARP, RARP, ICMPv4 and ICMPv6, DHCP, TFTP and DNS

o iii) Network address translation (NAT) and Port Address Translation (PAT) supported on all

interfaces. NAT and PAT should be performed in hardware.

o iv) VRRP

o v) IPv4 & IPv6 Tunneling on all interfaces.

o vi) The router should support 3DES and AES encryption standards

o vii) IPSec implementation should be IETF compliant.

o The router shall support following WAN protocols:

Page 278: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 278

o i) PPP

o ii) Multi-link PPP

o The router shall support static as well as dynamic routing with support for following IP routing

protocols:

o i) RIP Version 2

o ii) RIPng

o iii) OSPF Version 3.

o iv) BGP Version 4.

o v) Multi-Protocol BGP Version 4.

o The router shall support following quality of service (QoS) features:

o i) Weighted Fair Queuing (WFQ)

o ii) IP Precedence i.e. Priority based on TOS field of IPv4 and IPv6.

o iii) Differentiated Services (Diff Serve) i.e. Priority based on DS Field of the IPv4 and IPv6.

o iv) The router must be able to implement hierarchical without any compromise in the performance.

o The router shall support following Security features:

o i) Zone Based Firewall features should be available from Day 1.

o ii) Generic Routing Encapsulation.

o iii) Access lists based on Network Address, Mask, Protocol Type and Socket Type

o iv) Access list violation Logging & Accounting

o v) MD5 Route Authentication.

o vi) Controlled SNMP Access through the use of SNMP with MD5 Authentication.

o vii) Multiple Privilege levels to provide different levels of access. Application Visibility feature should

be supported by the Router Hardware.

o viii) Remote Authentication Dial in User Service (RADIUS).

o ix) IPv6 uRPF on all interfaces.

o The Router shall support authentication, authorization and accounting though RADIUS / TACACS+.

o Router shall support Network Management through:

o i) SNMP V-1, V-2 & V-3

o ii) RMON support

o iii) MIB I and MIB II

o iv) Router shall support all standard MIBs based on OSPF, BGP etc.

o v) Software Upgrade through FTP or TFTP

o vi) TELNET Client and Server

o vii) SSH Version-2

o Router shall have Debugging features to display and analyze various types of packets.

o The router shall support NetFlow / SFlow / JFlow in hardware.

o Router shall support System & Event logging functions as well as forwarding of these logs onto

a separate Server for log management.

Regulatory Compliance

o Router shall conform to UL 60950 or IEC 60950 or CSA 60950 or EN 60950 Standards for

Safety requirements of Information Technology Equipment.

o Router shall conform to EN 55022 Class A/B or CISPR22 Class A/B or CE Class A/B or FCC Class

A/B Standards for EMC (Electro Magnetic Compatibility) requirements.

o Router shall be manufactured in accordance with the international quality standards ISO

9001:2008 for which the manufacturer should be duly accredited.

Product / OEM Evaluation Criteria

o Routers & Switches shall be sourced from same OEM.

Page 279: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 279

16.2 Switches (Core Switch & Distribution Switch)

16.2.1 Switch Requirement:

Fabric Definition

o Fabric should be CLOS Based Architecture defined using Core, DC Access and VXLAN + ISIS

or VXLAN + EVPN Protocol

o Fabric have following functionalities to be achieved in their state of the art Data Centre-

Flexibility : allows workload mobility anywhere in the DC

Robustness : while dynamic mobility is allowed on any authorised location of the DC, the

failure domain is contained to its smallest zone

Performance: full cross sectional bandwidth (any-to-any) – all possible equal paths

between two endpoints are active

Deterministic Latency : fix and predictable latency between two endpoints with same hop

count between any two endpoints, independently of scale.

Scalability: add as many DC Access as needed to achieve desired scale in terms of number

of servers while maintaining the same oversubscription ratio everywhere inside the fabric.

o Fabric Connectivity has following properties -

Each Core switch must only connect to each DC Access Switch using line rate 40G ports

Each DC Access must connects to each Core Switch using uplink line rate 40G ports and to

any server or switch using downlink 1G/10G ports.

Fabric Features

o Fabric must be created based on hardware based VXLAN or VXLAN + EVPN architecture.

o Fabric must be created based on line rate 40G ports connectivity between Core and DC

Access using a pair of Multi mode or single mode fiber core.

o Fabric must support line rate 100G ports connectivity between Core and DC Access

o Fabric must support various Hypervisor encapsulation including VXLAN/NVGRE and 802.1q

natively without any additional hardware/software or design change.

o Fabric must auto discover all the hardware and auto provision the fabric based on the

policy.

o The fabric architecture must be based on hardware VXLAN overlays to provide logical

topologies that are abstracted from the physical infrastructure with no performance penalty.

o Fabric must integrate with best of breed L4 - L7 Physical and virtual appliance and manage

using single pane of glass

o Fabric must provide deeper visibility into the fabric in terms of latency and packet drop

between VM to VM, VM to Physical server and vise versa, DC Access to another DC Access

o Fabric must provide open source APIs from the Central management solution in order to

integrate with best of breed Management, Monitoring and Cloud automation & Orchestration

software.

o Fabric must provide open programmable interface using python SDK, Jason SDK from the

Central Management solution for programming/configuring the entire fabric. Management

Solution should be a part of the overall Solution Stack in redundancy.

o Fabric must provide open scripting interface using Bash and power shell from the central

management appliance / Controller for configuring the entire fabric.

o Fabric must support Role Based Access Control.

Fabric Layer 2, Layer 3 and Misc. Features

Page 280: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 280

o Fabric must support Layer 2 features like - LACP, STP, RSTP, MSTP, VLAN Trunking, LLDP

etc.

o Fabric must support multi chassis ether channel i.e. Host connects to two different DC

Access switches and form ether channel using LACP/NIC Teaming on Host

o Fabric must support Jumo Frame upto 9K Bytes on 1G/10G/40G ports

o Fabric must support Layer 2 Multicast i.e. IGMP v1, v2 and v3

o Fabric must support IP v4 and IP v6 FHRP using HSRP or VRRP

o Fabric Must support IP v4 and IP v6 Layer 3 routing protocol OSPF and BGP

o Fabric must support IP v6 dual stack

o Fabric must support traffic redistribution between different routing protocol

o Fabric must support IP v4 and IP v6 management tools like - Ping, Traceroute, VTY, SSH,

TFTP and DNS Lookup

o Fabric must support IP v4 and IP v6 SNMP V1 / V2 / V3

o Fabric must support RMON/RMON-II for monitoring

o Fabric must support integration with the centralised Syslog server for monitoring and audit

trail.

o Fabric should support NTP

o

o Fabric Scale and Performance

o

o Fabric in a Core - DC Access architecture using VXLAN or VXLAN + EVPN architecture, must

support scale up and scale out without any service disruption.

o Fabric must use 40G line rate ports on Core and DC Access for creating the Fabric using a

pair of Multi mode or single mode fiber cores. Each Access Switch should connect to Each

Core with 1x40G Fiber Link , as it may fully comply with the project requirement

o Fabric must scale from 100 VRF/Private network to 500 VRF/Private network without any

additional component or upgrade or design change.

o Fabric must scale from 100 Tenant to 500 Tenant without any additional component or

upgrade or design change.

o Fabric must integrate with all leading Virtual Machine Manager (i.e. vCentre, SCVMM etc.) of

different Hypervisors.

o Fabric must be capable of connecting 1000 virtual or physical servers and scale to 10000

virtual or physical servers

o Fabric must be capable of integrating minimum 8 L 4 - L7 services physical or virual

appliances (i.e. Firewall, ADC, IPS etc.) and scale further.

o Fabric must support 100 DC Access switches without any design change.

o Fabric must support minimum 2 Core Switches from Day-1 and scale upto 4 Core switches

without any design change.

o Core Switch must have adequate number of line rate 40G ports to support desired DC

Access Scale using minimum 1 x 40 G ports connectivity from Each DC Access to Each Core

switch. o Fabric Management

o Fabric must provide Centralised Management Solution - Single pane of Glass for managing

and provisioning the entire Fabric.

o Fabric must Auto discover all the Core and DC Access switches and auto provision them

based on the Fabric policy using Centralised management Solution.

o Centralised management Solution must manages and provision L4 - L7 Services physical or

virtual appliance as well as integrate with Virtual Machine manager.

o Centralised management Solution must not participate in Data or control path of the fabric.

o Centralised management Solution must provide necessary report for compliance and audit.

o Centralised management Solution must communicate to south bound devices using open

Page 281: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 281

standard protocol or using Device APIs.

o Centralised management Solution communication with the south bound devices must be

encrypted

o Centralised management Solution must communicate with the south bound devices using

more than one path i.e. inpath connectivity and out of band management connectivity

o Centralised management Solution provide dynamic device inventory of the Fabric as well as

current network topology of the fabric. It must also validate the cabling connectivity and

generate alarms in case of wrong or faulty connectivity.

o Centralised management Solution must run in "N + 1" redundancy to provide availability as

well as function during the split brain scenario

o In Event of all Centralised management Solution fails, the fabric must function without any

performance degradation and with the current configuration.

o Centralised management Solution must support multi tenancy from management

perspective and also provide Role Based Access Control per tenant for the tenant

management.

o Centralised management Solution must support TACACS+, RADIUS, LDAP or Local

Authentication. It must also provide an integration with the Syslog servers.

o

Hardware Configuration for each Management Solution Appliance

o

o At least 2*1.90-GHz Intel® Xeon® processor E5-2609 v3 with 85 watts (W), 6 cores, 15-

MB cache, DDR4, and 1600 MHz, 4*16-GB DDR4 2133-MHz RDIMM PC4-17000, dual-rank

x4 with 1.2V, 2*10G ports with necessary transceivers.

o

Core Switch Specification

o Core Switch is the modular chassis. It must have 2 dedicated supervisor/CPU slots and

minimum 4 pay load slots. Should be supplied with 24 x 40G Interfaces with Modules

supporting 40G Line rate throughput (Two Wire Multi Mode-LC/Two Wire Single Mode-LC

Fiber Interface using OM4 minimum distance of 150 Mtr). Should be loaded with 8X40G

Short range modules from Day 1

o Core switch must have redundant (N+N /N+1) Power supply, FAN tray, Supervisor engines

and Fabric Modules.

o Core switch must support online insertion and removal of all the parts like modules, power

supplies and fan trays etc without any traffic disruption, performance degradation and

rebooting of switch.

o Core switch must support the complete IP v4 and IP v6 Stack.

o Core Switch must support 100 nos. of line rate 40G ports

o Core Switch must support 100 G line rate ports.

o Core switch must support In Service Software Upgrade and Downgrade as well as In Service

Software Patching for critical bug.

Access Switch Specification

o DC Access switch should be a fixed configuration switch.

o DC Access switch must have redundant Power supply and Fan Trays (N+N or N+1

Redundancy)

o DC Access switch must support online insertion and removal of Power supply and Fan Tray.

o DC Access Type 1 Copper Switch - must provide 48 ports of 1G/10G Copper Ports for

host/downlink switch connectivity and minimum 6 ports of 40G QSFP uplink ports for Core

switch connectivity. Should be loaded with 2 x 40G Modules from Day 1 (Two Wire Multi

Page 282: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 282

Mode-LC/Two Wire Single Mode-LC Fiber Interface using OM4 minimum distance of 150 Mtr) Switch should Support at least 4x100G Interfaces for future use. Switch should have Non-

Blocking Performance with 2Tbps Switching Capacity.

o DC Access Type 2 Fiber Switch - must provide 48 ports of 1G/10G/25G Ports for

host/downlink switch connectivity and minimum 6 ports of 40G QSFP uplink ports for Core

switch connectivity. Each Switch should be loaded with 48x10G SR Modules and 2 x 40G

Modules from Day 1 (Two Wire Multi Mode-LC/Two Wire Single Mode-LC Fiber Interface

using OM4 minimum distance of 150 Mtr). Switch should Support at least 4x100G Interfaces

for future use. Switch should have Non-Blocking Performance with 3Tbps All the DC Access

Switches must be line rate layer 2 and layer 3 switch.

o

Warranty

o Switch should be provided with hardware replacement warranty and ongoing software

upgrades for all major and minor releases for a period of 5 years.

16.3 Blade Chassis with Server

Blade Server Processor Each blade shall have a minimum of two (2) 16 Core Intel E52600 V3 series CPU’s and

should support all Intel CPU’s including the highest performance intel E5 -2699 v4 18 core

2.3 GHz CPUs

Storage o The server should support SAS, SATA and SSD hard disk drives. Should be loaded

with 2x600GB SSD/SATA HDD from Day-1 15K RPM

o Must have an internal slot for SD card / Flash which supports booting hypervisors

o The Blade should have support for Boot from SAN

Memory

o Should have at least 24 DIMM slots per blade with 256GB Loaded from Day-1

Network

o The Blade server should support Converged Network Adapter, which aggregates both

the Ethernet and FC connectivity on a single controller

o It should support up to 40 Gb connectivity per server with a minimum of 2 ports ,

which is expandable to 80 Gb connectivity per server

o It should support two adapters per server

o Should include support for virtualized adapter with up to 80 Gb connnectivity and

which can be partitioned into more than 32 NICs or HBAs, in both virtualized or non

virtualized environments

o In a virtualized environment, the virtualized adapter should support both

configuration options of passing through the hypervisor layer & or by passing the

hypervisor

o Should be able to support VM Direct I/O with Vmotion on Vmware vSphere5

o Adapter and QoS policies can be set and defined for each of the vNICs or vHBAs

created in the virtualized adapter

Page 283: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 283

Management

o It should suport remote KVM capability from an external keyboard, video monitor

and mouse to all blades installed in the chassis through the management controllers

o Remote KVM should support up to 4 active sessions

Others

o The Blade should be hot pluggable

o The chassis density should be better than those offered by the typical 1 U rack

server

Environmental

o Operating Temperature support from 50 to 95°F (10 to 35°C) and Non-operating

Temperature from -10 to 149°F (-22 to 65°C)

o Operating Humidity from 5% to 93% noncondensing and Non-operating Humidity

from 5% to 93% noncondensing

o Operating Altitude from 0 to 10,000 ft (0 to 3000m) and Non-operating Altitude upto

40,000 ft (12,000m)

Blade Chassis:

General Requirements

o Blade chassis shall be 19" Electronic Industries Alliance Standard Width rack

mountable and provide appropriate rack mount kit.

o The power supply modules should be hot pluggable

o Power supply should meet the Energy 80 Plus certification

o The power subsystem should support all of the following modes of power redundancy

( No redundancy, N+1 , N+N or grid )

o The power subsystem should be support N + N power redundancy for a fully

populated chassis with the 2 sockets ( CPU) servers configured with the intel E5

2650 V4 with all the 24 DIMMs fully populated

o Should be configured to provide full redundant cooling to all blade slots

o The chassis shall be able to support redundant switch modules for fabric connectivity

o The uplink connectivity from the chassis should be able to support up to 160 Gb

bandwidth or up to 20 Gb per server blade

o The uplink from the chassis should support FCoE ( Fibre Channel over Ethnernet )

technology

o Should also support a 1 Gb & 10 Gb uplink from the switch which is connected to the

blade chassis

o The fabric connectivity from the chassis should support 1:1 subscription ratio in an

active active configuration

o The chassis should support redundant management modules

o It should suport remote KVM capability from an external keyboard, video monitor

and mouse to all blades installed in the chassis through the management controllers.

o Simultaneous KVM access to a single blade KVM by multiple users but the admin

user can take Read Write ownership while the other user is in Read Only mode

o Should be able to support the feature of virtual DVD and virtual floppy to individual

servers from remote systems

Management

Page 284: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 284

o Management of both rack & blade form factor servers from the same console

o The management software can be used to create resource pools based on a

hierarchal structure and have the blade resources assigned to the respective

resource pools

o Servers can be automatically assigned to the resource pools based on qualification

criteria which can be based on the individual server hardware configuration, location

of blade in the chassis , position of the chassis , type of NIC/HBA

o Resources automatically move from the resource pools in the parent organization to

the resource pools in the sub-organization if the lower level sub-organization runs

out of resources in its respective pools

o Supports a stateless environment where server identity is created by the

administrator who defines the server BIOS version, MAC ID, NIC firmware version,

WWPN , FC-HBA firmware version , Adapter QoS , Management module firmware

version, UUIDs , Server Boot Policies, KVM IP etc.

o Should support iSCSI boot and setting up of server iSCSI boot policies through the

server identity

o It should also have the capability to enforce policies in the system BIOS settings and

configuration, so once administrators define a common policy for a server BIOS, all

subsequent deployments use this policy.

o The server management port (CIMC / KVM ) IP address is defined as part of the

server profile / identity

o Multiple server identities can be deployed from a master server identity or a master

template

o Server identities that are created and linked to the master server identity inherits

any modifications done to the master identity. Example, the version of the Server

BIOS is changed in the master identity and all linked server identities inherit the new

modified Server BIOS version.

o A server identity that is previously linked to a master identify can be delinked from

master identity.

o Must support the ability to rollback firmware from current active versions to the

previous version for the Server BIOS, Adapter firmware and boot code versions,

individual server management chips from the same console for at least 20 chassis.

o Firmware upgrade / rollback should be possible for all the components in the

infrastructure including the server, chassis management modules , Ethernet switch

modules, SAN switch modules, Other IO modules from the same console that is used

to manage the individual blades

o Role Based Access Control so that the resources can be managed by respective

resource administrator. Parent administrator still have control over resources under

their respective child resources

o Built in high availability for the management modules and software

o Embedded management within the Blade infrastructure

o Agentless internal hard disk drive monitoring and tracking

o Movement of server identity from one slot to another in the event of server failure.

The failover can be movement within a single chassis or across multiple chassis

o Automated call home capability in the event of critical server failure or thresholds

that are crossed which could impact server performance or customer SLA.

o Administrators have the flexibility to define power policies so that the power can be

limited to a specific server

o Administrators have the ability to set a cap on the maximum power that the chassis

can draw.

o Servers can be grouped and power capped for servers across multiple chassis

o Integration with the Microsoft Active Directory groups

Page 285: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 285

o Supports multiple level of authentication methods including TACACs+/LDAP/Active

Directory /RADIUS

o Built in scheduler to set up schedules for specific actions which are disruptive.

Example, set the scheduler to flash a new firmware during the weekend

Network Switch Requirement

o Proposed solution should be offered with two no of non blocking architetcure

switches each having 48 x 10G Capable Ports and should support FCoE and FC Ports.

o The fabric switches should support Private VLANs

o The fabric switches should support up to 1024 VLANs

o Should support up to 2000 VIF ( Virtual Interfaces )

o It should support the direct connection to FCoE enabled storage arrays

o It should support the direct connection to FC storage arrays

o It should support the direct connection to NAS based devices

o Should include support for FC Port Trunking

o Should support local SPAN.

o Should support up to 12 Uplink port channels per fabric switch

o Should support up to 8 member interfaces per port channel

o Should support up to 4 SAN port channels

o Should support up to 8 member interfaces per FC port channel

Operating System & Database License

o Microsoft Windows: Windows 2012 R2 or latest Datacentre Edition

o Red Hat Enterprise Linux: Red Hat Enterprise Linux Licenses with 24x7 support for

five years.

o Microsoft SQL Enterprise: Latest Microsoft SQL Enterprise Edition

16.4 External Firewall

General requirements

o The proposed solution/appliance MUST be for Layer 7 protection. There should be no

performance degradation in the overall transaction processing. The solution MUST be

deployed in HA mode in the DC and may be in Active-Passive Mode in the DR.

o The proposed application security solution must be in the Leader’s quadrant in the

Gartner "Magic Quadrant for Enterprise Network Firewalls" issued on April 2015.

o For high performance with low latency the proposed solution must provide all

application level inspection as real-time stream-based and not using file-based store-

and-forward techniques

o For high performance with low latency the proposed solution must provide hardware

(FPGA/ASIC/Processor based) offloading of application level (L7) content processing

(Anti-Virus, Anti Spyware, Vulnerability Protection, File-type filtering, Data filtering)

o For high performance with low latency the proposed solution must provide all

application level inspection in a single content engine (each packet must only be

inspected once even with all content inspection features enabled).

Page 286: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 286

o The proposed solution must allow policy rule creation for application identification,

user identification, host profile, threat prevention, content filtering, QOS and

scheduling in a single rule and not at multiple locations

o The proposed solution must be able to be administered locally without additional

management or logging software.

o The proposed solution must allow policy creation for application identification, user

identification, threat prevention and content filtering in a single rule and not multiple

locations

o The proposed solution must have modern malware protection that identify unknown

malicious files and execute them in a controlled environment to expose malicious

behaviour even if the malware has never been seen in the wild before

o The proposed solution should have dual redundant power supply with dual SSD

drives

o The proposed firewall appliance should have at least 12 ports of 10/100/1000

Ethernet Ports and 2 ports of 10 Gig SFP+ fibre ports

Operation Mode

o The proposed solution must be able to support Network attack detection, DoS,

DDoS, TCP Reassembly, Brute Force, Syn Cookie, IP Spoofing, Malformed Packet etc.

o The proposed solution must support Tap mode interface configuration

o The proposed solution must support Transparent, Layer 2 , Layer 3 mode providing

flexible deployment

o The proposed solution be able to support simultaneous deployment with interfaces

servicing Layer 3, Layer 2 Transparent and Tap modes

o The proposed solution shall support 802.1Q VLAN tagging

o The proposed solution shall support Dual Stack IPv4 / IPv6 application control and

threat inspection under various deployment modes

o The proposed solution shall support standards based Link aggregation (IEEE

802.3ad) to achieve higher bandwidth

o The proposed solution shall support logical Ethernet sub-interfaces tagged and

untagged.

o The proposed solution must support the following routing protocols static, RIPv2,

OSPF, BGP4

o The proposed solution must have IPv6 Static Routing Support even for virtual routers

o The proposed solution must have Virtual Router capability that supports all L3

capability

o The proposed solution must support Policy Based forwarding based on Zone,

Applications , Source / Destination Address, User or User Group

o The proposed solution shall support DNS proxy

o The OEM should ensure that the solution should be operational for 5 years, with all

core feature / functionalities enabled on the platform.

o Should have IPv6 networking feature and should be IPv6 ready from day one.

o The proposed solution shall support DHCPv4 and DHCPv6 relay

High Availability

o The proposed solution must be able to support Active/Active configuration

o The proposed solution must be able to support Active/Passive HA configuration

o The proposed solution must be capable to detect device, link and path failure

o The proposed solution must be able to support session and configuration

synchronization

o The proposed solution shall synchronize the following for HA. Sessions, Decryption

Cert, Threat and Application Signature , etc. ensuring seamless operations

Page 287: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 287

o The proposed solution HA shall support hitless upgrades for both major and minor

code releases

Policy Based Controls

o The proposed solution shall control parameters by Security Zone, Users, IP,

Application, Host Information Profile, URL Category, Schedule, QoS etc.

o The proposed solution shall be application based and not port- protocol based with

ability to support decryption and inspection of SSL and SSH traffic.

o The proposed solution shall support the following policy types/capabilities:

o Policy-based control by application and/or application category (non-port based)

o Policy-based control by application function (posting, file transfer, desktop sharing,

instant messaging, etc.)

o Policy-based control by user, group or IP address

Geography based Blocking

o Decryption and Inspection of SSL traffic

o -Block files by type: bat, cab, dll, exe, pif, and reg

o -Data filtering: Social Security Numbers, Credit Card Numbers,

o -Data filtering: Custom Data Patterns

o -QoS Policy-based traffic shaping (priority, guaranteed, maximum)

o -Policy support for scheduled time of day enablement

Application Security Policy

o The proposed solution shall support network traffic classification which identifies

applications across all ports irrespective of port/protocol/evasive tactic without any

additional licensing policy

o The proposed solution shall have application and application function identification

and decoding technology without any additional licensing policy

o The proposed solution shall be able to handle unknown/unidentified applications e.g.

alert, block or allow

o The proposed solution shall be able to create custom application signatures and

categories

o The proposed solution shall allow updating the application database automatically or

manually via the control or traffic plane

o The proposed solution shall delineate specific instances of peer2peer traffic

(Bittorrent, emule, neonet, etc.)

o The proposed solution shall delineate specific instances of instant messaging (AIM,

YIM, Facebook Chat, etc.)

o The proposed solution shall delineate different parts of the application such as

allowing Facebook chat but blocking its file-transfer capability

o The proposed solution shall delineate specific instances of Proxies (ultrasurf,

ghostsurf, freegate, etc.)

o The proposed solution shall support Voice based protocols (H.323, SIP, SCCP, MGCP

etc.)

URL Filtering

o The proposed solution shall support URL-Filtering

Page 288: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 288

o The Proposed solution shall have the database located locally/ cache url category on

the device

o The proposed solution shall support custom URL-categorization

o The proposed solution shall support customizable block pages

o The proposed solution shall support logs populated with end user activity reports for

site monitoring within the local solution

o The proposed solution shall support Drive-by-download control

o The proposed solution shall support URL Filtering policies by AD user, group,

machines and IP address/range

Threat Prevention

o The proposed solution shall support Vulnerability, Virus and Spyware Protection

features . The Solution should also support DNS sinkholing

o The proposed solution shall be supported by a world-class research organization

dedicated to the discovery and analysis of threats, applications and their respective

network behaviour. The threat and vulnerability information that is protected shall be

publicly accessible on the internet.

o The proposed solution shall block spyware and malware

o The proposed solution shall block known network and application-layer vulnerability

exploits

o The proposed solution shall block buffer overflow, DoS/DDoS , etc. type of attacks

o The proposed solution shall perform stream-based Anti-Virus and not store-and-

forward traffic inspection

o The proposed solution shall perform stream-based Anti-Spyware and not store-and-

forward traffic inspection

o The proposed solution shall support attack recognition for IPv6 traffic the same way

it does for IPv4

o The proposed solution shall support Built‐in Signature and Anomaly based

Vulnerability Protection Engine

o The proposed solution shall support the ability to create custom user-defined

signatures

o The proposed solution shall support granular tuning with option to configure

overrides for individual signatures

o The proposed solution shall support automatic security updates directly over a secure

connection (i.e. no dependency of any intermediate device)

o The proposed solution Vulnerability / Virus / Spyware protection updates shall not

require reboot of the unit.

o The proposed solution shall support several prevention techniques including

drop‐packet, tcp‐rst (Client, Server & both) etc.

o The proposed solution shall support response adjustment on a per signature basis.

o The proposed solution shall support notifications via alerts, email notifications, SNMP

traps and packet logs

o The proposed solution shall not have a performance hit when Vulnerability

Protection, Virus Protection and Spyware Protection is enabled below 50% of the

rated RAW solution performance

Data Filtering

o The proposed solution shall support file identification by signature and not file

extensions

Page 289: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 289

o The proposed solution shall support identification and optionally preventing the

transfer of various files (i.e. MS Office, PDF, etc.) via identified applications (i.e. P2P,

IM, SMB, etc.)

o The proposed solution shall support compressed information stored in zipped format

and be able to unpack and filter per policy

o The solution shall be capable of identifying and optionally preventing the transfer of

files containing sensitive information (i.e. credit card numbers) via regular

expression

User Identification

o The proposed solution shall support authentication services for user-identification

using any of the following technologies AD, LDAP, eDirectory, Radius, Kerberos,

Client Certificate without any additional licensing policy

o The proposed solution should support the creation of security policy based on Active

Directory Users and Groups in addition to source/destination IP

o The proposed solution shall support user-identification in policy without installing an

agent on individual endpoints

o The proposed solution shall support user-identification from Citrix and terminal

services environments in policy and logs

o The proposed solution shall populate and correlate all logs with user identity (traffic,

IPS, URL, data, etc.) without any additional products or modules in real-time

QoS

o The proposed solution should support the ability to create QoS policy on a per rule

basis specifically by Applications e.g. Skype and Static or Dynamic Application

Groups , such as P2P , IM groups

o The proposed solution shall define QoS traffic classes with Guaranteed and Max

bandwidth along with priority queuing , differ markings on packets. Support Session

based (not packet based) differentiated services code point (DSCP) classification

o The proposed solution should support real-time prioritization of voice based protocols

like H.323, SIP, SCCP, MGCP and applications like Skype

SSL Decryption

o The proposed solution shall be able to identify, decrypt and evaluate SSL traffic in an

outbound connection (forward-proxy)

o The proposed solution shall be able to identify, decrypt and evaluate SSL traffic in an

inbound connection

o The proposed solution should support decryption and inspection of SSL traffic in an

outbound connection, inbound connection across any port"

o The proposed solution shall support the ability to have a SSL inspection policy

differentiate between personal SSL connections i.e. banking, shopping, health and

non-personal traffic

VPN

o The proposed solution shall support IPSec, SSL VPN and should be available without

additional licensing policy

o IPSec VPN should be integrated with the proposed solution and support full

encryption standards suites:

o DES, 3DES, AES

Page 290: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 290

o MD5 and SHA‐1 authentication

o Diffie‐Hellman Group 1 , Group 2 and Group 5

o Internet Key Exchange (IKE) algorithm

o AES 128, 192 & 256 (Advanced Encryption Standard)

Authentication

o The proposed solution administrative module shall support the following

authentication protocols:

o LDAP

o Radius (bidder specific attributes)

o Token-based solutions (i.e. Secure-ID)

o Kerberos

TCP Dump / PCAP

o The proposed solution shall support packet captures based on Source Address,

Destination Address, Applications, Unknown Applications, Port, Threats, Data Filters

and / or any combination as specified

o The proposed solution shall support PCAP downloads of specific traffic sessions from

the GUI from the logging screen

Modern Malware Prevention

o The proposed solution shall support sandbox behaviour based inspection and

protection of unknown viruses and malware

o The proposed solution shall support automated signature generation for discovered

malware

o The proposed solution shall support inline control of malware infection and

command/control traffic and able to correlate and detect hosts that have exhibited

command-and-control (C2)

o Performance

o The proposed solution must provide minimum 10 Gbps of throughput with application

control. The performance must be based on HTTP traffic and not UDP

o The proposed solution must provide minimum 5 Gbps of throughput will all security

features enabled including Application Control + IPS + Anti Spyware + Anti Bot +

Antivirus + APT along with all signature turned ON. The performance must be based

on HTTP traffic and not UDP. The claim has to be supported by publicly available

documents

o The proposed solution should be able to handle minimum 120,000 new sessions per

second

o The proposed solution should be able to handle minimum 2,000,000 concurrent

sessions

o The solution should be capable of handling more than 20,000 policies

o At any time the performance of the box , with all features turned on should not fall

below 50% ensuring optimum performance and availability

IPS

o IPS should be an integrated system with the proposed solution

o The proposed solution should have signature based, behavioural based and protocol

anomaly based Intrusion prevention system."

Page 291: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 291

o The proposed solution must support creation of custom IPS signature

o Integrated IPS should support hybrid attack detection/prevention with multiple

attack protections methods, like Protocol Anomaly, Signature-Based, Day-Zero

Protection, etc.

o The IPS should be constantly updated with new defences against emerging threats

o Blocks attacks such as DoS, port scanning, IP/ICMP/TCP-related

o Proposed bidder Should have passed NSS Labs IPS test

Firewall logging and reporting system

o The proposed solution should have built in storage capacity of at least 100GB for

storing logs.

o The proposed system should have Reporting solution. The reports should be

accessible through Http/Https based.

o The administration software must provide a means of viewing, filtering and

managing the log data

o The box should provide on box reporting.

The proposed system must have support for sending log information to an external log

server via an encrypted connection

Warranty

O Device should be provided with hardware ongoing software upgrades for all major and

minor releases for a period of 5years.

16.5 Internal Firewall

Industry Certifications and Evaluations

o The Firewall solution offered must be rated as ‘leaders’ or 'Challengers' in the latest Magic

Quadrant for Firewall published by Gartner.

Hardware Architecture

o The appliance based security platform should be High-end Stateful Firewall with capability

for, application visibility, and IPS functionality in a single appliance in future

o The appliance should support atleast 8 * (1G / 10G) ports (all ports loaded with SR

modules) and 2 * 40 G ports (Short Range Modules) from Day one and should be scalable

to more 2 * 40G ports in future

o Proposed Firewall should not be proprietary ASIC based in nature & should be open

architecture based on multi-core cpu's to protect & scale against dynamic latest security

threats. The appliance hardware should be a multicore CPU architecture with a hardened

64 bit operating system to support higher memory

Performance and Scalability

o Should support at least 10 Gbps of NGFW throughput under Production Performance.

o Firewall should support at least 12,000,000 concurrent sessions

o Firewall should support atleast 150,000 connections per second

o Firewall should support atleast 1000 VLANs

Page 292: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 292

Firewall Features

o Firewall should provide application detection for DNS, FTP, HTTP, SMTP,ESMTP, LDAP,

MGCP, RTSP, SIP, SCCP, SQLNET, TFTP, H.323, SNMP

o Firewall should support creating access-rules with IPv4 & IPv6 objects simultaneously

High Availability Features

o Firewall should support Active/Standby failover

o Firewall should support ether channel functionality for the failover control & date interfaces

for provide additional level of redundancy

o Firewall should support redundant interfaces to provide interface level redundancy before

device failover

o Firewall should support 802.3ad Ether channel functionality to increase the bandwidth for a

segment.

o Firewall should have integrated redundant power supply

o Firewall should have redundant hot-swappable FANs

Warranty

o Device should be provided with hardware ongoing software upgrades for all major and

minor releases for a period of 5years.

16.6 Enterprise Management System Specification

Basic Requirements:

o Enterprise Management System should provide for end to end performance,

availability, fault and event and impact management for all enterprise resources that

encompasses the heterogeneous networks, systems, and databases present in the

enterprise.

o Solution should provide for future scalability of the whole system without major

architectural changes.

o Solution should be distributed, and scalable and open to third party integration

leveraging APIs and SDKs.

Performance Management

o The solution should provide both Agent-based and Agentless Monitoring in a single

architecture which will provide the organization with the flexibility to choose the level

of management required and deploys the right-sized solution to meet those

requirements

o The agent and agentless monitor should be able to collect & manage event/fault,

performance and capacity data and should not require separate collectors.

o The solution should reduce manual customization efforts and should speed-up

problem identification and resolution of the IT performance anomalies with intelligent

events.

o The solution should accelerate problem isolation through accurate analysis of

probable cause through end-to-end correlation.

Page 293: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 293

o The solution should have the capability to identify probable root cause using a

variety of filtering and statistical correlation methods to shift through every metric to

determine their relevance to the issue being researched.

o The solution should possess capabilities that deliver self-learning capabilities to

virtually eliminate the ongoing costs of manual threshold, rule, and script

maintenance.

o The solution should be able to generate dynamic performance baselines and

continuously update and refine these normal operational bands by automatically

adapting the changes in enterprise infrastructure.

o The solution should have the capability to minimize manual threshold management,

by performing automated dynamic threshold management. o The solution should have predictive analytics and intelligence in-built into it so as to

detect any anomaly before it could potentially hit the threshold thereby giving

enough lead time to users to resolve the issues before the threshold is breached.

o The solution should carry out automated probable cause analysis by picking up feeds

from every infrastructure component being monitored and automating the correlation

of these alarms/events to point out the probable cause of an infrastructure error.

o Solution should carry out probable cause analysis thereby helping operators to

identify the root cause without having to write complex rules for correlation.

o Solution should carry out auto-diagnosis on occurrence of a type of event that

repeats itself and for which the administrator has defines rules. o Solution should be configurable to suppress events for key systems/devices that are

down for routine maintenance or planned outage. o Should be able to monitor on user-defined thresholds for warning/ critical states and

have mechanism for escalating these events to event console of enterprise

management system and raise various kinds of alerts like email, SMS etc.

o The solution should provide the mechanism for creation of knowledgebase and

provision the same to the end users with the ability to search for known errors from

the knowledgebase

o Solution should be able to score the events and display the highest impacting events

in descending order or any other order as customized by the administrator.

o The Solution should offer the ability to monitor any custom/home-grown applications

for whom the monitoring areas have been defined

o The solution should integrate network, server, application and database performance

information and alarms in a single console and provide a unified reporting interface

for all network and system components. The current performance state of the entire

network and system infrastructure shall be visible in an integrated console.

o The solution should be extensible enough to support capacity planning and

optimization with data collected through the deployed performance management

agent or from agentless data collectors.

Network Management

o The proposed solution must provide fault, performance, and traffic monitoring

modules

o All the proposed modules should be from the single OEM and must seamlessly

integrate without any customization

o The proposed modules must offer built-in SLA reporting as part of the solution.

Page 294: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 294

o The proposed solution must provide a module for secure administrator control,

monitor and record privileged sessions including RDP, SSH, Telnet, HTTP/HTTPS,

AS400 and Mainframe in single module.

o The security module must be able to prevent leap frog attempts, session continuous

recording & no ideal session time out.

o The proposed solution must offer in various forms: appliance-based, virtual appliance

based or cloud based.

o The proposed module must allow defining roles or groups for user management.

Roles should be customizable and pre-defined in system.

o The proposed module should be able to support text searching for SSH sessions.

o The proposed module should provide the capability to manage EMS application

credential together with access control and password management all within a single

hardened platform. o The Network Management must monitor performance across heterogeneous

networks having multiple categories of devices like routers, switches etc across the

organization including the data centre, DR site, near DR site & remote offices.

o It should proactively analyze problems to improve network performance.

o The Network Management function should create a graphical display of all discovered

resources. o The Network Management function should have extensive reporting facility, providing

the ability to format and present data in a graphical and tabular display

Network Fault Management

o The proposed Network Fault Management solution should be a single platform

solution for proactive fault isolation, root cause analysis, change management,

service aware management, IP services management, policy management, and

reporting for network devices across multiple network technologies.

o Proposed Fault Management console must provide a map view along with built-in

Integration with GIS Systems (like Google Maps) from a single central console.

o Proposed fault management must support built-in fault-tolerance or high availability

without requiring any additional third-party software to reduce the cost and time

required for deployment.

o Proposed NMS solution must be a native 64-bit application and thereby able to fully

utilize the hardware resources (like CPU / RAM address space etc.) and create a

highly scalable management platform that can provision for up to many thousands of

network device management from a single optimized hardware for the core

application. The NMS software must be a true 64-bit application and thereby

maximize the usage of available server resources and deliver good performance.

o Proposed solution must have the capability of managing network elements in

overlapping (or private) IP domains (NAT environments).

o The proposed solution must support Network segmentation by supporting IPSEC /

GRE Tunnels as well MPLS Layer 3 VPNs (e.g. VRF) & VLANS.

o The system should support maps grouped by network topology, geographic locations

of the equipment’s and user group/departments. These should help in understanding

physical Network, virtual Network services and the relationships between them.

o GIS View – Google maps integration

o Proposed NMS must be able to identify location in Google maps based on the

network location attribute from SNMP MIB of core device and display the device

Page 295: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 295

along with its health and availability status in a map to give a visual indication of the

overall health of the network as well as critical network devices / interfaces.

o Proposed solution must be able to discover, model and create topology map of vPC

enabled devices and its vPC channels along with their individual physical port

connections.

o Proposed solution must provide vPC configuration table information in vPC domain

for ease of management.

o Proposed solution must provide intelligent alarms, RCA and Impact Analysis feature

for monitoring vPC domains. o Proposed solution should provide VSS device discovery & Modelling capabilities.

Discovered devices should be available and easily accessible in the console.

o The proposed solution must be fully owned and developed by the OEM and must

provide out of the box root cause analysis with multiple built-in root-cause analysis

algorithms for instantly isolating root cause of network outage.

o The system must be able to ‘filter-out’ symptom alarms and deduce the root cause of

failure in the infrastructure automatically

o The proposed fault management must be able to clearly identify configuration

changes as root cause of network problems

o The proposed fault management solution must able to perform “load & merge”

configuration changes to multiple network devices

o Root cause analysis of infrastructure alarms must be applied to the managed

Business Services in determining service outages. o SLA violation alarms must be generated to notify whenever an agreement is violated

or is in danger of being violated.

o The system must support seamless bi-directional integration to helpdesk or trouble

ticketing system

o The proposed infrastructure fault management system should integrate with the

helpdesk system by updating the Asset with CI information to support viewing

history or open issues in helpdesk on the particular managed asset and associate an

SLA to the ticket in the helpdesk

o The proposed solution should be able to support newer network virtualization

technologies like SDN.

o The system should be able to provide topology view for physical as well as virtualized

devices on SDN.

Network Performance Monitoring

o The Solution should provide capability to monitor any device based on SNMP v1, v2c

& 3

o The Solution must be capable of monitoring the availability, health, and performance

of core networking devices including but not limited to CPU, memory, temperature,

interface bandwidth utilization.

o The Solution should have the ability to issues pings to check on availability of ports,

devices.

o The Port Check for IP Services monitoring should also provide mechanism to define

new services and ability to send custom commands during port check mechanism.

o The Solution should have the ability to receive SNMP traps and syslog.

o The Solution should automatically collect and store historical data so users can view

and understand network performance trends.

o The solution should be capable of monitoring network delay/latency and delay

variation

o The solution should be capable of monitoring packet loss, Packet QOS, Packet Errors

on one or more ports

Page 296: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 296

o The solution should support auto-discovery of network devices

o The system should provide discovery of heterogeneous physical network devices like

Layer-2 & Layer-3 switches, Routers and other IP devices and do mapping of LAN &

WAN connectivity with granular visibility up to individual ports level.

Network Traffic Monitoring

o The solution must provide the following Flow-based metrics:

o Rate

o Utilization

o Byte Count

o Flow Count

o IP hosts with automatic DNS resolution

o IP conversation pairs with automatic DNS resolution

o Router/interface with automatic SNMP name resolution

o Protocol breakdown by host, link, ToS or conversation.

o Utilization by bit pattern matching of the TCP ToS field.

o AS number

o BGP next hop address

o IPv6 addresses o The proposed solution must be able to monitor and report on a minimum of 15000

unique protocols per day and display utilization data for each protocol individually.

This capability must be available for each monitored interface uniquely. o The proposed solution must keep and report on a minimum 25000 unique hosts per

day for each monitored interface.

o The system must be able to restrict views for defined users to specific routers,

interfaces, and reports. o The user must be able to generate reports from the long term database based on

specific thresholds defined by the user where the threshold can be compared to rate,

utilization or volume of every monitored interface as a filter for inclusion in the report

o The proposed system must spot potential bottlenecks with colour-coded indicators

for interfaces that breach defined thresholds and durations

o The proposed system must enable planning of future capacity needs and customize

bandwidth projection calculations by utilization, protocol and Type of Service (ToS)

o The proposed traffic monitoring system must provide real-time reports and alarms

at one-minute granularity for every interface on the network

o The proposed system must provide eight-hour, daily, weekly, monthly, yearly, or

customizable reporting time periods

Server Monitoring

o The solution should be able to monitor/ manage large heterogeneous systems

environment continuously.

o The solution should monitor all server files and directories with response time to

open a defined file.

o The solution should monitor File System Mounts for presence / absence /

functionality

o The solution should generate alarms based on what is currently mounted compared

with what is configured on a defined compliant system.

o Processes monitoring should also have ability to track CPU and Memory consumption

of the monitored process for alerting and reporting/trending purpose.

Page 297: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 297

o The solution should report on services not in the expected state and optionally start

or stop them.

o The solution should support the monitoring of processes & automating scripted or

pre-defined actions in-case of violation or exception of set conditions/thresholds.

o Should be able to monitor & manage distributed & heterogeneous systems (both 32

bit & 64 Bit) - Windows, UNIX & LINUX, including various market leading virtual

platforms like VMware, Microsoft HyperV etc.

Database Monitoring

o The solution should be able to monitor all the market leading database solution

providers including but not limited to MS SQL, Oracle, MySQL, Postgress, DB2,

Informix etc.

o The Database monitoring should seamlessly integrate with the same

Dashboard/Portal and provide integration with the central event console

o The tool should provide the organization the ability to easily collect and analyze

specific information, including information on, buffer pools, databases etc

o The Solution should provide response time Monitoring for custom queries through

JDBC Mechanism to allow monitoring unsupported databases

o Database Space Monitoring for both file group and transaction log (Warning

threshold, Critical threshold as well as file group/log full)

o Performance monitoring - capture of DB Engine related performance counters as well

as threshold alerting

o The solution must be able to run power shell, vbscript, cmd and vbscripts to perform

tests on the database and have the results put into the solution as performance data

and or alarms

o Inclusion of SQL statements within the Solution should be a standard “easy-to-use”

function achieved without programmatic intervention.

o The solution should support auto-discovery of database instances.

o The solution should support the creation and management of reusable test templates

that contain a specific pre-defined set of database checkpoints/measurements

o The solution should support the use of schedules and time filters for database

monitoring.

Presentation

o Business owners should be able to graphically view the health of the various IT

assets & the services

o Business owners should have a clear view of the extent of impact to their business

and if need be the reason behind the impact for any incident planned or unplanned

o The IT organization should be able to view their incident tickets by business service

and impact of the same

o Solution should have the ability to display the events in a table, service,

infrastructure, tree views in multiple levels of view. It should provide each user the

ability to select or view the events as per their convenience

o Should support advanced filtering to eliminate extraneous data / alarms in Web

browser and GUI.

o Should monitor various operating system parameters such as processors, memory,

files, processes, file systems etc. where applicable using agents on the servers to be

monitored.

Page 298: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 298

o The agent should support execution of remote commands/scripts for troubleshooting

and diagnostics purposes

o Provide performance threshold configuration for all the agents to be done from a

central GUI based console that provide a common look and feel across various

platforms in the enterprise. These agents could then dynamically reconfigure the

performance monitors to use these threshold profiles they receive.

Help Desk management

o The Solution displays the complete process flow for Incident, problem, Change and

release Management

o The solution should have Service Management documentation/ guidelines in built

based on latest ITIL best practices.

o At each stage in the cycle of the incident, the system should prompt users on the

status and the missing information that is required to complete the flow. The solution

should have capability to fill out missing info as much as possible automatically. In

case any process step is missed, the system should intelligently identify the missing

step and prompts users to complete that step before they move to the next step

o Solution should support exhaustive reporting on various enterprise wide processes to

the management

o Solution should provide the helpdesk engineer an ability to see the list of assets used

by the end user. This list should be displayed within the incident ticket (incident,

change, problem etc).

o Should provide relationship viewer to the helpdesk engineer from within the incident

ticket for quick incident resolution. The relationship viewer should display the

dependencies and impact relationships to other assets and users. o Solution should automatically provide solutions from the knowledge base to the

helpdesk engineer

o The helpdesk engineer should be able to view detailed configuration of a selected

asset (for example: CPU, RAM, Disk Space, IP address, software installed, software

used etc) for problem resolution.

o The solution should allow administrators to customize the according to the need and

the organizational policies.

o Workflow must be able to raise notification via email, SMS, alert to EMS dashboard

etc and have provision to interface with other communication modes.

Incident/Problem Management

o The solution should provide remote support features to take control of affected end

user’s machine by Helpdesk Analyst for problem diagnosis

o The solution should provide end user to agent & vice versa chat functionality to

resolve the problem through live chat

o Flexibility of logging incidents via various means - web interface, client interface,

phone, auto integration with EMS tools

o Help Desk solution should allow detailed multiple levels/tiers of categorization on the

type of incident being logged.

o Help Desk solution should provide classification to differentiate the criticality of the

security incident via the priority levels, severity levels and impact levels.

o It should allow SLA to be associated with a ticket based on priority, severity, incident

type, requestor, asset, location or group..

o Solution should support fast service restoration leveraging previous incident data or

by referencing the knowledge base

Page 299: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 299

o It should be possible for the helpdesk engineer to view the 'Health of a selected

asset' from within the ticket raised or through the asset monitoring tools

o The health view should be consistent across platform (Windows/Linux/Unix) if viewed

from within the ticket or through the asset monitoring tools

o Should support automatic assignment of ticket to the right skilled resource based on

business priority. For example for a database crash the issue need not be assigned to

an L3 DBA unless the business service is completely down. The solution should allow

the administrator to define the skilled resource matrix for correct allocation.

o Asset causing the business failure and business service that has failed should be

automatically related to the ticket.

o Should be able to consolidated view/reports across locations along with localized

views/reports.

o It should have an updateable knowledge base for technical analysis and further help

end-users to search solutions for previously solved issues. Should support full text

search capabilities.

Inventory & Asset Management

o The solution should have the capability to upload discovery data from other system

for the detailed inventory of the IT assets and create a database for management of

the same

o Should manage complete lifecycle starting with the initiation of the procurement

through to retiring

o Should be integrated with Service Desk for maintenance and support of assets

o Should be integrated with Change Management for deployment, changes.

Service Level Management

o Solution should support comprehensive SLA management platform that cuts across

Infrastructure Management and Service Management. For e.g. monitors and reports

across different parameters like CPU utilization, disk space, response times ,

resolution times (eg. incident closed on 2 hours) performance and custom

parameters of an enterprise etc

o The solution should have a consolidated, automated graphical report for SLA

compliance with ability to drill down to reason for non-compliance"

o The solution should manage service levels for delivery and support of business

services

o The solution should have real-time visualization of service level targets, agreement

compliance data, penalties and rewards

o Deliver service level information and alerts directly to IT Operations and Service

Support consoles

o Should support compliance and cost trending to assist in identifying areas for process

and operational improvements

Reporting

o Should provide predefined and on demand customized reports for any & every

service provided by the solution

o Should have ability to have a consolidated view of data collected from different types

of operations (for example SLA compliance for a selected business service, it's

dependent SLAs, OLA etc,) and displayed the same

o Provide users (based on role and access defined for that user) to drill down to

specific report/data on a need basis

Page 300: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 300

o Provide detailed reports on a specific area as per the need of the user

o Ability to send notifications for incident status change or as per definition & able to

generate and schedule reports based on incident data.

o Ability to create custom KPI metrics and scorecard/compliance reports that are

updated automatically

o Single dashboard provides the as-is scenario by consolidating the data across the

organization

o Should automatically compute and apply the math as per the business service

o Should support and Correlate KPIs from multiple disciplines

o Should support top down dashboards with drill down capabilities into detailed

information

o Should be extensible enough to leverage external data and metrics

16.7 End Point Protection for Servers and PCs

Specifications:

o Endpoint Protection- total number of endpoints to be specified

o Single Agent: Should be a single agent that combines all the critical components for

comprehensive security on the endpoint. (Antivirus, Antispyware, network access

control, Firewall, host intrusion prevention, device control, Compliance audit etc.)

o Should be managed from a single centralized console. All policy configuration, event

analysis and updates should be done from the single centralized console

o Should support the following operating system

o *Windows 7

o *Windows Vista

o *Windows XP Professional

o *Windows 2000/2003 Professional

Anti-Virus & Anti Spyware for Desktop

o Heuristic virus scan: Should scan files and identifies infections based on behavioural

characteristic of viruses.

o Scan target drives: Should specify directories and file types to scan

o Treatment options: Should Enable choice of action agent should take upon detection

of virus: Repair, rename, quarantine, delete

o Should support unique real time update based on over the web cloud technology to

provide real time signatures for dynamic and latest threats to reduce the dependency

on Daily Signature updates.

o Full-system scan: Should Scans local file folders and specific file types

o Should be able to lock down all anti-virus configurations on the system

o User should be prevented from being able to uninstall the anti-virus software.

o Must be able to totally protect from spyware, adware, Trojans, key loggers, P2P

Threats, Hackers tools, DDOS Attack Agents, in real time

o Should have centralized management and reporting capabilities to deliver reports

like top Spywares, by category, by infected machines, by risk priority etc

o Should have centralized update/download mechanism which should be able to

download

Page 301: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 301

o The solution must be able to auto-quarantine or auto-delete spyware or adware

without end user interaction

HIPS for Desktops

o It should support behavioural based detection

o It should support desktop firewall capabilities to directly block unwanted traffic

Device Control for Desktops

o The solution should potentially block the end point system from loading physical

devices such as removable storage devices, Bluetooth, Wi-Fi, and other plug and

play devices based on device classes and device definitions are used to define device

rules

o It should support device management and should allow you to Monitor, Block or

make the device Read-Only along with the option of providing exceptions

o It should support for detecting attempts to copy confidential data to removable

storage devices (e.g. USB drives, floppy, CD/DVD, etc.).

o It should support for blocking Windows native CD writing and other CD writing

software.

o The block must inform the user that the action is being blocked.

o It should support for customizable notification “pop-up” messages

o It should be able to control the access of USB devices by using their vendor ID,

product ID or serial number.

o It should support ability to restrict access to company approved devices, but also if

necessary to permit exclusions to this requirement. Exception and/or exclusions can

be designed to accommodate different devices or different groups of users

o It should provide the functionality of logging and audit-trail capabilities

Compliance Auditing for Desktops

o The solution should run consolidated audits across the systems

o It should schedule automatic reports with up-to-date data, create custom reports.

Management Platform Support:

o Should have a single Centralized Management Console for managing Antivirus,

Antispyware, network access control, Firewall, host intrusion prevention, device

control, Compliance audit etc.

o All policy configuration, event analysis and updates should be done from the single

centralized console.

o Central management console should provide actionable reports.

o Central management console should support granular role based access control

o Should ensure security policy enforcement by integrating and centralizing

installation, deployment, management & updating

o Centralized management server should be able to automatically report about the

new unprotected system. It should be able to detect rogue systems on the network

so that the endpoint agents can be installed on those systems

o Solution should provide for custom reports and queries along with role-based access

providing different levels of dash-boarding and relevant reports to users.

o Solution should supports the following formats for exporting data: CSV, HTML, XML,

Acrobat PDF

Page 302: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 302

o Solution should provide the functionality of events being viewed, filtered, and sorted

in the Management console, allowing security officers or administrators to view

events and respond quickly. If applicable, suspicious content is attached as evidence

to the event.

o Solution should provide the capability to log administrative activities in the

Management console. Administrative activities that are logged in the Management

console include, changes to policies, deployment of policies, agent override activities,

agent termination, and agent uninstall key generation.

17 Operation & Maintenance

The bidder shall propose 5 years Operation and Maintenance.

The bidder should consider the below manpower for operation and maintenance,

S. No AMC Manpower General

1st

Shift

2nd

Shift

3rd

Shift

1 DC Manager Yes No No No

2 Electrical Supervisor No Yes Yes Yes

3 Electrical Technician No Yes Yes Yes

4 HVAC Technician No Yes Yes Yes

5 DG Operator No Yes Yes Yes

6 Multi Skill technician Yes No No No

7 Network Administrator Yes No No No

8 Network Engineer No Yes Yes Yes

9 Colo technician No Yes Yes Yes

The bidder should consider for first year manpower cost during warranty period.

The bidder should consider all the equipment CAMC cost from second year to fifth year.

The bidder should submit the SLA for operation & maintenance along with technical

proposal.

The bidder should ensure all proposed OEM should have local office at Bhubaneswar. The

OEM or SI has to maintain the 10 % spare parts at their local office.

The SI has to submit the detailed SLA and that SLA should agree both OEM and STPI.

The bidder shall propose the helpdesk management system to log the call and update the

status trough online.

Operation and Maintenance:

The Scope of Work (M&E) document and thus needs to be read in conjunction with the

document to understand the special considerations required to be adhered to while

undertaking provision of services to Sites earmarked specifically as Critical.

Maintenance:

All maintenance should be carried out to meet the manufacturer’s requirements, Client and

Page 303: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 303

Site Operations Best Practices Guidelines or other Documented and internationally

recognised Maintenance Best Practice.

Any changes of maintenance against these standards will need to be brought to the notice

of the Facility Manager or Senior Most Executive on Site for further review and approval by

the Client Real Estate and Site Operations Data Centre Manager. Any unauthorised changes

to the Maintenance schedules will be considered a breach of the Service Level Agreement

The Bidder shall undertake Data Centre infrastructure maintenance to satisfy the business

and operational requirements, including: but not limited to:

o High & Low Voltage Electrical Distribution

o Uninterrupted Power Supply

o Generators

o Static Switches

o Lighting

o Fire Detection & Suppression Systems

o Cleaning, including under floor and specialist services.

o Fabric/Structure

o Air Conditioning

o Leak Detection Systems

o Alarm Monitoring, BMS & Hardwired

Maintenance Scheduling:

Data Centre Maintenance

All maintenance activities are scheduled throughout the year in conjunction with the CLIENT

Change Freeze periods and will be communicated through the Facility Manager or Data

Centre head to coordinate the change management requirements

All changes will be presented to the Facility Manager or Data Centre Head at least 2 weeks

in advance where possible. Any change requests that are required to be submitted to an

Approval Board and will only be submitted when accompanied by an implementation plan,

risk analysis and procedures.

Shutdowns

Where sites require a shutdown to conduct maintenance, 2 months’ notice shall be given.

Any component that cannot be maintained when a shutdown is rejected by Data Centre

Head.

High Risk/High Impact Scheduled Maintenance

The dates, times and duration of high risk/high impact or low risk /high impact

maintenance activities, where possible, will be documented in December for the following

year activities. This scheduled maintenance document will be circulated through the Facility

Manager or Data Centre Head to the relevant businesses to give advance warning and

allow for requested changes to be accommodated. Once these dates are agreed the

planned activities will be raised through the local Change Management Process.

Advance notification must be given for any Maintenance Works that require to be

rescheduled during the year. The Bidder must give prior notice if additional costs are likely

to result for the change instigator to accept charges prior to deferment of the maintenance

works.

Page 304: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 304

Deviation from Scheduled Activities

If maintenance activities are continually rejected by the businesses or action plans not acted

upon when load management is above 80% or any issue that can affect the Critical Site

infrastructure, must be escalated through the Facility Manager or Data Centre Head and the

appropriate channels will require a Formal Risk Notification Form, signed by both the Facility

Manager or Data Centre Head Site Operations.

Defect Rectification:

There will be occasions when defects within the infrastructure will be identified through

alarm notification or during normal maintenance activities. The notification and defect

rectification process will follow the Local Data Centre Change Process.

Breakdown Repair Turnaround

Where equipment design

is single unit

configuration, or the

system has lost total

redundancy

BIDDER to mobilize country and global resources to

minimize repair time where there is a Severity 1 or 2

problems or there is a risk to CLIENT Business continuity.

This will also include the supply of overarching and detailed

work plans that are acceptable to CLIENT

Where redundancy is still

available

Resourced during core business hours -subject to Client

escalation This will also include the supply of overarching and

detailed work plans that are acceptable to Client

Environment Specification:

The Bidder shall maintain the conditioned environment within the parameters of these specifications for each location.

Site shall be operated within the design parameters contained within the site specification

documents and kept at site. This document to be prepared by Selected Operation Team and

approved by data centre head.

The maximum operating limits specified for individual computing hardware machines are

varied, however to ensure computing reliability air-conditioned environment within the

design parameters of the individual computing hardware is essential.

Generally, the air conditioning system should be designed for 22 degrees C (71.6 degrees F)

and 45 percent relative humidity at altitudes up to 2150 m (7000 ft.).

Air conditioning control instruments that respond to + or -1 degree C (+ or -2 degrees F)

temperature and + or -5 percent relative humidity should be installed.

The optimum condition is where the room is at the design criteria of 22 degrees C (71.6

degrees F) and 45 percent humidity.

A high efficiency filter should be installed to filter all air supplied to the computer room.

Because mechanical and electrostatic air cleaners operate on different principles, a different

rating is specified for each type. Ratings are determined by using the test methods outlined

in the American Society of Heating, Refrigeration and Air Conditioning Engineers (ASHRAE)

Standard No. 52-76 (or national equivalent). Special air filtration is necessary where

Page 305: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 305

installations are exposed to corrosive gases, salt air, or unusual dirt or dust conditions.

If a particular Data Centre is unable to meet the above specification the deviation is to

be documented explaining the extent of the problem and presented at the Data Centre

Power Specification:

The Contractor shall maintain the power delivery within the parameters of these

specifications for each location.

Each site shall be operated within the design parameters contained within the site

specification documents kept in the "Critical Documents Library" at each site.

The maximum operating limits specified for individual computing hardware machines are

varied, however to ensure computing reliability an environment within the design

parameters of the individual computing hardware is essential.

The following design parameters are a general guidance, or for when original design

documentation is not available for a site, and are an extract form the CLIENT e Server IP

Manual

The phase-to-phase steady-state voltage must be maintained within plus 6 percent to minus

13 percent of the normal rated voltage, measured at the receptacle when the system is

operating. A voltage surge or sag condition must not exceed plus 15 percent or minus 18

percent of the nominal voltage and must return to within a steady-state tolerance of plus 6

percent or minus 13 percent of normal rated voltage within 0.5 second.

The phase frequency must be maintained at 50 or 60 Hz + 0.5 Hz.

The value of any of the three phase-to-phase equipment voltages in the three-phase system

must not differ by more than 2.5 percent from the arithmetic average of the three voltages.

All three line-to-line voltages must be within the limits specified above.

The maximum total harmonic content of the power system voltage waveforms on the

equipment feeder must not exceed 5 percent with the equipment operating.

Power & Cooling Load Management:

To monitor machine room power and cooling loads, the Supplier will maintain power and

cooling records in a format acceptable to CLIENT, and on a Quarterly basis whilst they are in

a "Green" status forward these to the Facility Manager or Senior Most Executive on Site.

These records cover all elements of the power and cooling systems: chillers, cooling towers,

process coolers, generators, UPS to identify the load restriction within the systems. These

records will be kept on the Facilities Management team room in a file format supplied by

Client or subsequent files agreed to by the CLIENT Real Estate and Site Operations Data

Centre Reliability Program Manager.

UPS systems will have load readings taken monthly on the first business day of each month.

These records will be kept on the Facilities Management team room in a file supplied by

CLIENT or subsequent files agreed to by the CLIENT Real Estate and Site Operations Data

Centre Reliability Program Manager.

Operational Loading Limits for UPS, Generators & Cooling Systems

Green -Below 75% -No action required.

Yellow -75% and 80% - Facility Manager or Senior Most Executive on Site /Data Centre

Page 306: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 306

Manager are to formalise action plan to reduce the load to below 75% or plan to

accommodate the growth. This will also require an increase in the scheduled load readings

taken for the equipment, this increased work load will be agreed, Facility Manager or Senior

Most Executive on Site and Client Real Estate and Site operations at the time the threshold is passed.

Red -Above 80% - A documented meeting with the Facility Manager or Senior Most

Executive on Site & escalated to Data Centre Management Services Manager and. This will

also require an increase in the scheduled load readings taken for the equipment, this

increased work load will be agreed by Facility Manager or Senior Most Executive on Site and Client Real Estate and Site operations at the time the threshold is passed.

Operation Support:

The Bidder shall respond to notification of an alarm within the following time scales:

CRITICAL ALARMS -Manned Site

Core Business Hours Service Response Times

Severity 2 Response in under 15 minutes from time of notification

Severity 3 Response in under 4 core business hours from time of notification

Severity 4 Response within 8 core business hours or better

Critical Alarms:

Core Business Hours Service Response Times

Severity 1 Response in under 15 minutes from time of notification, and Attendance

to site within 1 hour from time of notification or better

Severity 2 Response in under 15 minutes from time of notification, and Attendance

to site within 1 hour from time of notification or better

Severity 3 Response in under 4 core business hours from time of notification

Severity 4 Response within 8 core business hours or better

Installation Activities:

All user requests for change activity within the Critical Site or Data Centre including power

socket supplies, network connections, floor tile cut outs etc. will follow the Real Estate and Site Operations Small Projects Process for approvals and funding.

Any proposed changes that compromise the Critical Site or Data Centre standards or exceed

the operational loading limits of the infrastructure are to be reviewed by Real Estate and

Site Operations, prior to funding request by BIDDER.

Dual Cord Equipment:

Where practical all equipment which will be placed in the Raised Floor will have the Dual Cord Function tested in the pre-production area before it is moved to the Raised Floor.

Page 307: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 307

The Team is to assist with the testing. The equipment should be tested to the maximum

loading possible in the presence of a Supplier Site Representative and the Raised Floor

Manager with at least two dual power change overs. The equipment should correctly either

support the dual cord facility or there should be two independent equipment components

supported from two different power sources of power. The Data Centre Management

Services is responsible for the correct operation and connection of Dual Cord Equipment and

any deviation should be accordingly recorded with the risks clearly identified.

Records of all tests are to be kept on the Facilities Management Team Room.

Hand Over Commissioning & Testing:

All projects carried out in the Data Centre will be formally handed over and will have a

standard sign off document for all projects.

Safety:

The team shall responsible for ensuring that all employees and local vendors under their

management will meet all statutory requirements and operate to Client Occupational

Health and Safety requirements.

Risk Analysis, Recording & Management:

The Team consultation with Facility Manager or Data Centre head will be responsible for

identifying all items of risk associated with the facilities that have the potential to impact on

the Critical Site operations. All such risks are to be effectively managed and adequately

recorded.

Site Status Reporting:

Team is to provide a status report for the Data Centres on a fortnightly basis. The

information required to be included in this report will be mutually agreed to with

the............ Facility Manager.

Emergency Response Plans:

The Bidder shall prepare an emergency response plan document for the Critical Site in a

format as given by Facility Manager or Senior Most Executive on Site and are to detail the

step by step procedures for response to an emergency that has the potential to impact the

operations at the site. The document is to be reviewed on an annual basis. If changes to the

infrastructure are made that effect the emergency response plans then amendment is to be

made to the document immediately. The document is to be kept on the “............ Facilities

Management Team Room”.

Critical site requirements:

In order to monitor, performance in respect of the service provisions within this SOW, a set

of measurements are taken and recorded on a regular basis.

The services measured are:

Operational Response (%) - a measure of the time taken from a Data Centre critical alarm

notification to the attendance by the Duty Engineer. This is represented as percentage

achieved against the operational support service levels defined in this document.

Facilities Infrastructure Availability (%) – a measure of the time the infrastructure is

available to support the Data Centre services. This is represented as percentage availability

on a monthly and annual basis.

Shutdown Achievement – a measure of whether an infrastructure that requires an annual

shut down for maintenance is actually achieved.

Page 308: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 308

Power Management – a measure of the operational load on the UPS and generators. This is

represented as percentage connected load on a monthly basis.

Cooling Management – a measure of the operational load on the installed cooling systems

on a monthly basis.

General Terms:

Severity 1:

o Computer Room has actually suffered a Critical Systems outage e.g. Electrical Outage

caused by UPS or Distribution system.

o IT Systems would be down and Customers would have experienced an outage

Severity 2:

Site has suffered an External Power Outage and is running on Generators, UPS is off-line or

in Bypass, Computer Room Air Conditioning System is down, Building Management System

is down.

o Customers have not experienced an outage but critical Facilities equipment is now not in

a BAU operation and there is a possibility of customer impact whilst the site is in this mode,

the risk and probability may be low but the impact is high.

o Loss of redundancy that may result in loss of cooling if further failure occurred.

Redundant systems are down and loss of any further capacity will may cause impact to the

IT systems.

Severity 3:

o Site has taken a short External Power hit and UPS covered it, an individual piece of

Facilities equipment is down but is not in the critical path and can be attended to in next 24

hrs. No Customer impact and no likelihood.

Severity 4:

o Minor problem with a piece of Facilities equipment that can be attended to within the

next week or at the next service interval

o UPS: UPS is a system that provides smoothed power so that in the event of a power

fluctuation the power quality to the service is not affected. In the event of a power failure

the UPS will also maintain the power to the service for a period of time dictated by the

back-up battery autonomy time. This is generally designed at 10 minutes at full design load.

o (N) - N is the number of system units without redundancy (UPS/Pumps/Generators etc.)

that support the services i.e. in the event of a failure (or maintenance) of any one

component the service cannot be maintained

o (N+1) - N+1 is the number of system units with redundancy (UPS/Pumps/Generators

etc.) that support the services i.e. in the event of the failure (or maintenance) of any one

component the service can continue unaffected.

o INCIDENT - Is a failure of a component without loss of DP Services

o INTERRUPT - Is a failure of a component with loss or degradation of DP Services (an

INTERRUPT will be measured from the time the component fails to the time the component

is available).

o DP SERVICE - Data Processing service is an IT service being provided to a customer

within agreed customer service giving hours. (A service problem will be defined

INTERRUPT/INCIDENT at the time of the problem).

SLAs for Critical Site:

Page 309: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 309

S. No NATURE OF SERVICES

SEVERITY

LEVEL

SLA

(TAT)

1 UPS supply failed to server room 1 15 Minutes

2 UPS supply failed to workstation 2 30 Minutes

3 UPS supply failed to emergency light 2 01 Hours

4 PAC of critical area not working 1 15 Minutes

5 A/C is not working in workstation 3 01 Hours

6 Light is not working on workstation 3 02 Hours

7 Projector Installation 3 30 Minutes

8 Carpentry Job 4 04 Hours

9 Plumbing Job 4 02 Hours

System Component Frequenc

y Scope of Work

Respon

sibility

Spares

parts in

Stock

ELECTRICAL SYSTEMS

Thermog

raphic

Scan

All Annual

Perform

thermographic scan of

PDUs, panels,

switchgear, MCCs,

UPSs, static switches,

variable frequency

drives, equipment,

and cable connections

600V and below

Bidder

High-

Voltage

System

HV Feeders 3 Years

Inspect feeder

terminations. Re-tape

as necessary. Check

torque on connections.

Inspect for signs of

arcing or corona.

Bidder

Spare HV

cable

splicing kits

(tape,

etc.), spare

lugs for

each

applicable

cable type

Unit

Substati

on

Air Switches 3 Years

Check connection

torque, perform DLRO

test. Visually inspect

cabling, buss work,

and lightning arrestors

for damage. Visually

inspect fuses for signs

Bidder

Contact

parts,

insulators,

fuses

Page 310: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 310

of overload and

potential failure.

Dry Type

Transformer 3 Years

Clean, perform TTR

test or Megger (if de-

energized), check

connection torque,

and verify cooling fan

operation. Visually

inspect for potential

fault conditions. Verify

absence of foreign

objects or debris

within transfer

compartment.

AMC

Vendor

Cooling fan

motors and

blades, hot

spot

indicator

and fan

control

480V

Switchgear 3 Years

Clean and check

connection torque.

Test operation of

secondary automatic

transfer scheme (if

applicable).

Bidder

Control

fuses,

control

relays, pilot

lamps

LV Power

Circuit 3 Years

Clean and check

bolted connection

torque, exercise,

lubricate and perform

primary or secondary

injection test. Verify

correct settings per

short circuit and

coordination study.

At least one

complete

spare

breaker for

each frame

size, with

spare trip

unit and

rating plug

Unit

Substati

on

Moulded Case

Breakers 3 Years

Clean, exercise,

lubricate and perform

primary or secondary

injection test. Verify

correct settings per

short circuit and

coordination study.

At least one

complete

spare

breaker for

each frame

size,

complete

with trip

unit and

rating plug

DC Control

System

Batteries

Annually

Check water level on

flooded batteries.

Inspect connections

for excessive

corrosion. Inspect

battery cases for

cracks or damage.

Test voltage and

specific gravity of

Bidder

Page 311: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 311

each cell.

Generat

or

Diesel

Generator Set

Per Engine

Manufactu

rer

Change crankcase oil,

oil filters, fuel filters

and air filters. Submit

crankcase oil and

coolant samples to

testing laboratory for

analysis.

Weekly

Test run offline for 15

minutes minimum

(unloaded). Note: be

sensitive to “wet

stacking” issues

Bidder

Oil, fuel,

and air

filters, pilot

lamps,

control and

Monthly

Test run with critical

load. Verify oil and

coolant levels. Run at

least one hour.

Switching operations

sequence should be

reviewed by an

electrical engineer to

ensure proper

operation

Bidder

instrument

fuses,

spare

regulator,

spare

Annually

Simulate a utility

outage by “failing”

utility power

upstream.

Thermographically

scan terminations

while under load. Run

at least one hour.

Switching operations

sequence should be

reviewed by an

electrical engineer to

ensure proper

operation

Bidder electronic

governor

3 Years

Operate parallel

system with critical

load with redundant

engine(s) off line to

permit full-load testing

of engines, or test

individual engines at

full load with load

bank.

Bidder

Page 312: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 312

Generator

Starting

Batteries

Monthly

Load test, clean and

tighten terminals,

check specific gravity,

verify water level.

Bidder

Battery

terminals

and cables.

Larger sites

may elect

to stock

spare

batteries.

Generat

or

Generator

Paralleling

Switchgear

Quarterly

DC control system

batteries - Check

water level on flooded

batteries. Inspect

connections for

extensive corrosion.

Inspect battery cases

for cracks or damage.

Test voltage and

specific gravity of

each cell.

Bidder

Control

fuses, one

spare for

each frame

size;

3 Years

Clean and test

breakers. Clean and

test relays. Check

torque on bolted

connections.

Spare PLC;

pilot lamps.

Generator

Fuel Tank

Day Tank (if

applicable)

Annually

Test fuel samples for

contamination and

breakdown, perform

Fuel polishing/filtering

if either is evident.

Inspect tank for leaks.

Bidder

Verify operation of

level gauges. Bidder

Note: Do not accept

fuel deliveries from a

common tank truck

Bidder

multiple storage tanks

or generator sites Bidder

UPS UPS Battery

String

Monthly

Visual inspection -

check cells for

swelling, fluid leaks,

or

Bidder

Damage to jar. Note

any cells with

excessively low fluid

level.

Bidder

Quarterly See Appendix B.

Site option: test Bidder

Page 313: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 313

specific gravity of

each wet

cell or every tenth wet

cell

Annually

DC Circuit

Breaker 3 Years

Rotate with new or

factory-certified

breaker (or perform

primary

Bidder One spare,

certified

breaker for

each frame

size Injection test if cost-

effective).

UPS Bypass

Switchgear Annually

Check for proper

operation.

Spare

fuses,

spare parts

as

recommend

ed by

AMC

Vendor

manufactur

er, parts

not stocked

locally by

service

vendor

should be

stocked on

site

UPS

UPS Bypass

Switchgear 3 Years

Clean and test

breakers (primary

injection test

preferred).

One spare

breaker for

each frame

size and

configuratio

n

UPS Module

Semi-

annually

“Minor” service. See

Appendix B

Spare

fuses,

spare parts

as

recommend

ed by

Annually “Major service. See

Appendix B

AMC

Vendor

Manufactur

er.

As

Recommen

ded by

Manufactu

rer.

Replace capacitors.

Parts not

stocked

locally by

service

vendor

Page 314: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 314

should be

stocked on

site

Static

Switch

Or

Static

Transfer

Switch

Annually

Test for proper

transfer. Verify

transfer settings.

AMC

vendor

Spare

fuses,

spare parts

as

recommend

ed by

Thermographic scan

connections.

Manufactur

er.

UPS

System

3 Years

Clean and test

breakers. Clean and

test relays. Check

torque on bolted

connections.

AMC

vendor

Parts not

stocked

locally by

service

vendor

should be

stocked on

site

PDU

Transformer 3 Years

Clean and replace air

filters (if equipped),

perform TTR test if

able to de-energize.

AMC

vendor

Static Switch Annually

Test for proper

transfer first by

manual operation,

then by failure

AMC

vendor

Spare

fuses, other

spare parts

as

recommend

ed by

Manufactur

er

PDU

Static Switch

As

Recommen

ded by

manufactu

rer

Replace capacitors. AMC

vendor

Panel board 3 Years

Clean and check

torque on connections.

Inspect for mechanical

Bidder

Branch

circuit

breakers

(one for

each size),

Or heat damage.

Verify connection of

snap-in breakers.

control

fuses,

breaker

blanks, line

side lugs

Page 315: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 315

Monitoring/Co

ntrol Annually

Verify proper

operation. Non-

supervised systems

should be

Bidder

One spare

for each

type

system

module System Closed- loop.

All

Systems

Bus Duct 3 Years

Tighten bolted

connections. Verify

operation of

Bidder

Spare plug-

in units if

used

Anti-condensation

heaters on outdoor

bus (if equipped).

Verify

Absence of leaks on

outdoor bus.

Variable

Frequency

AMC

vendor

Spare

fuses, pilot

lamps,

lugs.

System

must be

Drives

operable at

100% in

the event

of drive

failure

Panel board 3 Years

Clean and check

torque on connections.

Inspect for mechanical

Bidder

Or heat damage.

Verify connection of

snap-in breakers.

Branch

circuit

breakers

(one for

each size),

“Exercise” branch

circuit breakers only if

unit is off line

control

fuses,

breaker

blanks, line

side lugs

Protective

Relays 3 Years Calibrate.

EPO

(Emerge

ncy

Power

OFF)

Annually

(if

practical)

Verify that power is

available at each EPO

station. Verify remote

Bidder

Otherwise,

perform

Alarm / notification of

EPO station activated.

Verify alarm on

Bidder Spare

buttons,

contact

Page 316: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 316

blocks, and

lamps.

During 3-

year PM

cycle.

Activation of an EPO

system. Verify alarm

on activation of an

EPO system.

Bidder

INSTRUMENTATION & CONTROL SYSTEM

Thermometer

s Annually Calibrate. Bidder

Minimum

one spare

for each

type or

rating

Flow Meters Annually Calibrate. Bidder

Minimum

one spare

for each

type or

rating

Pressure

Gauges Annually Calibrate. Bidder

Minimum

one spare

for each

type or

rating

Electrical

Metering

Mechanical

Volt/Amp/Wa

tt/VA meters

Annually

Calibrate. Note:

Electronic units may

be self-calibrating

Main LT

and HT

panel

Bidder

Safety

and

Security

Equipme

nt &

BMS

All Annually

Verify proper

operation. Calibrate if

desired.

AMC

Vendor

Spare

smoke

detectors,

EOL

devices,

major

system

modules.

Consult

manufactur

er or local

service

organizatio

n for

Page 317: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 317

complete

list

SLA for Active Components:

The severity level of each component defines by its importance in the infrastructure and its

impact in case of failure as detailed below.

Severity Level-1

Core Switch Failure

Internet Firewall Failure

Internet Router Failure

Internet IPS Failure

Anti-Virus Protection Failure

Access Switch Failure

Power failure to rack

Failure of portal service

Failure of DNS service

Severity Level-2

Failure of network port

Failure of power supply to servers

Failure of cooling fans

HBA failures

NIC failure

Failure of System

Fibre optic cable failure

Failure of modules / slot

Tape drive failure

Failure of SAN ports

Failure of LUN's / Storage Volumes

Zone policy enforcement

PSU / Cooling Fan failure

Failure of Fabric cable

Failure of passive cable component connecting the above equipment’s etc.

This is an indicative list and not exhaustive.

Severity Level-3

Patch installation within 2 weeks of release

Failure of H/W up gradation request

Failure of Antivirus updates

Failure of Data archival request

Failure of Data restoration request

Failure of Planned Maintenance activities

Failure of Request for new backup policy

Page 318: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 318

Failure of Adding new device to Fabric

Failure of Passive cable component connecting the above equipment’s etc.

Minor repairs of Physical Infrastructure components like breakage of tiles etc.

Ensure adequate diesel supply is stocked all the time for running each DG set for at

least 8 Hrs.

This is an indicative list and not exhaustive.

SLA down Time Guidance

The calculation of downtime with reference to severity levels is as defined below:

Sl. No. Equipment Severity Level Downtime hours factored for SLA

1 Severity Level-1 Every Thirty minutes of failure is equal

to One hour of SLA downtime

2 Severity Level-2 equipment’s/ Services Every Four hours of failure is equal to

One hour of SLA downtime

3 Severity Level-3 equipment’s/ Services Every eight hours of failure hour of SLA

downtime is equal to One hour of SLA

downtime

Response / Resolution Time: Broad level Priority classification along with time frame for

Response / Resolution time is showcased below.

Response time: is defined as the time between receipt of the incidence (helpdesk call/

receipt of alarm generated by management system) and a support team member begins

working on the incidence.

Resolution time: is defined as the total time between receipt of the incidence (helpdesk

call/ receipt of alarm generated by management system) and the incidence been resolved.

Service Window:

PWH (Prime Working Hours): 9AM to 6PM (Monday to Saturday)

EWH (Extended Working Hours): 6PM to 9AM (Monday to Saturday), Sunday and all

State Government Holidays.

Table-1: Severity levels along with Response time and Resolution time as

mentioned below

Severity Response Time Resolution Time

PWH EWH PWH EWH

1 10 minutes 20 minutes Within 4 hours Within 4 hours

2 20 minutes 60 minutes Within 6 hours Within 12 hours

3 30 minutes 120 minutes Within 12 hours Within 24 hours

Page 319: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 319

Downtime shall be considered as per service window defined above and net impact

on operations with reference to the time of incident receipt (helpdesk call/ receipt of

alarm generated by management system).

If a severity one incident reoccurs within two hours of resolution, downtime will be

calculated from time of first occurrence.

100% of the calls will be attended to within the stipulated response time - Measured

on a quarterly basis.

100% of the calls will be closed within the stipulated resolution time - Measured on a

quarterly basis

The resolution times will be considered with respect to the service window.

18 Project Management

To consider the complexity of the project, the implementation of the same requires a robust

but flexible project governance and management structure. It is proposed to form a Project

Monitoring Committee chaired by Competent Authority for providing overall strategy and

policy guidelines with adequate members from the project stakeholders. Further, it is

proposed that a Project Management Unit (PMU) shall be designed and set up for ongoing

tracking of the project. The proposed PMU shall be supporting STPI in project monitoring

and management of the project. The Project Governance team should be adequately staffed

and strong enough to identify the risk and suggest risk mitigation

The Project Monitoring Committee, chaired by Competent Authority, a flexible membership

will exist from the stakeholders on need basis. The committee will be supported by the

Project Management Unit (PMU).

The bidder should submit the project plan along with technical bid submission

Roles and responsibility of PMU

The high-level responsibilities of the PMU would include, but not limited to, the following:

o Preparation of Project Plan with detailed activities and timelines in consultation with the

implementation Agency.

o Review of the Solution Design Document prepared by Implementation Agency against

various KPIs.

o Examine, Review of the solution.

o Examine, Review the SLAs and KPIs from time to time basis and reporting to STPI.

o Ensuring strategic control of the project.

o Monitoring of Project Implementation in terms of managing the project timelines, quality

of deliverables by close coordination with Implementation Agency.

o Assist STPI in resolving the implementation issues like business models, technology,

standards and domain related issues.

o Ensure support during Operation and Maintenance period in terms of customer

satisfaction and scalability of the solution.

o Evaluating the project on a continuous basis.

o Conduct regular strategic meetings and issue Minutes of the Meetings (MoM)

Project Management Team Responsibility:

Page 320: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 320

Agency Role Responsibilities

Implementing Agency Third party

responsible for Design

& Implementation

Design the Technical solution

Procurement & Commissioning of

Hardware

Implement the solution

Publicize the project inside and outside

the State

Obtain clearances/ approvals from

appropriate authorities

Post implementation operations &

maintenance

Adhere to regulatory compliances

Project Monitoring

Committee

Oversee the

execution of project

Periodical review of the operations of the

project

Periodical review of performance

obligations of the project

To identify the risk and communicate to

STPI on time

To resolve disputes if any arises between

the parties

To provide feedback about the

performance of the Data centre Project

To provide necessary advice to the

Implementing agency to obviate day to

day operational issues and address their

grievances

Project Management

Unit

Project Management

& Monitoring

Conducting Survey

Propose the Plan

Executing the work

Monitoring

UAT

Post Implementation Monitoring & KPI

Page 321: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 321

compliances

Indicative Reporting Mechanism

Activity Daily Weekly Fortnightly Monthly Quarterly

Project

Review

Meetings

by STPI

√ √ √ √

Weekly

status

review

meetings

Daily team

review

meetings

SLA review

report

Issue

matrix

Risk matrix √

18.1 Testing and Commissioning

Testing Commissioning shall involve the completion of the Data Centre components.

Acceptance test procedure has to be submitted by the bidder and approved by STPI.

“Detailed test plan shall be defined by the bidder and mutually agreed with STPI. This shall

be submitted by SI before FAT activity to be carried out. Acceptance test procedures need

to be finalized between the SI and Project Management Committee before the FAT is

scheduled. Test needs to be carried out as per approved Acceptance Test Procedure (ATP).

If required, additional test(s) may be proposed by Tendering Authority and the same needs

to be carried out by bidder. Any tools and equipment required for carrying out test(s) has/

have to be arranged by the bidder at its own cost. FAT approving committee would be

constituted by Project Management Committee.” Commissioning shall involve the

completion of the following:

o Supply and installation of all required Non IT and IT components.

o Making the Data Centre available to STPI for carrying out live operations

o Getting the acceptance of the same from the STPI/ Tendering authority/ consultant.

18.2 Final Acceptance Testing

The final acceptance shall cover design, Supply and installation of data centre components.

After successful testing the STPI or third party monitoring agency will issue the Final

Page 322: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 322

Acceptance Test Certificate (FAT) .The date on which Final FAT certificate is issued shall be

deemed to be the date of successful commissioning of the STPI DC.

Prerequisite for Carrying out FAT activity:

o Detailed test plan shall be defined by the bidder and mutually agreed with STPI/

Consultant. This shall be submitted by SI before FAT activity to be carried out.

o All documentation related to STPI DC and relevant acceptance test document (including

IT Components, Non IT Components etc.) should be completed & submitted before the final

acceptance test to STPI.

o The training requirements as mentioned should be completed before the final acceptance

test.

o For both IT & Non-IT equipment’s/ software manuals/ brochures/ Data Sheets/ CD/ DVD/

media for all the STPI supplied components.

The FAT shall include the following:

Availability of all the defined services shall be verified.

The SI shall be required to demonstrate all the features/ facilities/ functionalities as

mentioned in the RFP.

The SI will arrange the test equipment required for performance verification. Successful

bidder will also provide documented test results.

SI has to provide the OEMs installation & configuration validation leading to the FAT as per

the best practices/ solution requirement prior to the commencement of FAT transformer, DG

set, UPS and safety and security equipment’s of their respective products.

At the time of FAT, warranties of all the products would be checked, warranty should be 1

year from the date of commissioning and SI is required to produce relevant documents.

18.3 Training

The SI shall conduct training after installation and commissioning has been completed.

Training will be provided for max 20 people for max 2 weeks. All the training material and

other associated expenses shall be borne by the SI. The training shall cover both IT and

Non-IT components.

Sl. No. Training Description

Non- IT Training

1 Data Centre Design

2 Overview of Non-IT Components

3 Electrical Distribution System

4 DG System & Operation

5 UPS System & Operation

6 PAC System & Operation

7 Security System & Operation

8 BMS System & Operation

9 Data centre structured Cabling Non Intelligence solution

10 All others remaining details of STPI DC

IT Training

Page 323: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 323

11 Overview of IT Components

12 Data Centre Network Design

13 Data Centre IT Architecture

14 L1 training for network equipment’s, Servers, Operating Systems,

Databases,

Security equipment’s

SLA

15 Overview of SLA Monitoring & Management

Do’s & Don’t

Note: The above table is just minimum indicative list, type of training to be provided,

however, it is required to furnish the training details along with the time period and each

types of training, the target audience for the respective training and the number of people

that should attend the training.

18.4 Documentation

Provide documentation, which follows the Information Technology Infrastructure Library

(ITIL) standards. This documentation should be submitted as the project undergoes various

stages of implementation.

Indicative list of documents include:

o Project plan in MS project giving out micro level activities with milestones,

dependencies and deadlines.

o Original manuals and CDs from OEMs and shop drawing for all installed DC

equipment’s with 3 copy to STPI.

o Training material will be provided which will include the presentations used for

trainings and also the required relevant documents for the topics

o The bidder shall be responsible for preparing process documentation related to the

operation and maintenance of each and every component of the STPI DC. The prepared

process document shall be formally signed off by the STPI before completion of final

acceptance test.

o The selected bidder shall be responsible for documenting configuration of all devices

and keeping back up of all configuration files, so as to enable quick recovery in case of

failure of devices.

o The selected bidder shall submit the following shop drawing,

o Electrical SLD

o Mechanical SLD

o Cable tray

o Lighting

o Fire Alarm System

o VESDA

o PA System

o Gas based Fire suppression system

o Water Leakage Detection System

o Rodent Repellent system

o Access Control System

o CCTV

o Integrated Building Management system

o Structured cabling

Page 324: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 324

o Coordinated drawing for all services

Page 325: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 325

19 HSE

HSE Team Responsibilities:

o Ensure all workers are knowledgeable and have access to the latest publications of

applicable laws and regulations, including:

o HSE rules and safe work standards;

o Operating and critical task procedures;

o Emergency response procedures; and

o Environmental protection requirements;

o Ensure worksites offer safe and healthy working conditions;

o Ensure property and equipment are maintained to Company and manufacturer

standards;

o Ensure site-specific safe work practices (e.g., start-up and shutdown practices) are

developed for each facility as required, and implement training of site employees and

contractors to ensure procedures are understood;

o Communicate HSE performance expectations, requirements and results to employees and

contractors;

o Reinforce program objectives, policies and regulatory requirements by insisting on

performance and behaviour that meet Company standards;

o Ensure compliance and incident reports are submitted as required;

o Ensure incidents are investigated and followed up with appropriate corrective actions;

o Identify training programs and opportunities as needed;

o Understand regulatory requirements;

o Understand and implement the corporate HSE Management System;

o Identify, eliminate or minimize hazards;

o Identify and correct unsafe work habits;

o Ensure workers are properly qualified and trained to perform their work, know what is

expected of them, and are prepared to deal with the hazards of their work and worksites;

o Monitor work to ensure contractors and their employees comply with corporate standards

and government legislation and regulation;

o Ensure personal protective equipment is available, properly used, maintained and

replaced as necessary;

o Monitor facilities for HSE performance, hazards and general housekeeping standards;

o Assist management in the continued development of HSE programs;

o Ensure required pre-job meetings and regular HSE meetings are held and recorded; and

o Review inspection and audit reports and respond to reported deficiencies.

Employees and workers will meet the following HSE responsibilities:

o Learn and abide by HSE standards and regulations that pertain to their work, and contact

a supervisor if there is any confusion over what is required;

o Take an active part in learning, developing and promoting HSE programs and goals;

o Refuse to perform work they are not qualified to do or when unsafe conditions exist;

o Attempt to correct unsafe or hazardous conditions. Where conditions cannot be

corrected, report the hazards to a supervisor;

o Immediately report all incidents to a supervisor;

o Keep written records of incidents;

o Maintain the appearance of Company facilities and promote good relations with local

officials and residents;

o Maintain and operate equipment in a manner that minimizes leaks, spills, emissions,

noise and other hazards;

Page 326: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 326

o Know the locations of emergency, personal protective and spill response equipment and

how to properly use it;

o Clean up and report spills as they occur; and Monitor activities of fellow employees and

workers, especially new or inexperienced workers, to ensure they do not place themselves

or others at risk.

Visitors

A visitor is anyone who will be on a worksite for a short period of time (e.g., less than a

day) and who must be accompanied at all times to ensure he or she is protected from the

hazards on the site. Visitors include government representatives, students, senior Company

employees and others. Visitors will meet the following HSE responsibilities:

o Refrain from entering Company property or worksites except when permission has been

granted by a Company supervisor, and only when accompanied by a Company

representative, unless otherwise approved; and

o Wear appropriate protective clothing and equipment in accordance with the standard

requirements for the area and work conditions.

List of Proposed Makes/Equivalent:

LIST OF PREFERRED MAKES

Civil & INTERIORS

1 RAISED FLOORING UNITILE / UNIFLAIR / MICROTAC

2 NITRILE RUBBER INSULATION ARMAFLEX / K- FLEX

3 FIRE DOOR SHAKTIMET / PACIFFIC

4 FURNITURE GODREJ / FEATHERLITE /METHODEX

5 CHAIRS GODREJ / FEATHERLITE/ METHODEX

6 FIRE STOP MATERIAL HILTI / 3M

7 FALSE CEILING UNIFLO, ARMSTRONG,INTER ARCH

ELECTRICAL

1 HT BREAKER SCHNIEDER/ABB/SIEMENS

2 TRANSFORMER ABB / SCHNIEDER /CG

3 ACB ABB / SCHNIEDER / SIEMENS

4 MPCB / MCCB ABB / SCHNIEDER / SIEMENS

5 MCB / ELCB LEGRAND / SCHNIEDER / ABB

6 MCB DB LEGRAND / SCHNIEDER / ABB

7 INSTRUMENT TRANSFORMER KAPPA / INSTRANS

8 OTHER PROTECTION RELAY MERLIN GERIN (SEPAM) / ABB/

SCHNIEDER

9 GENERATOR PROTECTION RELAY ABB / AVKSEGC / SCHNIEDER

10 AMF RELAYS WOODWARD / SIEMENS / ALAN

BRADLEY

11 CAPACITOR CONTROL RELAY BELUK / EPCIOS /

FRAKO/SCHNEIDER

12 PLC ALLEN BRADLEY / SIEMENS /

SCHNIEDER

13 CAPACITORS / DETUNED FILTERS DUCATI / EPCOS

Page 327: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 327

14 DIGITAL METER ABB / SCHNIEDER/SIEMENS

15 LED INDICATING LAMPS / PBS TECHNIC / SIEMENS

16 ANNUNCIATOR LOCAL APPROVED ENGINEER IN

CHARGE

17 MODULAR TYPE SOCKETS & SWITCHES CLIPSAL / CRABTREE / MK

18 INDUSTRIAL PLUG & SOCKET SCHNIEDER / LEGRAND / BALS (

NEPTUNE)

19 PVC - INSULATED COPPER WIRES FINOLEX / HAVELLS / POLYCAB /

LAPP

20 LT SINGLE CORE / MULTI CORE COPPER CA FINOLEX / HAVELLS / POLYCAB /

LAPP

21 HT CABLES CCI / HAVELLS / KEI

22 LT CABLES POLYCAB / HAVELLS / SKYTONE /

KEI/FINOLEX

23 CONTROL CABLES FINOLEX / HAVELLS / POLYCAB

24 END TERMINATION MATERIAL COMET / DOWELL ( DOUBLE

COMPRESSION)

25 HT CABLE TERMINATION KIT RAYCHEM / 3M M-SEAL

26 FRLS CONDUIT AKG / BEC / PRECISION / EQUAL

APPROVED

27 MS / GI CONDUIT AKG / BEC / PRECISION / EQUAL

APPROVED

28 HT PANEL BUILDER TRICOLITE / ADLEC/ JACKSON

29 LT PANEL BUILDER TRICOLITE / ADLEC/ JACKSON

30 SANDWICH BUS DUCT SCHIEDER / C&S

31 CABLETRAY PROFAB / INDIANA / STEELWAYS

32 LIGHT FIXTURES PHILIPS / CG/HAVELLS/GE

33 TVSS SCHNIEDER / ASCO / LEGRAND

34 ATS - ( UPTO 1000 AMPS ) ASCO / SOCOMAC / GE

37 MAINTENANCE FREE EARTH PITS ERICO / LIGHTNING PROTECTION

INTERNATIONAL

38 K - RATED ISOLATION TRANFORMER

BASED PDU'S

DELTA / EMERSON / APC /

TRICOLITE/ ADLEC / JAKSON

39 Diesel Generator set CUMMINS

(JAKSONS)/CATERPILLAR/PERKINS(

STERLING)

UPS

1 UPS EATON/SCHENEIDER/EMERSON

2 12 V BATTERY ROCKET/QUANTA/PANASONIC/EXID

E

3 BATTREY BREAKER ABB/SCHNEIDER/HAGER

4 Floor PDU SCHENEIDER/EMERSON

COOLING AND MECHANICAL

Page 328: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 328

1 PAC EMERSON/SCHNEIDER

2 CONTAINMENT EMERSON/SCHNEIDER

3 ROW BASED COOLING EMERSON/SCHNEIDER

LOW VOLTAGE SYSTEM

1 FIRE AALRM PANEL HONEYWELL/SIEMENS

2 ADDRESSABLE DETECTORS HONEYWELL/SIEMENS

3 MODULES/ MCP HONEYWELL/SIEMENS

4 TRANSPONDER/MODULES HONEYWELL/SIEMENS

5 RESPONSE INDICATOR HONEYWELL/SIEMENS

6 CABLE HONEYWELL/SIEMENS

7 CONDUIT HONEYWELL/SIEMENS

8 GAS SUPRESSION SYSTEM NOVEC 1230

9 Access Control Software HONEYWELL/SIEMENS/VIRDI

10 Cards & Tags HONEYWELL/SIEMENS/VIRDI

11 Door Controller HONEYWELL/SIEMENS/ VIRDI/CAME

12 Main Access Controller HONEYWELL/SIEMENS/VIRDI/CAME

13 Card Readers HONEYWELL/SIEMENS/VIRDI

14 Electromagnetic Locks HONEYWELL/SIEMENS/CAME

15 Monitored HONEYWELL/SIEMENS/VIRDI

16 CCTV Camera HONEYWELL/SCHNEIDER(PELCO)/CA

ME

17 NVR HONEYWELL/

SCHNEIDER(PELCO)/CAME

18 VMS HONEYWELL/SIEMENS/CAME

19 JOYSTICK HONEYWELL/

SCHNEIDER(PELCO)/CAME

20 WORKSTATION HP/DELL

21 WATER LEAK DETECTION PANEL HONEYWELL/SIEMENS

22 SENSORS & MODULES HONEYWELL/SIEMENS

23 RODENT PANEL HONEYWELL/SIEMENS

24 SENSORS & MODULES HONEYWELL/SIEMENS

25 PUBIC ADDRESSABLE SYSTEM HONEYWELL/SIEMENS

26 TURNSTILE CAME/ HONEYWELL/SIEMENS

27 SERVER DELL/CISCO/HP

BUILDING MANAGEMENT SYSTEM

1 STANDALONE DDCS HONEYWELL/SIEMENS/SCHNEIDER

Page 329: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 329

2 WEB BASED BMS SOFTWARE WITH UNLIM HONEYWELL/SIEMENS/SCHNEIDER

3 WEB BASED ROUTER / NETWORK AREA C HONEYWELL/SIEMENS/SCHNEIDER

4 IMMERSION TEMPERATURE SENSOR HONEYWELL/SIEMENS/SCHNEIDER

5 DUCT TEMPERATURE SENSOR HONEYWELL/SIEMENS/SCHNEIDER

6 OUTSIDE AIR TEMPERATURE SENSOR HONEYWELL/SIEMENS/SCHNEIDER

7 ROOM TEMPERATURE SENSOR HONEYWELL/SIEMENS/SCHNEIDER

8 DUCT HUMIDITY SENSOR HONEYWELL/SIEMENS/SCHNEIDER

9 ROOM HUMIDITY SENSOR HONEYWELL/SIEMENS/SCHNEIDER

10 FLOW METER HONEYWELL/SIEMENS/SCHNEIDER

11 DUCT STATIC PRESSURE SENSOR HONEYWELL/SIEMENS/SCHNEIDER

12 WATER LEVEL SWITCH HONEYWELL/SIEMENS/SCHNEIDER

13 DP SWITCH – WATER HONEYWELL/SIEMENS/SCHNEIDER

14 DP SWITCH – AIR HONEYWELL/SIEMENS/SCHNEIDER

15 CO2 SENSOR HONEYWELL/SIEMENS/SCHNEIDER

16 WATER FLOW SWITCH HONEYWELL/SIEMENS/SCHNEIDER

17 PRESSURE TRANSMITTER – WATER HONEYWELL/SIEMENS/SCHNEIDER

18 CURRENT RELAY HONEYWELL/SIEMENS/SCHNEIDER

19 VOLTAGE / CURRENT / POWER FACTOR TR HONEYWELL/SIEMENS/SCHNEIDER

20 FLAME PROOF LEVEL SWITCH / LEVEL TRA HONEYWELL/SIEMENS/SCHNEIDER

21 PH SENSOR / TDS SENSOR HONEYWELL/SIEMENS/SCHNEIDER

22 PERSONAL COMPUTER HP / DELL

23 COLOUR MONITOR DELL(ULTRA SHARP) / HP(PAVILION)

/ SAMSUNG(SYNC MASTER) / ASUS /

LG (FLATRON)

24 PRINTER HP / EPSON / CANON

25 COPPER CONDUCTOR CONTROL CABLE FINOLEX / SKYTONE / DELTON /

FUSION POLYMERS / POLYCAB /

EXCEL

26 COMMUNICATION CABLES / SIGNAL CABL FINOLEX / SKYTONE / DELTON /

FUSION POLYMERS / POLYCAB /

EXCEL

27 LAN CABLES FOR BMS NETWORK BELDEN / COMMSCOPE/SYSTIMAX

28 PVC Conduits BEC / AKG

NETWORK/SERVER Rack

1 IT 42 RU RACKS 600 X 1000 MM EMERSON/SCHNEIDER/NETRACK/RIT

TAL

2 IT 42 RU RACKS 800 X 1000 MM EMERSON/SCHNEIDER/NETRACK/RIT

TAL

3 IP PDU’S & POWER MANAGEMENT

SOFTWARE

EMERSON/SCHNEIDER/NETRACK/RIT

TAL

Page 330: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 330

FIRE FIGHTING

1 S.S. PIPES JINDAL (JSL) / PRIME GOLD

2 G.I. PIPES JINDAL HISSAR / SURYA

PRAKASH/TATA

3 GUN METAL VALVES (GATE, GLOBE) KIRLOSKAR / LEADER / ZOLOTO /

AIP

4 BUTTERFLY VALVES / WAFER TYPE NRV KIRLOSKAR / AUDCO / ZOLOTO /

AIP

5 SUCTION STRAINER LEADER / SANT.

6 SPRINKLER (UL LISTED) SPRAY SAFE / HD / IMPACT, TYCO

7 FIRE HYDRANT LANDING VALVES, FIRE

BRIGADE CONNECTION (ISI

MARKED)

MINIMAX / NEWAGE, SUPEREXOR

8 INSTALLATION VALVE (ISI MARKED) SPRAY SAFE / HD.

9 FIRE HOSE PIPES, FIRST AID HOSE REEL

(ISI MARKED)

MINIMAX / NEWAGE / CHHATARIYA,

SUPEREXOR

10 BRANCH PIPE, NOZZLE AND COUPLINGS MINIMAX / NEWAGE

11 FIRE EXTINGUISHERS SAFEX/NITIN/CEASEFIRE

12 PUMPS KIRLOSKAR / MATHER /CG

13 MOTORS KIRLOSKAR / SIEMENS

/CROMPTON/GE ELECTRIC

14 STARTERS AS PER ELECTRICAL

SPECIFICATIONS

15 SINGLE PHASING PREVENTOR / OVER

LOAD PROTECTION UNIT

AS PER ELECTRICAL

SPECIFICATIONS

16 PRESSURE SWITCH DANFOSS / SWIZER

17 PRESSURE GAUGE H. GURE / FIEBIG

18 RELAYS AS PER ELECTRICAL

SPECIFICATIONS

19 CONTACTOR AS PER ELECTRICAL

SPECIFICATIONS

20 CONTROL CABLE AS PER ELECTRICAL

SPECIFICATIONS

21 DIESEL ENGINE FOR FIRE FIGHTING CUMMINS, CATERPILLAR, MTU,

VOLVO

22 MOULDED CASE CIRCUIT BREAKERS AS PER ELECTRICAL

SPECIFICATIONS

23 FUSE DISCONNECTOR SWITCH / SWITCH

FUSE UNITS

AS PER ELECTRICAL

SPECIFICATIONS

24 HRC FUSES AS PER ELECTRICAL

SPECIFICATIONS

25 AMMETER, VOLTMETER AS PER ELECTRICAL

SPECIFICATIONS

Page 331: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 331

26 SELECTOR SWITCH, PUSH BUTTON

SWITCH / EMERGENCY SWITCH

AS PER ELECTRICAL

SPECIFICATIONS

27 1.1 KV LT CABLES (ISI MARKED) AS PER ELECTRICAL

SPECIFICATIONS

28 FIRE ALARM PANEL ESSAR, FIRE FINDER, GENTS,

SIMPLEX

29 FIRE SIGNAGE’S GLO-LITE

30 ELECTRICAL CONTROL PANEL AS PER ELECTRICAL

SPECIFICATIONS

31 MSPIPE TATA, JINDAL

ACTIVE COMPONENTS

1 ROUTERS CISCO/JUNIPER

SWITCHES CISCO/JUNIPER

BLADE SERVER DELL/HP/CISCO

NG FIREWALL PALOALTO/CHECKPOINT/CISCO

EMS CA/HP/IBM

DCIM SCHNEIDER/EMERSON

PASSIVE NETWORKING

1 ALL PASSIVE NETWORK COMPONENT BELDEN/SYSTIMAX/PANDUIT/COMM

SCOPE/

SIMON

Page 332: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 332

Acronyms Definitions

AMC Annual Maintenance Contract

AoA Article of Association

ACB Air Circuit Breaker

AT Acceptance Testing

BMS Building Management System

BoM Bill of Material

BOQ Bill of Quantity

Capex Capital Expenditure

CCTV Close Circuit Television

CCNA Cisco Certified Network Administrator

CCNP Cisco Certified Network Professionals

CISA Certified Information Systems Auditor

CISSP Certified Information Systems Security Professional

DHCP Dynamic Host Configuration Protocol

DNS Domain Name System

SI System Integrator

MEITY, GoI Ministry of Electronics and Information Technology

DR Disaster Recovery

EMS Enterprise Management Software

FAT Final Acceptance Testing

FTP File Transfer Protocol

GoI Government of India

GoO Government of Odisha

HLD High Level Design

HPC High Performance Computing

HVAC Heating Ventilation & Air Conditioning

IBMS Integrated Building Management System

IAAS Infrastructure as a Service

Page 333: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 333

INR Indian Rupee

ISO International Organization for Standards

ISP Internet Service Provider

IPS Intrusion Detection System

ITIL Information Technology Infrastructure Library

ITSM IT Service Management

LAN Local Area Network

LOI Letter of Intent

MCCB Molded Case Circuit Breaker

MPLS Multiprotocol Label Switching

MoU Memorandum of Understanding

NIPS Network Intrusion Prevention System

NMS Network Management Server

NOC Network Operations Centre

OEM Original Equipment Manufacturers

PAC Precision Air Conditioning

POI Point of Interconnect

PBG Performance Bank Guarantee

QOS Quality of Services

SAN Storage Area Network

STPI DC STPI Data Centre

SLA Service Level Agreement

SOC Security Operations Centre

SNMP Simple Network Management Protocol

SPOC Single Point of Contact

STPI Software Technology Parks of India

TCP Transmission Control Protocol

UPS Un-interrupted Power Supply

UTM Unified Threat Management

VESDA Very Early Smoke Detection Apparatus

Page 334: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 334

VRF Virtual Routing & Forwarding

VCB Vaccum Circuit Breaker

WAN Wide Area Network

WLD Water Leak Detection System

Page 335: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 335

Proforma and Schedules

Annexure 1: Proposal submission check-List

Bidder is advised to ensure that the following requirements have been complied in

their proposal.

1. Please provide details in the format given below:

2. Please follow guidelines for bidding given in the Tender.

3. The checklist duly filled and signed must be part of submitted proposal envelop.

GENERAL

1. Has the proposal document and required formats been submitted separately:

i. Envelop 1: Tender Fee, EMD, and Pre-Qualification Criteria

Tender Fee

Yes

Page No.

EMD

Yes

Page No.

Pre-Qualification Criteria

Yes

Page No.

Pre-Qualification Criteria Documents

Page 336: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 336

ii. Envelop 2: Technical Proposal

Yes

Page No.

Sl.

No.

Document Yes

Page No.

1 Certificate of Incorporation

2 Service Tax Registration Certificate.

3 VAT registration

4 Extracts from the audited Balance sheet and Profit &

Loss; OR Certificate from the statutory Auditor for

turnover.

5 PF Extract / Muster Roll

6 Certificate from Statutory Auditor for solvency

7 Work Order / or LOI & Copy of Contract / or Client

Reference Letter / or Project Completion Certificate.

8 Proposal submission check-List

9 Declaration regarding acceptance of Terms &

Conditions of RFP

10 Declaration regarding clean track record

11 Company Profile

12 Format for providing organization experience

13 Authorization letter from Original Equipment

Manufacturer (OEM)

14 Commitment letter of support from Original

Equipment Manufacturer (OEM)

15 Power of Attorney

Page 337: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 337

Desirable Qualifications

iii. envelope 3: Financial Proposal

Yes

Page No.

2. Have corrections if any, been attested by the authorized person?

Yes

Page No.

Sl. No. Document Yes

Page No.

1 Company Profile

2 Format for providing CV for each

suggested member

3 Format for providing organization

experience

4 Detailed timeline and work Plan

5 Resource deployment plan

6 Format for Bill of Material

7 Format for Bill of Quantity

8 Technical specification compliance

Sl. No. Document Yes

No

1 Copy of the valid electrical license of

the Company from Government of

Odisha

2 Copy of ATD Certificate

3 Copy of Service Tax / VAT Registration /

Registration under Odisha Shop

&Establishment Certificate of OEM along

with Address Proof

Page 338: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 338

3. Have the rates, prices, totals, amount, been checked thoroughly?

Yes

No

4. Has it been ensured that no price/amount of any Item(s) is mentioned in the Technical

proposal?

Yes

No

5. Does the bidder comply with the proposal validity of 180 days

Yes

No

Yours sincerely,

(Signature of the Bidder)

Name:

Signature:

Designation:

Business address:

Place:

Date:

Seal

Page 339: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 339

Annexure 2: Declaration regarding acceptance of Terms & Conditions

of RFP

FORM–A

DECLARATIONREGARDINGACCEPTANCEOFTERMS&CONDITIONSCONTAINEDINTHER

FP DOCUMENT

To

The Director

Software Technology Parks of India

Bhubaneswar

Sir,

I have carefully gone through the Terms & Conditions contained in the Tender Document

[xxxxxxxxxxxxxxxx] regarding RFP for Selection of SI for Design, Build and O&M of Uptime

Certified Tier-III Data Centre at STPI-Bhubaneswar.

I declare that all the provisions of this Tender Document are acceptable to my Company.I

certify that I am an authorized signatory of my company and am, therefore, competent to

make this declaration. I further certify that, interpretation made by STPI technical

committee is the final and binding on me.

Yours truly,

Name:

Designation:

Company:

Address:

Page 340: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 340

Annexure 3: Declaration regarding clean track record

FORM ‘B’

DECLARATIONREGARDINGCLEANTRACKRECORD

To

The Director

Software Technology Parks of India

Bhubaneswar

Sir,

I have carefully gone through the Terms & Conditions contained in the Tender Document

[xxxxxxxxxxxxxxxxx] regarding RFP for Selection of SI for Design, Build and O&M of Uptime

Certified Tier III Data Centre at STPI-Bhubaneswar. I hereby declare that my company has

not been debarred / blacklisted by any Government/Semi-Government organizations. I

further certify that I am / competent authority in my company has authorized me to make

this declaration.

Yours truly,

Name:

Designation:

Company:

Address:

Page 341: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 341

Annexure 4: Earnest Money Deposit – Forwarding Letter

From (Name & complete address of the bidder)

_________________________________

_________________________________

_________________________________

_________________________________

To,

The Director,

Software Technology Parks of India,

C-Ground Zero, Fortune Towers,

C.S. Pur,

Bhubaneswar – 751023, Odisha,

India

Dear Sir/Madam,

Subject: EMD for “RFP for Selection of SI for Design, Build and O&M of Uptime

Certified Tier-III Data Centre at STPI-Bhubaneswar”

Reference: Tender number __________________Dated_____________________.

We, M/s__________________________________, having carefully read and examined in

detail the RFP document for “Selection of SI for Design, Build and O&M of Uptime Certified

Tier-III Data Centre at STPI-Bhubaneswar”, published by Software Technology Parks of

India hereby submit EMD of Rs.50, 00,000/- (Rupees Fifty Lakh Only) in the form of Bank

Guarantee. The details are as under:

a. Name of Issuing Bank:

b. Bank Guarantee number

c. Amount

d. Dated

We M/s __________________ have read and understood the clauses of RFP document

Page 342: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 342

towards forfeiture of EMD.

Thanking you,

Yours sincerely,

(Signature of the Bidder)

Name:

Signature:

Designation:

Date:

Place:

Page 343: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 343

Annexure 5: Bank Guarantee Format for furnishing Earnest Money

Deposit

Whereas _______________ (hereinafter called the “tenderer”) has submitted their offer

dated______________ for the supply of _______________ hereinafter called the “tender”)

against the purchaser’s tender enquiry No. ______________

KNOW ALL MEN by these presents that WE ______________ of __________________

having our registered office at _______________ are bound unto ___________________

(hereinafter called the “Purchaser) in the sum of ______________ for which payment will

and truly to be made to the said Purchaser, the Bank binds itself, its successors and assigns

by these presents.

Sealed with the Common Seal of the said Bank this _____________________ day of

________________, 2016.

THE CONDITIONS OF THIS OBLIGATION ARE:

(1) If the tenderer withdraws or amends, impairs or derogates from the tender in any

respect within the period of validity of this tender.

(2) If the tenderer having been notified of the acceptance of his tender by the purchaser

during the period of its validity:-

a. If the tenderer fails to furnish the Performance Security for the due performance of the

contract.

b. Fails or refuses to accept/execute the contract.

WE undertake to pay the Purchaser up to the above amount upon receipt of its first written

demand, without the Purchaser having to substantiate its demand, provided that in its

demand the Purchaser will note that the amount claimed by it is due to it owing to the

occurrence of one or both the two conditions, specifying the occurred condition or

conditions.

This guarantee will remain in force up to and including 180 days from the last date of

Tender submission date/ tender validity date and any demand in respect thereof should

reach the Bank not later than the above date.

Page 344: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 344

_______________________________________

(Signature of the authorized officer of the Bank)

_______________________________________

Name and designation of the officer

_______________________________________

Seal, name & address of the Bank and address of the Branch

Page 345: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 345

Annexure 6: Company Profile

Sr. No. Information Details

1 Name of responding bidder

2 Address of responding bidder

Page 346: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 346

Annexure 7: Format for providing CV for each suggested member

Curriculum Vitae of Staff

[Use the format given below for each individual to be deployed for this Project]

The bidder shall provide the summary table of details of the manpower that will be deployed

on this project during the implementation

3

Name, Designation and Address of the contact person

to whom all references shall be made regarding this

RFP:

4 Telephone number of contact person:

5 Mobile number of contact person:

6 Fax number of contact person:

7 E-mail address of contact person:

8 Status of Firm/ Company (Public Ltd., Pvt. Ltd., etc.)

9

Active ISO/ SEI CMMI Level status ( Enclosed

Certificate)

10

Office and a support centre details in Bhubaneswar

(Enclosed Self Certification)

Page 347: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 347

Sl. No. Type of

Resource

No. of

Resources

Key

Responsibilities

Highest Academic

Qualifications and

Certifications

(e.g. CCNA/ITIL)

Years of

Relevant

Experien

ce

1 Project

Manager

2 Team

Leader

3 Electrical

Engineer

4 ---

5 ---

6 Others

Sl.

No. Particulars Details

Supporting

document

1. Name

2. Age

3. Key resource / Non Key resource

4. Specify role to be played by him/her

5. Current job title

6.

Total experience and relevant experience (in

years)

7.

Number of years with the organization and

date of joining the firm

Page 348: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 348

8. Current job responsibilities

9.

Summary of Professional / Domain

Experience

10 Educational Background*

Attach certificate of

highest qualification

11 Training/Certifications

Attach relevant

certificates

11 Membership of Professional Associations

12. Employment Record**

13.

Details of similar project handled & the role

assigned

14. Detailed tasks Proposed to be assigned

Work already undertaken that best

illustrates capability to handle the tasks

assigned***

15. Signature of the representative

I hereby declare that the above mentioned resource would be available during the project

phase of this RFP.

*Indicate college/university and specialized education of the staff member

**Starting with present position, list in reverse order every employment held by the staff

member since graduation

***Among the assignments in which the staff has been involved, indicate brief details of the

project in which this responsibility was assigned (including nature and duration of duty)

Yours sincerely,

Page 349: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 349

(Signature of the Bidder)

Name:

Signature:

Designation:

Place:

Date:

Page 350: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 350

Annexure 8: Format for providing organization experience

Sl.

No

.

Name of

organizatio

n

Activities

performed

in this

engagemen

t

Valu

e

(in

INR)

Date

of

Awar

d

Date of

Start of

work and

Date of

Completio

n of work

Curren

t

Status

Supportin

g

Document

s provided

Can the

client be

contacted

? If Yes,

please

provide

name and

contact

details

(Phone &

E-mail ID)

1.

2.

3.

4.

5.

6.

7.

I hereby acknowledge that the details provided above are true to best of my knowledge

Yours sincerely,

(Signature of the Bidder)

Name:

Signature:

Designation:

Place:

Date:

Annexure 9: Detailed timeline and work Plan

Page 351: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 351

The bidder is supposed to specify a detailed work plan for all activities that will be carried

out either during project phase or operations & maintenance phase

S.No. Activity Staff input(in the form of a bar chart) Total

Months

1 2 3 4 5 6 7 8 9 10 11 12 …… N

1.

2.

3.

.

.

N

Sub-Total

Total

*Indicate all main activities of the assignment, including delivery of reports (e.g. inception, interim and final

reports) and other benchmarks such as Client approvals. For phased assignments indicate activities, delivery

of reports / deliverables, and benchmarks separately for each phase. Duration of activities shall be indicated in

the form of a bar chart.

Thanking you,

Yours sincerely,

(Signature of the Bidder)

Name:

Signature:

Designation:

Place:

Date:

Page 352: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 352

Annexure 10: Resource deployment plan

The bidder is supposed to specify a detailed resource deployment plan for all key and non-

key resources they have identified to be deployed for the project phase and operations &

maintenance phase

S.No. Name of

resource*

Staff inputs in months**(in the form of a bar chart) Total man

moths

proposed 1 2 3 4 5 6 7 8 9 10 11 12 …… N

1.

2.

3.

.

.

N

Sub-Total

Total

* For Professional Staff the input should be indicated individually; for support staff

should be indicated by category

** Weeks are counted from the start of the assignment.

Thanking you,

Yours sincerely,

(Signature of the Bidder)

Name:

Signature:

Designation:

Place:

Date:

Page 353: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 353

Annexure 11: Authorization letter from Original Equipment

Manufacturer (OEM)

(To be provided in original as part of Pre-qualification criteria on letter head signed by the

authorized representative of OEM in favour of ‘bidder’ for the tender)

To,

The Director,

Software Technology Parks of India,

C-Ground Zero, Fortune Towers, C.S. Pur,

Bhubaneswar – 751023, Odisha, India

Ref.: Tender No.

We, <OEM/ Manufacturer name> manufacturer, having our registered office at

<OEM/Manufacturer address>, are an established and reputed manufacturer of <name of

product>.

We................................................... [Manufacturer] hereby certify that M/s......

[Tenderer] is an authorized............... [Relationship] of.......... [Manufacturer] and they are

authorized to represent.............. [Manufacturer] in submitting their proposal for.........

[Product& services] and conclude the contract with you.

We confirm that <Bidder Name> having its registered office at <Bidder Address> is our

authorized partner/distributor cum service provider for supplying the <name of equipment>

as per the tender requirements. We authorize them solely to quote equipment in the above

mentioned tender having our equipment. Our full support is extended to him in all respects

for supply, warranty and maintenance of our products till the product end of life. We also

ensure to provide the comprehensive warranty service support for the supplied equipment

for a period of extended FIVE years from date of completion of the Acceptance Test of the

equipment.

We undertake that the quote equipment’s of latest manufacture conforming to the current

production standard and the equipment shall not reach end of support for the period of at

least Five (5) years beyond the extended warranty period of five years.

Page 354: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 354

We....... [Manufacturer] are confident of M/s [bidder's] ability to represent us and provide

full support in making your project successful.

We also undertake that in case of default in execution of this tender by the <Bidder Name>,

the <OEM/Company Name> will take all necessary steps for successful execution of

services & support as per the terms and conditions of the RFP.

We.............. [Manufacturer] have authorized .............................. to quote for this tender.

Thanking you,

Yours sincerely,

Name:

Signature:

Designation:

Place:

Date:

Page 355: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 355

Annexure 12: Commitment letter of support from Original Equipment

Manufacturer (OEM)

(To be provided in original as part of Technical Bid on letter head signed by the authorized

representative of OEM in favour of ‘bidder’ for the tender)

To,

The Director,

Software Technology Parks of India,

C-Ground Zero, Fortune Towers, C.S. Pur,

Bhubaneswar – 751023, Odisha, India

Ref.: Tender No.

I / We ................................................... hereby commit & confirm the following:

a) We, <OEM/ Manufacturer name> manufacturer, having our registered office at

<OEM/Manufacturer address>, are an established and reputed manufacturer of <name of

product>equipment.

b) The duration of the service support will be for a period of ten (10) years from the date of

supply of equipment.

c) The service support will be provided onsite and will not be charged extra.

d) The service support will be comprehensive hence no extra charge is to be paid for any

Hardware failure.

e) We are authorized to quote equipment in the above mentioned tender having our

equipment. We undertake to supply, install & provide warranty and maintenance services of

our products. We also ensure to provide the comprehensive warranty service support for the

supplied equipment for a period of extended TEN (10) years from date of completion of the

Acceptance Test of the equipment. We also undertake that the quote equipment of latest

manufacture conforming to the current production standard and the equipment shall not

reach end of support for the period of at least FIVE (5) years beyond the extended warranty

period of five years irrespective of the System Integrator selected by STPI.

Page 356: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 356

f) We also undertake to take all necessary steps for successful execution of services &

support as per the terms and conditions of the RFP.

Thanking you,

Yours sincerely,

Name:

Signature:

Designation:

Place:

Date:

Page 357: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 357

Annexure 13: Software manufacturer authorization and support form

(To be provided in original as part of the Technical Bid on letter head signed by the

authorized representative of OEM in favour of ‘bidder’ for the tender)

To,

The Director,

Software Technology Parks of India,

C-Ground Zero, Fortune Towers, C.S. Pur,

Bhubaneswar – 751023, Odisha, India

Ref.: Tender No.

Dear Sir,

This is with reference to the above Tender & requirements therein, we authorize

________________ to offer their prices for our products as listed below –

1. Product / Component

a)

b)

2. Product / Component

a)

b)

We __________________ would be responsible for support of providing updates, patches,

security updates, and bug fixes for the entire period of contract for all the locations for the

above products as required in the Tender. Confirm that the products meet the technical &

functional requirements & Products quoted are latest version / specification and not the end

of life. We also assure you that we _________________ indemnifies STPI against all third

party claims of infringement of patents, trademarks arising from the use of the above

software for the entire period of contract.

Page 358: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 358

SIGNATURE OF AUTHORISED PERSON Date:

FULL NAME OF SIGNATORY Place:

DESIGNATION AND SEAL OF SIGNATORY

COUNTER SIGNATURE & SEAL OF BIDDER Date:

DESIGNATION

Page 359: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 359

Annexure 14: Format for Bill of Material

S. No. Item Name OEM Model Equipment Rating

Thanking you,

Yours sincerely,

(Signature of the Bidder)

Name:

Signature:

Designation:

Place:

Date:

Page 360: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 360

Annexure 15: Format for Bill of Quantity

S.No.* Item Name Unit Quantity

1.

2.

3.

--

* The serial number mentioned for each item in the bill of material should match the

serial number for the same item in the Bill of Quantity format.

Thanking you,

Yours sincerely,

(Signature of the Bidder)

Name:

Signature:

Designation:

Place:

Date:

Page 361: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 361

Annexure 16: Proforma for Bank Guarantee (PBG) towards

performance security

Ref. No._____________________________ Bank Guarantee No _____________

Dated______________

To,

The Director,

Software Technology Parks of India,

C-Ground Zero, Fortune Towers, C.S. Pur,

Bhubaneswar – 751023, Odisha, India

Dear Sir,

In consideration of Software Technology Parks of India, having its office at C-Ground Zero,

Fortune Towers, C.S. Pur, Bhubaneswar – 751023, Odisha, India (hereinafter referred to as

‘STPI’, which expression shall, unless repugnant to the context or meaning thereof, include all

its successors, administrators, executors and assignees) after receipt of the Letter of Intent

(LOI) dated _______________ with M/s __________________________ having it’s

registered / head office at _____________________________________________________

(hereinafter referred to as the SYSTEMS INTEGRATOR) which expression shall, unless

repugnant to the context or meaning thereof include all its successors, administrators,

executors and assignees) and STPI having agreed that the SYSTEM INTEGRATOR shall furnish

to STPI a performance guarantee for 10% of the Total Project Cost for the faithful performance

of the entire CONTRACT.

We (name of the bank) ______________________________ registered under the laws of

_______ having head / registered office at __________________________ (hereinafter

referred to as "the Bank", which expression shall, unless repugnant to the context or meaning

thereof, include all its successors, administrators, executors and permitted assignees) do

hereby guarantee and undertake to pay immediately on first demand in writing any / all

moneys to the extent of 10% of the Total Project Cost without any demur, reservation, contest

or protest and / or without any reference to the SYSTEMS INTEGRATOR. Any such demand

made by STPI on the Bank by serving a written notice shall be conclusive and binding, without

Page 362: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 362

any proof, on the bank as regards the amount due and payable, notwithstanding any

dispute(s) pending before any Court, Tribunal, Arbitrator or any other authority and / or any

other matter or thing whatsoever, as liability under these presents being absolute and

unequivocal. We agree that the guarantee herein contained shall be irrevocable and shall

continue to be enforceable until it is discharged by STPI in writing. This guarantee shall not be

determined, discharged or affected by the liquidation, winding up, dissolution or insolvency of

the SYSTEM INTEGRATOR and shall remain valid, binding and operative against the bank.

The Bank also agrees that STPI at its option shall be entitled to enforce this Guarantee against

the Bank as a principal debtor, in the first instance, without proceeding against the SYSTEM

INTEGRATOR and notwithstanding any security or other guarantee that STPI may have in

relation to the SYSTEMS INTEGRATOR’s liabilities.

The Bank further agrees that STPI shall have the fullest liberty without our consented without

affecting in any manner our obligations hereunder to vary any of the terms and conditions of

the said CONTRACT or to extend time of performance by the said SYSTEMS INTEGRATOR(s)

from time to time or to postpone for any time or from time to time exercise of any of the

powers vested in STPI against the said SYSTEMS INTEGRATOR(s) and to forbear or enforce

any of the terms and conditions relating to the said agreement and we shall not be relieved

from our liability by reason of any such variation, or extension being granted to the said

SYSTEMS INTEGRATOR(s) or for any forbearance, act or omission on the part of STPI or any

indulgence by STPI to the said SYSTEMS INTEGRATOR(s) or any such matter or thing

whatsoever which under the law relating to sureties would, but for this provision, have effect

of so relieving us.

The Bank further agrees that the Guarantee herein contained shall remain in full force during

the period that is taken for the performance of the CONTRACT and all dues of STPI under or by

virtue of this CONTRACT have been fully paid and its claim satisfied or discharged or till STPI

discharges this guarantee in writing, whichever is earlier.

This Guarantee shall not be discharged by any change in our constitution, in the constitution of

STPI or that of the SYSTEMS INTEGRATOR.

The Bank confirms that this guarantee has been issued with observance of appropriate laws of

the country of issue.

Page 363: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 363

The Bank also agrees that this guarantee shall be governed and construed in accordance with

Indian Laws and subject to the exclusive jurisdiction of Indian Courts of ODISHA.

Notwithstanding anything contained herein above, our liability under this Guarantee is limited

to Indian Rs. (in figures) ______________ (Indian Rupees (in words)

____________________) and our guarantee shall remain in force until

______________________ (indicate STPI date of expiry of bank guarantee). Any claim under

this Guarantee must be received by us before the expiry of this Bank Guarantee. If no such

claim has been received by us by the said date, the rights of STPI under this Guarantee will

cease. However, if such a claim has been received by us within the said date, all the rights of

STPI under this Guarantee shall be valid and shall not cease until we have satisfied that claim.

In witness whereof, the Bank through its authorized officer has set its hand and stamp on this

_________ Day of _______________ 2016 at ________________

Page 364: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 364

Annexure 17: Format of Commercial Proposal Document

Format for reporting commercials and mandatory letters that needs to be part of the

commercial proposal document. Breakdown of cost mentioned, cost of each component,

operating cost, employee cost, cost of operations and management, any other cost which

the bidder feels.

To,

The Director,

Software Technology Parks of India,

C-Ground Zero, Fortune Towers, C.S. Pur,

Bhubaneswar – 751023, Odisha, India

Dear Sir,

Subject: Request for proposal for “Selection of SI for Design, Build and O&M of Uptime

Certified Tier-III Data Centre at STPI-Bhubaneswar”.

Reference: Tender No: <TENDER REFERENCE NUMBER>Dated <DD/MM/YYYY>

We, the undersigned Bidder, having read and examined in detail the tender documents for

“RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre

at STPI-Bhubaneswar”. I / wedo hereby propose to provide services as specified in the

Tender documents number <TENDER REFERENCE NUMBER> Dated <DD/MM/YYYY>

1. PRICE PROPOSAL AND VALIDITY

All the prices mentioned in our Tender are in accordance with the terms as specified in the

Tender documents. All the prices and other terms and conditions of this Tender are valid for

a period of 180 days as desired in the tender

We hereby confirm that our Tender prices include all taxes. However, all the taxes are

quoted separately under relevant sections.

We have studied the clause relating to Indian Income Tax and hereby declare that if any

income tax, surcharge on Income Tax, Professional and any other corporate Tax in

altercated under the law, we shall pay the same.

2. UNIT RATES

We have indicated in the relevant schedules enclosed the unit rates for the purpose of on

account of payment as well as for price adjustment in case of any increase to / decrease

from the scope of work under the contract.

Page 365: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 365

3. DEVIATIONS

We declare that all the services shall be performed strictly in accordance with the Tender

documents except for the variations and deviations, all of which have been detailed out

exhaustively in the following statement, irrespective of whatever has been stated to the

contrary anywhere else in our proposal. Further we agree that additional conditions, if any,

found in the Tender documents, other than those stated in deviation schedule, shall not be

given effect to.

4. TENDER PRICING

We further confirm that the prices stated in our proposal are in accordance with your

Instruction to Bidders included in Tender documents.

5. QUALIFYING DATA

We confirm having submitted the information as required by you in your Instruction to

Bidders. In case you require any other further information/documentary proof in this regard

before evaluation of our Tender, we agree to furnish the same in time to your satisfaction.

6. PROPOSAL PRICE

We declare that our Proposal Price is for the entire scope of the work as specified in the

Schedule of Requirements and Tender documents.

7. PERFORMANCE BANK GUARANTEE BOND

We hereby declare that in case the contract is awarded to us, we shall submit the PBG bond

in the form prescribed in Performa of Bank Guarantee towards PBG and as per General

Conditions of Contract. We hereby declare that our Tender is made in good faith, without

collusion or fraud and the information contained in the Tender is true and correct to the best

of our knowledge and belief. We understand that our Tender is binding on us and that you

are not bound to accept a Tender you receive.

Page 366: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 366

We confirm that no Technical deviations are attached here with this commercial offer.

Thanking you,

Yours sincerely,

(Signature of the Bidder)

Name:

Signature:

Designation:

Place:

Date:

Page 367: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

Annexure 18-Format for Financial Quotations

FORMAT-18A (PHASE-I)

Sr. No. Description Unit Qty. Unit Cost In RS

Total cost (Without Tax) in Rs. (A) Type of

Tax Percentage Of tax

Total Tax Amount in Rs. ( B)

Total Cost in Rs. ( Inclusive of Tax) (A+B)

1 Electrical System

1A 11 KV substation

11 KV HT panel add on breaker Compartment with VCB which is suitable for existing Panel

No's 1

11KV HT PSS (HT breaker, transformer, LT breaker) , Foundation, Fencing etc.

Set 2

11KV HT Cables & Termination Lot 1

1B 415V Bus duct

S & I 3200A 4P Alu. bus duct from Transformer-1&2 to DC LT panel-1&2

Lot 1

S & I 3200A 4P Alu. bus duct from DG- 1&2 to DC LT panel-1&2

Lot 1

S & I 1000A 4P Cu bus duct from UPS o/p panel-1A&1B at

basement to UPS o/p panel-2A&2B at 2nd floor Lot 1

S & I 1000A 4P Al bus duct from DC LT panel-1&2 to APFC panel-1&2

Lot 1

S & I MS structure and necessary supports for above outdoor and indoor type BBT as per layout.

Lot 1

1C S & I 415V L.T. Switch boards

415V MAIN LT PANEL-1 & 2 as per SLD Nos. 2

Page 368: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 368

APFCR PANEL - 1&2, 550 KVAR Nos. 2

RP PANEL- 1A & 1B Nos. 2

UTILITY PANEL Nos. 1

PAC PANEL-1A & 1B Nos. 2

PAC PANEL-2A & 2B Nos. 2

UPS O/P PANEL-1A & 1B (BASEMENT) Nos. 2

UPS O/P PANEL-2A & 2B (BASEMENT) Nos. 2

Server room-1 PDU Nos. 2

Server room-2 PDU Nos. 2

Server room-3 PDU Nos. 2

100A TPN Auto transfer switch for PAC units Nos. 12

40A TPN Auto transfer switch for PAC units Nos. 11

Distribution Boards for raw power and lighting Lot 1

1D S & I LT Cables & Terminations

Supply, laying, testing & commissioning of 1.1KV grade XLPE Cable, Aluminium / Copper Conductor armoured power cables on trays, ceilings, walls trenches, ground etc., with necessary clamps, cable ties, fasteners, identification tags, cable marking as required. Cost of sand, bricks, excavation should not be included in the rate quoted & measured separately.

Lot 1

1E S & I Hume Pipe.

Supply and laying of pipes in wall / floor / in ground including chipping / excavation laying and making good the surface as required, with all accessories like collars and bends and nipples required. Pipe shall be laid at a depth of 900 mm below ground level or under paved areas/under floor with including all civil engineering works as required.

Lot 1

1F S & I LED Lighting & Power Wiring

All wires used through the project shall be PVC insulated copper conductors FRLS type. All conduits in substation area shall be of PVC all switches shall be of modular type.

Lot 1

1G Light Fittings

Supply, testing & commissioning of following LED Light fittings with necessary lamps, mounting arrangements, brackets, GI down rods of required height, ball & sockets, GI chains, fasteners etc., complete as required.

Lot 1

Page 369: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 369

Motion Sensor & Necessary accessories as per site requirement

Lot 1

1H Cable Trays & M.S. Supports

Supply & installation of Pre-fabricated Hot -dip galvanised ladder type cable tray system made of 2mm thick sheet steel folded with two longitudinal side rails connected by rungs at regular intervals with necessary Tee's, Vertical/ Horizontal Bends, expansion anchor fasteners, coupler plates, coupling fasteners etc., (Tray shall be measured along the central axis of the cable tray).

Lot 1

Supply & installation of Pre-fabricated Hot -dip galvanised Perforated cable tray system made of 2mm thick sheet steel folded with two longitudinal side rails connected by rungs at regular intervals with necessary Tee's, Vertical/ Horizontal Bends, expansion anchor fasteners, coupler plates, coupling fasteners etc., (Tray shall be measured along the central axis of the cable tray).

Lot 1

Supply, fabrication& installation of MS channels / angles, flat sections for cable trays, tray supports, Panel / DB mounting frames, insert plates, Bus duct supports etc., as directed at site. All fabricated items shall be painted with 2coats of black enamel paint over a coat of approved paint.

Lot 1

Supply, fabrication, installation of chequered plates of 8mm thick for closing & sealing of cable trench, rising main shaft. Quoted rate shall include painting with 2coats of black enamel paint over a coat of approval

Lot 1

Supply & fixing of 600mm wide basket type cable tray for data cabling

Lot 1

1I Grounding System

Page 370: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 370

Supply, installation, testing & commissioning of copper plate earth electrode of size 600x600x3mm with 2runs 40x6mm copper flats raisers up to top termination & 50x12mm 300mm length connection plate, (50mm Dia GI Pipe), watering pipe with funnel, inspection/connection chambered., The bottom plate shall be buried vertically in such a way that it's top surface is at 3mtr. Below the ground level, filled with alternate layers of salt, charcoal, bentonite powder, etc., construction of masonry chamber, providing heavy duty cast iron slab of size 450x450mm minimum, painting & making etc., as per the technical specification.

Lot 1

Supply, installation, testing & commissioning of compound filled safe earth electrode of size 3000 depth & 100mm Dia CI Pipe in ground as per IS with necessary connecting clamps, watering arrangement & fasteners etc. The pit shall be filled with alternate layers of salt & charcoal. The rates shall include excavation of the pit, construction of masonry chamber, providing heavy duty concrete cast slab , painting & making etc.,

Lot 1

Safety Accessories Lot 1

1J UPS System

600 KW UPS ( N+ N Configuration) Modular & scalable UPS with 10 minutes battery back-up in N +N configuration, Power modules and STS modules should be Hot swappable. Per cabinet module should be min. 200 KVA/KW

Lot 1

To supply, installation, testing and commissioning of the 20 KVA UPS with 20 minutes battery back uptime at full load capacity

1K DG System

Supply of DG set , Acoustic Enclosure, AMF Panel Sets 2

Page 371: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 371

Prime rated 2250 kVA, 1500 RPM DG sets coupled to 2250 KVA, 415 V, 3 ph., 50 Hz, 0.8 pf Stamford alternator & other standard accessories like Residential silencer, 990L day fuel tank, batteries with leads Radiator cooled DG set. (Each DG should be able to deliver Minimum 1290kW power continuously without any interruption 24 x 7 x 365 days @ 50 DEG. Certificate/ letter to be submitted by the authorised signatory of the engine manufacturer stating the continuous rating of 1290kW DG power as per attached

format)

with exhaust structure, fuel piping and other accessories

2 X HSD tank, each should have 36 hours diesel storage. Each HSD tank should have separate flow meter and separate diesel pump.

From HSD tank to DG diesel pipeline with require protection. Diesel pipeline should interconnect near DG set

DG and Diesel Storage liaison

2 HVAC System

2A Outdoor Unit at 6th Floor

Server Room 1 - 26TR DX based precision AC units Sets 4

Server Room 2 - 17TR DX based precision AC units Sets 4

Server Room 3 - 10TR DX based precision AC units Sets 4

Network Room 1 - 4TR DX based precision AC units Sets 2

Network Room 2 - 4TR DX based precision AC units Sets 2

POI Room 1 - 3TR DX based precision AC units Sets 2

POI Room 2 - 3TR DX based precision AC units Sets 2

Power Room 1 (basement ) - 15TR DX based precision AC units

Sets 2

Power Room 2 (basement ) - 15TR DX based precision AC units

Sets 2

Battery Room 1 - 3TR DX based precision AC units Sets 2

Battery Room 2 - 3TR DX based precision AC units Sets 2

Power Room 1 (2nd floor ) - 4TR DX based precision AC units

Sets 2

Page 372: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 372

Power Room 2 (2nd floor ) - 4TR DX based precision AC units

Sets 2

Cassette Air Condition for DC manager room, meeting room, DC support area, BMS room & staging room. Each Room should have two indoor Units.

Lot 1

Low side work - installation of all above PAC and cassette Air Condition

Cold Aisle Containment - Server room 3 Lot 1

Cold Aisle Containment - Server room 1 & 2 Lot 1

3 Safety and Security

Addressable Fire Detection & Alarm system Lot 1

Public Address System Lot 1

IP CCTV ,NVR Complete solution with PC and necessary software( Camera quantity - 52 No's)

Lot 1

Access Control System - Integrated Platform Lot 1

Rodent Repellent system Lot 1

Water Leak Detection system Lot 1

NOVEC-1230 System Lot 1

VESDA Lot 1

Portable Fire Extinguishers(clean agent 5 Kg minimum) No's 20

Portable Fire Extinguisher ( Foam type 50 Kg Minimum) No's 4

Sand Bucket No's 8

4 Monitoring System

Integrated Building Management System( Software and controller)

Lot 1

Temperature and Humidity Sensor No's 30

Flow Meter No's 2

Float Sensor No's 5

Safety and Security equipment Integrate with Building management system with necessary accessories

Lot 1

Mod Bus Controller Lot 1

TCP/IP controller Lot 1

Others Lot 1

Data Centre Infrastructure Management ( full Solution)& required software, hardware & license and PC

Lot 1

Page 373: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 373

5 Civil Interiors

Dismantling of existing wall in basement and other minor dismantling works if any

Lot 1

Providing and constructing 200mm thick Light Weight Concrete Block Masonry (Spore or equivalent make) in proper line and level, at all levels in cement mortar 1:4 using standard size of blocks of thicknesses as given below, including all scaffolding, staging, curing, all lifts, raking of joints, all labour, hire and fuel charges for all tools and plants employed etc. complete and as directed. Rate shall include providing Concrete Binders in proportion 1:2:4, 75mm thick reinforced with 2 nos. of 8 mm dia Fe 415 bars, RCC binders to be at every 1 metre interval from floor level. The rate to be inclusive of cost of reinforcement and formwork, cover blocks for reinforcement and all other incidental charges etc., all complete and as directed. The rate to also include closing the gap between the masonry and RCC beam and slab finished to required slope as directed by the Engineer-in-charge. Note:- The width of the joints not to exceed 10mm.

Lot 1

FALSE FLOORING: Providing and fixing Access floor systems of Preferred/ standard make confirming to EN 12825 or equivalent standards. The Access floor system to be installed shall be of finished floor height of 600 mm from the existing floor level comprising of 600mm x 600mm square panels. The system will provide for suitable pedestal and under-structure designed to withstand various static loads and rolling loads subjected to it in server / rack area. The entire Access floor system will provide for adequate fire resistance, acoustic barrier and air leakage resistance. At least 4 nos. of lifting suction devices to be provided. The

raised floor must be capable of withstanding a uniform distribution load of 1200Kg/Sq. mtr.

Lot 1

VITRIFIED FLOORING FOR AREA NOT COVERED WITH RAISED FLOOR: Providing and laying approved make and quality vitrified polished tiles 600x600mm size flooring to match floor pattern using BAL adhesives and laid to corrected level of +/-6mm and joints pointed with approved quality jointing compound including curing

Lot 1

Page 374: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 374

FLOOR INSULATION: Providing and fixing 16 mm thick Nitrile rubber floor insulation below the false flooring and joints should be finished properly as per manufacturer's specification. The rate shall be inclusive of jointing tap, cleaning the surface to make it free from dust.

Lot 1

Ramp: 2.5 mtrs x 2.9 mtrs ramp with MS Supports, with 1.5 Ton Load bearing capacity, with Anti-skidding sheet

Lot 1

MODULAR GRID CEILING: Providing and fixing of Armstrong Mineral Fibre board 16mm thick and 600mm x 600mm Dune RH 99 tile with Micro look edge in true horizontal level suspended on locking Armstrong Grid system made of Hot Dip Galvanized steel section powder coated as per manufacturers specification including making opening for electrical & air conditioning fitting complete as directed. The tiles are to be installed on Armstrong 15 mm grid system having fire rating of 60 minutes as per BS 476 / 23 of 1987 with following properties : Noise Reduction Co-efficient (NRC) of 0.50, Sound Attenuation of 32 db., Light Reflectance of 83%, Thermal Conductivity K-0.052 - 0.057 W/moK Weight of 4.0 kg/m2 and Humidity Resistance of RH - 99.

Lot 1

MODULAR GRID CEILING: Erection of false ceiling with lay in tile system with Aluminium Coil coated Grade 3003 of 600 x 600 x 9mm depth and 0.7mm thick tile to meet NRC 0.7 of USG Panz or approved equivalent; MICRO PERFORATED of 1.5 mm dia in a 3mm diagonal square pattern given 22% perforated area in correct line and levels and as per specification, approved drawings and design submitted. All tiles edges to be compatible with design of grid as per architects spec.

Lot 1

GYPSUM BOARD CEILING: Providing and fixing in position gypsum board false ceiling with approved G.I Frame work and hangers including painting, openings for lights, border design at no extra cost etc. as per specification and description etc. complete

Lot 1

PUNNY FINISH: Existing wall to be finished in POP, smooth finish to take on paint. The average thickness of punning to be considered 20mm thick

Lot 1

Page 375: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 375

PAINTING: To prepare & finish 3 coats of acrylic emulsion paint of approved quality & shade by sand papering the surface, applying one coat of primer, prepare the surface with two coats of full putty, sand papering again, repeating a coat of primer, applying one coat of plastic emulsion paint, touching up with putty & applying two final roller coats of plastic emulsion paint, to internal wall/ceilings masonry concrete surfaces incl. preparing the surface by cleaning scrapping, smooth filling crevices, scaffolding etc.

Lot 1

FIRE RATED PAINT (WALLS): To prepare & finish the wall with fire rated paint of approved quality & shade by sand papering the surface, applying one coat of primer, prepare the surface with two coats of full putty, sand papering again, repeating a coat of primer, applying one coat of paint, touching up with putty & applying two final roller coats of fire rated paint, to internal wall/roof slab masonry concrete surfaces incl. preparing the surface by cleaning

scrapping, smooth filling crevices, scaffolding etc. (columns and gyp boxing over the windows of the data centre included).

Lot 1

75MM THK FULL HEIGHT GYP PARTITION -25MM X 32MM al framework, at every 600mmx 600mm spacing, vertically/ horizontally, extended to the nearest structural members (continuing up to slab level), partition to have 75mm high al skirting screwed onto the partition. Solid partition on both sides covered with 8mm ply & 12mm Gypsum. Framework to be continued up to the slab level and clad with gyp on. Necessary cut-outs for services to be provided as per the markings and to be sealed properly, inclusive of painting. (Additional reinforcement/backing to be provided to partitions that need to support plasma TV etc.) Partition as described above to be finished in paint on one side and laminate on the other with 75mm ht laminate skirting at the bottom with 6mm groove above the skirting

Lot 1

Page 376: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 376

GLAZED PARTITIONS: 10MM thick , toughened glass partition fixed to the floor with aluminium C-channel and to the false ceiling with concealed beading

Lot 1

COLUMN CLADDING: 3mm ( Aluminium Panel ) Lot 1

Fire rated doors as per specifications: Single leaf fire rated doors as per specification, of Size 1000 mm x2400 mm with 200 mm x 300 mm vision panel made of 2 hr fire rated glass, high quality heavy duty door closer etc.

Lot 1

Fire rated doors as per specifications: Double leaf fire rated door as per specification, of Size 2000 mm x2400 mm with 300 mm x 300 mm square vision panel made of 2 hr fire rated glass, high quality heavy duty door closer etc.

Lot 1

Fire rated doors as per specifications: Double leaf fire rated door as per specification, of Size 1500 mm x2400 mm with 300 mm x 300 mm square vision panel made of 2 hr fire rated glass, high quality heavy duty door closer etc.

Lot 1

Glass doors: Double leaf glass door of Size 2000 mm x2400 mm with necessary accessories

Lot 1

Glass doors: Single leaf glass door of Size 1000 mm x2400 mm with necessary accessories

Lot 1

6 Miscellaneous

Furniture Lot 1

Reception Table Lot 1

Meeting Table Lot 1

Security table Lot 1

Chairs Lot 1

Shoe Stand & Shoe Cover Dispenser Lot 1

Metal Detector No's 2

Fire Vault Lot 1

Baggage Scanner Lot 1

Printer ( A3,A4) Scan and copier No's 1

PC (OS,Anti-Virus) No's 8

Monitor 42 inch with necessary Software No's 4

Turnstile for DC Entrance

No's 2

Page 377: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 377

7 Networking and Passive cabling

Racks and PDU

Server Rack : 600 X 1000 mm rack, No’s 64

Server rack Accessories : blanking Panel, Cable manager,

PDU tray, and necessary accessories Lot Lot

32 Amp Rack PDU No’s 128

IEC Socket : 32 Amps No’s 128

Network Rack : 800 X 1000 mm rack, No’s 18

Network rack Accessories : blanking Panel, Cable manager, PDU tray, and necessary accessories

Lot Lot

16 Amp Rack PDU No’s 36

IEC Socket : 16 Amps No’s 36

Passive Cabling Solution - Non Intelligent

Copper cabling and necessary accessories Lot 1

Fibre MTO cabling and necessary accessories Lot 1

LAN connectivity Number of Points ( 40 No's) Lot 1

Copper and Fibre trays

Copper Wire Basket System - to connect all server room, all network room, all ISP room & Staging room

Lot 1

Fibre Pathway System – to connect all server room, all network room, all ISP room & Staging room

Lot 1

8 Active Components

Core Routers No's 2

Next Generation Firewall No's 2

Internal Firewall No's 2

Core Switch ( 24 Port) No's 2

Distribution Switch ( 48 Port) No's 4

Blade chassis along with 4 No's server No's 1

License ( Windows and Linux) No's 4

Enterprise management Suite No's 1

End Point Protection for Servers & PCs (Antivirus) No's 50

9 Uptime Institute Tier III Certification (Design + Constructed facility)

Set 1

10 Project Management Charges Set 1

Total Cost in Rs

Page 378: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 378

Format-18B (Phase-2)

Sr. No.

Description Unit Qty. Unit Cost In RS

Total cost (Without

Tax) in Rs. (A)

Type of Tax

Percentage Of

tax

Total Tax cost in

Rs. ( B)

Total Cost in Rs. ( Inclusive of Tax) (A+B)

1 Electrical System

S & I 415V L.T. Switch boards

Server room-4 PDU Nos. 2

100A TPN Auto transfer switch for PAC units Nos. 4

S & I LT Cables & Terminations

Supply, laying, testing & commissioning of 1.1KV grade XLPE Cable, Aluminium / Copper Conductor armoured power cables on trays, ceilings, walls trenches, ground etc., with necessary clamps, cable ties, fasteners, identification tags, cable marking as required. Cost of sand, bricks, excavation should not be included in the rate quoted & measured separately.

Lot 1

UPS System

300kVA/ 300kW Modular & scalable UPS with 10 minutes battery back-up (2 nos. x 200AH/12V for each UPS) in N +N configuration, Power modules and STS modules should be Hot swappable.( Phase 2 Project)

Sets 2

2 HVAC System(

Outdoor Unit at Terrace (Roof Top)

Server Room 4 - 26TR DX based precision AC units Sets 4

Cold Aisle Containment - Server room 4 Lot 1

3 Networking and Passive cabling

Racks and PDU

Server Rack : 600 X 1000 mm rack, No’s 34

Server rack Accessories : blanking Panel, Cable manager, PDU tray, and necessary accessories

Lot 1

32 Amp PDU No’s 68

IEC Socket : 32 Amps No’s 68

Network Rack : 800 X 1000 mm rack, No’s 4

Network rack Accessories : blanking Panel, Cable manager, PDU tray, and necessary accessories

Lot Lot

16 Amp PDU No’s 8

Page 379: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 379

IEC Socket : 16 Amps No’s 8

Passive Cabling Solution

Non - Intelligence Solution Lot 1

Copper cabling and necessary accessories Lot 1

Fibre MTO cabling and necessary accessories Lot 1

Copper and Fibre trays

Copper Wire Basket System - to connect server room, network room, ISP room, Staging room

Lot 1

Fibre Pathway System – to connect server room, network room, ISP room, Staging room

Lot 1

4 Project management charges Set 1

Total amount without taxes

Note:

1 The bidder shall enclose detailed BOQ for each system with rates in the price bid for each component/subsystem as per their design (in line with the design requirements). The detailed BOQ without prices shall be included in the technical bid.

2 The rates quoted above shall be inclusive of all prices.( Inclusive of freight & All applicable taxes)

3 Phase 1 & Operation and Maintenance cost shall be considered for commercial evaluation,

4 STPI intends to build the data centre in two phases. The Proposals shall remain valid for at least 180 days for Phase-I from the last date of bid submission and Three (3) years for Phase-II after go live of Phase-I. A proposal valid for a shorter period may be rejected by STPI as being non-responsive.

5 If Any Liaising or statuary charges should be inclusive of the price quoted which shall be borne by the bidders. It is bidder responsibility to get all the statuary license as required. The actual cost shall reimburse from STPI.

6 STPI reserves the rights to increase or decrease or remove any of the item in the BOQ as per the actual project requirement. The evaluation and payment will be made accordingly

7 Since positioning of the PAC outdoor unit will be finalized based on the structural clearance from the statuary authority/Consultant .The bidder shall propose the installation of ODU at 6th floor (Roof top).

8 Installation of 11KV substation will be done as per CESU permission.

Page 380: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 380

FORMAT-18-C (OPERATION & MAINTENANCE COST)

S.No AMC Manpower General 1st Shift 2nd Shift 3rd Shift

Unit

Manpower

Cost in

Rs.

1 Facility Manager Yes No No No

2 Electrical Supervisor No Yes Yes Yes

3 Electrical Technician No Yes Yes Yes

4 HVAC Technician No Yes Yes Yes

5 DG Operator No Yes Yes Yes

6 BMS Operator No Yes Yes Yes

7 Multi Skill technician Yes No No No

8 Network Administrator Yes No No No

9 Network Engineer No Yes Yes Yes

10 Colo technician No Yes Yes Yes

Operation and Maintenance

Sr.

No. Description Unit Qty.

Unit Cost

In RS

Total cost

(Without

Tax) in Rs.

(A) Type of Tax

Percentage

Of tax

Total

Tax cost

in Rs.

( B)

Total Cost

in Rs.

(Inclusive

of Tax)

(A+B)

1 1st Year manpower Cost

2 2nd Year Manpower Cost

3 3rd Year Manpower Cost

4 4th Year Manpower Cost

5 5th Year Manpower Cost

Note:

STPI reserves right to increase or decrease any of the above resource /Manpower or may not take all or

any position as per the site requirement at any point of time during the contract period. STPI will pay only

as per the approved quote for the deployed manpower only. The O & M manpower cost will be paid to the

bidder on prorata basis for the deployed period only against deployed position.

Page 381: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 381

FORMAT-18D PART-I (AMC COST CALCULATION)

S.

No

Description 2nd Year

CAMC/

Extended

Warranty(

A)

Tax

If

Any(

B)

Total

Cost (

A + B)

3rd

Year

CAM

C/

Exte

nded

Warr

anty

Tax If

Any( B)

Total

Cost

( A +

B)

4th Year

CAMC/

Extended

Warranty

Tax

If

Any(

B)

Total

Cost (

A + B)

5th Year

CAMC/

Extended

Warranty

Tax If

Any( B)

Total

Cost

( A

+ B)

1 33 KV Transformer

2 11 KV Switchgear

3

11 KV Packaged

Substation

4

LT Panel with all

switchgear

5 Bus Bar Trunking

6 Diesel Generator

7 UPS

8 HVAC

9

Safety and Security

Equipment

10

Addressable Fire

Detection & Alarm

system

11

Public Address

System

12

IP CCTV ,NVR

Complete solution

with PC and

necessary software(

Camera quantity - 52

No's)

Page 382: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 382

13

Access Control

System - Integrated

Platform

14

Rodent Repellent

system

15

Water Leak Detection

system

16 NOVEC-1230 System

17 VESDA

18

Portable Fire

Extinguishers

19 Monitoring System

20 IBMS

21 DCIM

22

Passive Cabling

Solution

23 Active Components

FORMAT-18D PART-I (Comprehensive AMC)

Sr. No. Description Unit Qty.

Unit

Cost

In RS

Total cost

(Without

Tax) in

Rs.

(A)

Type of

Tax

Percentage

Of tax

Total

Tax

cost in

Rs. (

B)

Total Cost in

Rs.

( Inclusive of

Tax) (A+B)

1 1st Year Equipment Cost( CAMC)

2 2nd Year Equipment Cost( CAMC)

3 3rd Year Equipment Cost( CAMC)

4 4th Year Equipment Cost( CAMC)

5 5th Year Equipment Cost( CAMC)

Page 383: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 383

FORMAT-18E (SUMMARY OF COMMERCIALS)

S. No Cost Summary Cost In Rs.

1 Phase -1

2 Phase 2

3 Operation Maintenance

4 Equipment AMC/Extended Warranty

Grand Total in Rs

Note: 1. The rates quoted above shall be inclusive of all prices. (Inclusive of freight & All

applicable taxes) 2. The bidders shall strictly follow the commercial format, bids in any other format will be rejected

Thanking you,

Yours sincerely,

(Signature of the Bidder)

Name:

Signature:

Designation:

Place:

Date:

Page 384: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 384

Annexure 19: Technical specification compliance

Minimum Criteria and condition for OEM/Bidder for Technical Specifications

The OEM for all the above mentioned equipment’s should be able to support the

Warranty and Replacement services efficiently.

Please fill up compliance statement as per below format with Technical Proposal for all

items as per Technical specification mentioned in this RFP.

Thanking you,

Yours sincerely,

(Signature of the Bidder)

Name:

Signature:

Designation:

Place:

Date:

Page 385: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 385

Technical Compliance Statement:

Civil:

9.1.1

Raised Floor

Make

Model

S. No Description Technical Requirement Compliance

Yes/No Remarks

1 Access

Floor

Access floor system to be installed & maximum

finished floor height of 600 mm from the

existing floor level. The system will provide for

suitable pedestal and under-structure designed

to withstand various static loads and rolling

loads subjected to it in an office / server / DCS

/ panel / rack area. The entire Access floor

system will provide for adequate fire resistance,

acoustic barrier and air leakage resistance.

2 Panels

Panels will be made up of inert material Calcium

sulphate. The bottom of the panel shall be of

Aluminium foil to create a fire and humidity

barrier and this should provide floor’s electrical

continuity. Panels will remain flat through and

stable unaffected by humidity or fluctuation in

temperature throughout its normal working life.

The Panels will be UL listed/ FM/DM approved.

Panels will provide for impact resistance top

surfaces minimal deflection, corrosion

resistance properties and shall not be

combustible or aid surface spread of flame.

Panels will be insulated against heat and noise

transfer. Panels will be 600 x 600mm x 30 mm

height fully interchangeable with each other

within the range of a specified layout. Panels

shall rest on the grid formed by the stringers

which are bolted on to the pedestals. Panels

shall be finished with anti-static 0.9 mm

Laminate and 0.45 mm thick plastic edge

material that is self-extinguishing and will be

PVC free

3 Panel

Loading

Concentrated point load: 450 Kg as per

European standard EN 12825*. Uniformly

Distributed Load (UDL): 1500 Kg/M2.

4 Fire Rating

The Panels will confirm to class O and Class 1

Fire Ratings tested as per CIRC 91/61 or BS

476 Part 6 & 7 (30 min).

Page 386: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 386

5 Pedestals

Pedestal installed to support the panel will be

suitable to achieve a finished floor height of

600mm. Pedestal design will confirm speedy

assembly and removal for relocation and

maintenance. Pedestal base to be permanently

secured to position on the sub-floor. Pedestal

assembly will provide for easy adjustment of

levelling and accurately align panels to ensure

lateral restrain. Pedestals will support an axial

load of 1500 Kgs, without permanent deflection

and an ultimate load of 3000 Kgs. Pedestal

head will be designed to avoid any rattle or

squeaks.

6 Pedestal

Assembly

The structure is made entirely of galvanized

steel consisting of hexagonal shaped, 89 mm

diameter, and 1.5 mm thick base plate, with 6

shaped stiffening ribs with niches that improve

adhesion and with 5 holes mechanical fastening

to the ground. The assembly will provide a

range of height adjustment up to 25mm, with

the help of check nuts

7 Under

structure

Under structure system consists of stringers of

size 525 x 30x 25 x 0.8 mm thick to form a grid

of 600 x 600mm. These stringers are locked

into the pedestal head and run both ways. The

US system will provide adequate solid, rigid and

quiet support for access floor panels. The US

system will provide a minimum clear,

uninterrupted height of 600 mm between the

bottom of the floor and bottom of the access

floor for electrical conducting and wiring.

8 Stringers

Stringer system is composed of a special frame,

made of pressed galvanized steel plate and with

a section 25mm wide, 30 mm high and 0.8 mm

thick. The longitudinal ribs and flaps in the

lower part should be designed to increase

flexion resistance. The grid formed by the

pedestal and stringer assembly will receive the

floor panel

The raised floor distributed load should not be

less than 1500 Kg/Sqm.

Page 387: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 387

9.1.2

False Ceiling

Make

Model

1 False

Ceiling

False Ceiling at appropriate height should be

installed concealing any cabling tray and

electrical lighting wiring in all areas. For Server

room: False ceiling shall be provided with

Armstrong Lay in (Hot dipped galvanized steel)

metal ceiling system 600 x 600 x 5mm with

standard perforation of 2.5 mm die (16% open

space) and fleece with NRC of 70 & CAC 36 to

be laid on Armstrong grid system. Armstrong

Orcal Lay in metal ceiling System consisting of

600x600mm lay in tiles of pre coated

galvanised steel in 0.5 mm thickness in white

colour with standard perforation of 2.5mm die &

open area of 16%. The back of the tile should

have black acoustical fleece with NRC of 0.70 &

CAC 36 to be laid on Armstrong grid systems

with 15mm wide T - section flanges Colour

white having rotary stitching on the Main

Runner, 1200 mm & 600 mm Cross Tees, fixed

to the structural soffit by Butterfly clip hangers,

suspension wires & anchor fasteners as per the

manufacturer's specification. Suspension wires

to be provided at every 600mm c/c with two

no’s of ties on each anchor fastener, Perimeter

trim of Trulok wall angle in white colour secured

to wall at 450mm maximum centres.

2

Other

Area

False

Ceiling

Acoustical false ceiling of mineral fibre Board

(600 x 600 x 15mm) of Armstrong (ELIT RH99)

of Equipment. Laid on Grid system (Micro lock

edge) with 15mm thick T section(White) having

main runner 1200mm x 600mm, cross Tee at

295 HT. Mineral Fibre Board modular False

Ceiling in Armstrong in Board edge Fissured

ANF tiles of size 600mX600mmX15mm having

Noise reduction Co-efficient 0.5, light reflection

over 75%, Relative Humidity 99%, fire

performance class0/class1 (BS 476) 24XL - Hot

Dipped Galvanized Steel Suspension System

having rotary stitching on main runner, 1200

mm & 600 mm cross tees with 15mm wide

flanges of white colour with standard

perforation of 2.5mm dia. (16% open space)

fleece with NRC of 0.70 & CAC 36, fixed to the

structural soffit by Butterfly clip hangers,

suspension wires & anchor fasteners as per the

manufacturer's specification, Suspension wires

to be provided at every 600mm c/c with two

no’s of ties on each anchor fastener, Perimeter

trim of Trulok wall angle in white colour secured

to wall at 450mm maximum centres.

The False Ceiling tile should be Dust free type

Page 388: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 388

and of Non-combustible material. Each False

Ceiling tile (preferably 600mm x 600mm)

should be individually removable for access to

area above False Ceiling.

The false ceiling area should cover with as per

layout. The bidder should propose the right

quantity.

The false ceiling height would be 450 mm

9.2 Fire Rated Partition

1

Fire

Rated

partition

Partitions/ Walls:

The internal partitions for server room, battery

room, UPS and electrical room shall be full

height 125 mm thick fire line Gyp Board using

12.5 mm thick double fire line gyp-board on

both sides with GI sheet metal vertical stud

frame of size 75 mm thick fixed in the floor and

ceiling channels of 75 mm wide to provide a

strong partition. Glass wool insulation inside

shall be provided as required. Fixing shall be

made by self-tapping screw width vertical studs

being at 610 mm intervals. The same should be

inclusive of making cut out for switchboards,

sockets, grills etc. It shall also include preparing

the surface smoothly and finally finishing with

one coat of approved brand of resistant coating.

2

Fire

Rated

Doors

Fire rated Doors:

Doors for Server room, Battery room, UPS

room, FM room should be 2 hr fire rated metal

door with size as per drawing and requirement.

Door for other areas will be aluminium frame

glass door with min 8 mm thick toughen glass.

All doors should be equipped with door closer or

floor spring and other required hard wares. All

doors should have all accessories to fit access

control system.

The doors colour must be approved by client

hence at the time of order placement the bidder

should consultant with client to get approval for

door colour.

3

Internal

Glass

Window

Internal Glass Window

All glass windows in the server room should be

double glass panel with one glass should be

with 2 hr fire rated wired mesh glass with min 5

mm thickness and other glass 6 mm thick

toughen type. Glass should be properly fixed in

the SS frame work with the size of 90 x 50 x 2

(304 Grade).

All glass windows in other areas should be with

6 mm thick toughen glass fixed in SS frame

with size of 90 x 50 x 2 (304 Grade). External

glass windows should be covered with venetian

blind. The louvers of vetetian blind should be

Page 389: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 389

100 mm wide made of fabric woven from 100%

polyester yarns dyed in fade resistant colours

and coated to give stability, dust repellence and

stain resistance. The Louvers shall hang straight

and flat without buckling or distortion.

Painting

Anti-dust type painting shall be used for data

centre.

Gypsum / Plaster of Paris paste of thickness 5 -

8 mm punning over cement plaster shall be

provided so as to ensure a level and smooth

texture to the exposed walls and columns. The

existing surfaces are to be cleaned and

scratched and markers are kept before the

application of punning material. After the

material has dried upon application it is to be

smoothened by means of rubbing it with

sandpaper. Upon this smoothened surface one

coat of primer and two coats of plastic emulsion

paint of approved make & shade is to be

applied. This will be applicable for all vertical

plane surface and for fire line gyp-board ceiling.

Server room shall additionally be applied with

painting putty to level & plumb and painting

with 2 coats of fire retardant painting.

9.3 Miscellaneous

4

Glow

Signage

Providing & fixing glow signage on both sides of

the door shutters marking PUSH / PULL along

with other signage marking different work areas

and emergency signs.

The data centre area should have proper

signage for entry, exit, fire exit, server room

names, stair case etc.…

4.4

Executive

Chairs

Low back Executive Chairs as approved by STPI

as per catalogue of preferred makes.

3

Shoe

Rack

Shoe Rack with seating approved by end user

as per catalogue of preferred makes.

Page 390: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 390

Electrical:

10.1

Packaged Substation (PSS)

Make

Model

S. No System Description Compliance

Yes/No

Remarks

1 Design

Compact Sub-station shall consist of 11KV SF6

Insulated compact switchgear with SF6 /

Vacuum Circuit Breaker as protection to

transformer + Transformer + L.T. Switchgear

with all connection accessories, fitting &

auxiliary equipment in a pre-fabricated

Enclosure to supply Low-voltage energy from

high-voltage system as detailed in this

specification. The complete unit shall be

installed on a substation plinth (base) as

Outdoor substation. 11KV Load Break Cable

Switches controls incoming-outgoing feeder

cables of the 11KV ring distribution system.

The SF6 / Vacuum Circuit Breaker shall be

used to control and isolate the 11kV/433V

Distribution transformer. The transformer’s

L.T. side shall be connected to L.T. switchgear

by means of Aluminium bus bar. The

connection cables to consumer shall be taken

out from the L.T. switchgear.

o The pre-fabricated unitized substation shall

be designed for:

o Compactness,

o Fast installation,

o Maintenance free operation,

o Safety for worker/operator & public.

o The Switchgear and component thereof shall

be capable of withstanding the mechanical and

thermal stresses of short circuit listed in

ratings and requirements clause without any

damage or deterioration of the materials.

o For continues operation at specified ratings

temperature rise of the various switchgear

components shall be limited to permissible

values stipulated in the relevant standard and /

or this specification.

2

Rating

Rated Voltage / Operating Voltage 11 KV RMS

Rated frequency & Number of phases

50 Hz & 3 Phase

Rated maximum power of substation 1600 KVA

3

IP

Protectio

n

Rated Ingress protection class of Enclosure :

IP: 54 for LT Switchgear & HT Switchgear

compartments and IP-34 for Transformer

compartment

Page 391: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 391

4 HT

Section

RMU : 2 LBS ,1 VCB 630 Amps

5 LT

section

LV Side: 4P ACB 3200 Amp rating and fault

withstand capacity of 50kA/50KA/35kA.

6 Outdoor

Enclosure

o The enclosure shall be made of 2.0 mm

thickness Galvanized Sheet Steel tropicalized

to meet Indian weather conditions including all

the partition sheets & doors.

o The base of the enclosure shall be of 4.0 mm

thickness Hot Dip Galvanized Sheet Steel to

ensure rigidity for easy transport & installation.

The entire Package Substation shall be Factory

Assemble & Factory Fitted.

o The structure of the substation shall be

capable of supporting the gross weight of all

the equipment & the roof of the substation

compartment shall be designed to support

adequate loads. In case of relocation of the

Package Substation, the entire substation

should be capable of getting lifted and placed

as a Single Unit without dismantling of any of

the major equipment’s inside. The lifting

arrangement should be from the bottom of the

enclosure & not from the top.

o There shall be proper / adequate ventilation

inside the enclosure so that hot air inside

enclosure are directed out by help of duct.

Louvers apertures shall be provided so that

there is circulation of natural air inside the

enclosure. The Package Substation should be

designed & engineering to have natural cooling

& ventilation instead of forced cooling /

ventilation as the same would de-rate the

Transformer further and shall be an additional

load on the Transformer.

o The complete design shall be

compartmentalized.

7 Interconn

ection

The connection of HT switchgear to

Transformer shall be with the help of suitable

size of cables from Transformer to LT

switchgear with the help of suitable size of

Aluminium bus bars.

8 Internal

Fault

Failure within the unitized substation due

either to a defect, an exceptional service

condition or mal-operation may initiate an

internal arc. Such an event may lead to the

risk of injury, if persons are present. It is

desirable that the unit shall be tested for

Internal Arc fault test to the tune of at least

20KA for 1 second adhering to as per latest

IEC 62271-202.

Page 392: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 392

9 Covers &

Doors

Covers & doors are part of the enclosure.

When they are closed, they shall provide the

degree of protection specified for the

enclosure. All covers, doors or roof shall be

provided with locking facility or it shall not be

possible to open or remove them before doors

used for normal operation have been opened.

The doors shall open outward at an angle of at

least 90degrees & be equipped with a device

able to maintain them in an open position.

Proper padlocking facility shall be provided for

doors of each compartment. Transformer

compartment doors must be open from both

the sides & should not have access from

outside

10 Earthing

All metallic components shall be earthed to a

common earthing point. It shall be terminated

by an adequate terminal intended for

connection to the earth system of the

installation, by way of flexible jumpers/strips &

Lug arrangement. The continuity of the earth

system shall be ensured taking into account

the thermal & mechanical stresses caused by

the current it may have to carry. The

components to be connected to the earth

system shall include:

o The enclosure of Unitized / prefabricated

substation,

o The enclosure of High voltage switchgear &

control gear from the terminal provided for the

purpose.

o The metal screen & the high voltage cable

earth conductor,

o The transformer tank or metal frame of

transformer,

o The frame &/or enclosure of low voltage

switchgear,

11

Internal

Illuminati

on:

There shall be arrangement for internal lighting

activated by associated switch on doors for HV,

Transformer & LV compartments separately

12

Painting

and

Fabricatio

n

o The paints shall be carefully selected to

withstand tropical heat rain. The paint shall

not scale off or crinkle or be removed by

abrasion due to normal handling. For this

purpose powder coating shall be used.

o Special care shall be taken by the

manufacturer to ensure against rusting of nuts,

bolts and fittings during operation. All

bushings and current carrying parts shall be

cleaned properly after final painting.

o The fabrication process shall ensure that

there are no sharp edges on the GI sheets

used.

Page 393: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 393

13

11kV

Switchge

ar

§ Non-extensible SF6 Insulated Compact

Switchgear as required shall consist of

following items:

§ Load Break Cable Switch with integral earth

switch having full making capacity shall be

used for Incoming cables.

§ SF6 / Vacuum Circuit Breaker shall be used

for distribution network of HT switchgear.

Circuit Breaker complete with operating

mechanism, self-powered, static type O/C,E/F

protection relay with associated Current

Transformers shall be used for control and

protection of Transformer. An integral cable

earthing switch with full making capacity shall

be provided.

§ The above Load Break Cable Switch, SF6 /

Vacuum circuit breaker, Bus bars should be

mounted inside a sealed for life, cast resin /

stainless steel tank. The operating mechanism

of the switches and breakers shall be outside

the SF6 tank and accessible from front. The

tank should be filled with SF6 gas at an

adequate pressure. The degree of protection

for gas tank should be IP67. There shall be

provision for filling the SF6 gas at site.

Moreover the Cast Resin / Stainless Steel Gas

Tank shall confirm to the sealed pressure

system as per IEC and ensure the gas leakage

to 0.1 % per year as per IEC.

§ The Circuit Breaker is required to control 11

kV/433 volts distribution Transformer of rating

up to 990KVA and relay settings and Current

Transformers shall be selected accordingly.

§ General Finish: Totally enclosed, metal

enclosed, vermin and dust proof suitable for

tropical climate use as detailed in the

specification.

§ Ratings: The bus bars shall have continuous

rating of 630 Amps. The isolator shall have a

continuous rating of 630 Amps. SF6 Circuit

Breaker or Vacuum Circuit Breaker shall have a

continuous rating of 200 Amps. In accordance

with relevant IS / IEC standard

§ Breaking & Making Capacity: The Load Break

Cable Switches shall be capable for breaking

rated full load current. The same along with its

earthing switch shall also be suitable for full

making capacity of the system as specified.

The complete switchgear shall be suitable for

breaking capacity of 21kA symmetrical at

11000 volts three phase for 11kV system for 3

sec

§ Bus bar: Switchgear shall be complete with

all connection, bus-bars etc. Copper bus bars

continuous rating shall be 630 Amps. The bus

bars should be fully encapsulated by SF6 gas

Page 394: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 394

inside the tank.

§ Protection: The circuit breaker shall be fitted

with static type self-powered relay inside the

front cover to avoid any tampering. The same

shall be used in conjunction with suitable CT’s

and Tripping Coil for fault tripping of the Circuit

Breakers. CT’s shall be mounted on bushing of

breaker. CT’s mounted on cable inside cable

compartment are also acceptable.

§ Cable Termination: Each Cable compartment

shall be provided with three bushings of

adequate sizes to terminate the incoming

outgoing 11kV, 3 Core cables as the case may

be. There shall be enough height from the base

of the mounted switchgear so that the cables

can be bent and taken vertically up to the

bushings. The Cable termination shall be done

by Heat shrinkable Termination method so that

adequate clearances shall be maintained

between phases for Termination. Cable

Termination boots shall be supplied by the

switchgear manufacturer.

§ Earthing of the main circuit: The moving

contacts of the earthing switch shall be

visible in the closed position through

transparent covers.

14 Air circuit

breaker

These shall be fixed type with manually

operated (MDO type) mechanism. The short

circuit mechanism and breaking capacity as

shall be supported by test certificate. The test

certificates should be from CPRI / any Govt.

approved recognized test house / laboratory.

The circuit breaker shall be fitted with CT

operated thermal overload and short circuit

releases devices for suitable current rating.

o Overload releases should be settable from

50% to 100% of the rated current in.

o Ambient temperature compensated type and

there should not be de-rating of ACB current

carrying capacity at 50°C. The testing of ACB

for the temperature rise shall be carried out by

the manufacturer as per the prevailing, IS /

IEC or any other international standards.

o ACB shall be provided with very sensitive

overload and short circuit release. Short circuit

release should have settable value as required

with an adjustable times having setting range

of 40 – 460 m seconds, to have a proper co-

ordination with short circuit release of outgoing

MCCBs.

o 3 phase, 4 wire, neutral earthed having link

arrangement.

o Rated current thermal current - as required

o Service voltage - 415 volts

o No. of break / pole - one

o Frequency - 50 c / s

Page 395: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 395

o Rated insulation voltage - 1000 volts

o Rated short circuit breaking capacity

§ Rated services S/C breaking capacity Ics

(RMS) – 50kA

§ Rated ultimate S/C breaking capacity Icu

(RMS) – 50kA

o Break Time - less than 40ms

o S/C making capacity 1cm (peak) - 105kA

o Rated short time withstands current - Icw

50kA for 1 sec.

o Suitable for outdoor installation.

o It shall conform to IS 13947 / pt.2 / 1993

with latest amendment, if any.

o Performance category - Utilization

category – B.

o The status of open and close shall be clearly

visible.

o The trip indication separated for overload

and individual phase wise trip indication for

short circuit to be provided.

o The ACB shall have the provision to lock the

operating mechanism in off position.

o The operating mechanism should be form

front and the compartment should have the

degree of protection IP – 54.

o Separator shall be provided between all

phases inside. ACB enclosed to prevent travel

of arc during short circuit.

o The CT’s mounted for thermal overload

release shall have secondary winding

inaccessible including tripping mechanism of

O/L and magnetic releases to avoid tampering

CT’s should also have provision of separators.

o Two nos. earthing bolts for propose of

earthing of ACB may also be provided &

suitable for G.I stay wire of size 7 / 10 SWG.

o The bus bar size shall be confirming to

relevant IS and the neutral bus bar shall be of

same wire of size as phase bus bar and should

be suitable for connecting neutral.

o The ACB shall be tested in accordance with

the provision of IS: 13947 – Part I or relevant

IEC

15

Interconn

ecting

bus bar

• Bus bar shall be of high conductivity

aluminium (E91E) supported on insulators

made of non-hygroscopic, non-inflammable

material with tracking index equal to or more

than that defined in BIS. The main bus bars

shall have uniform current ratings throughout

their length as specified in data sheet / job

specification. The current rating of the neutral

shall be half that of the phase bus bars.

Removable neutral links shall be provided on

feeders to permit isolation of the neutral bus

bar.

• Only zinc passivity or cadmium plated high

Page 396: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 396

tensile strength steel bolts, nuts and double

spring washers shall be used for all bus bar,

joints and supports.

• The hot spot temperature of bus bars

including joints at design ambient temperature

shall not exceed 95°C for normal operating

conditions. It must be recorded during type

tests.

• The current rating of the bus bars shall be as

required for design ambient temperature at

site conditions and for being inside the cubicle

at fully loaded condition. The vendor shall

suitably de-rate the nominal rating to suit the

above condition.

• Minimum clearance between live parts,

between live parts / neutral to earth shall be

19mm. However clearances between terminals

at components shall be as per applicable

individual standard for components.

• Interconnections between the main bus bars

and individual units shall be made using

vertical / horizontal aluminium bus bars of

adequate rating.

16 Warranty

The standard manufacturer’s warranty for all

the supplied items against defects in materials

and workmanship is for 12 months from the

date of installation or 18 months from the date

of supply whichever is earlier. After the expiry

of warranty, the product should be supported

through comprehensive Annual Maintenance

Contract (AMCs).

Page 397: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 397

10.2

Diesel Generator

Make

Model

S. No System Description Compliance

Yes/No

Remarks

Diesel

Generator

Technical specification & scope of work of the

minimum Continuous Power COP (as per

ISO8528-1) for the engine supplied in the

required DG Set should be 1410 kWm / 1890

BHP. The corresponding Prime Power Rating of

the same engine should also allow a provision

of 10% overload capability (over prime rating

power output) for a period of 1 hour within a

12-hour period of operation.

“(Each DG should be capable of delivering

Minimum 1290kWe @ 0.8 PF (lagging)

Electrical power output at Alternator

terminals continuously without any

interruption 24 x 7 x 365 days @ 50 Deg.

C. This availability of specified continuous

power output shall be as per Continuous

Power (COP) definition ref ISO8528-1,

whilst supplying a constant electrical load

when operated for an unlimited number of

hours per year under the agreed

operating conditions. The confirmation on

availability of sufficient continuous Engine

power (COP) to develop the said electrical

output from DG Set has to be submitted

by the authorized signatory of the engine

manufacturer as per attached format and

shall be accompanied by the applicable

calculations clarifying conversion of

engine power to continuous electrical

power output of 1290kW power @ 0.8PF

(lagging).”

Page 398: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 398

1

General

Requireme

nt

o DG set including diesel engine complete with

all auxiliary and accessories, Alternator directly

coupled to the engine through flexible/ rigid

coupling complete with all accessories for

starting, regulation and control, including

common base frame, interconnecting piping

and accessories, power and control cable

glands and lugs. DGs local (Engine mounted)

control Panel, all housed within the Acoustic

Enclosure as per CPCB Norms.

o Radiator of suitable capacity coupled with the

Engine.

o Equipment’s necessary for fuel distribution

including day oil tank, piping, valves, and

calibrated MS tank along with level switch

Flexible connections, Expansion joints and

Residential type silencer, exhaust system

including piping, support and thermal

insulation for total exhaust system.

o Starting batteries and battery-charging

equipment, including their connections as

required

o Set of Anti Vibration Mountings pad etc.

o The DG Set shall have properly machined

common base frame with grouting bolts.

o All the sheet metals should be processed

(cutting, forming, bending, etc.) through CNC

machine for fabricating and assembling

acoustic enclosure, fuel tank and other allied

works at the DG manufacturer’s premises.

o All the sheet metals to be used for the

acoustic, fuel tank, etc. should be properly

cleaned though 9-11 tank treatment process

before painting. The Acoustic Enclosure should

be weather proof and rust proof when kept in

open air.

o The fresh air inlet and the hot air outlet

should be hood type placed on the top of the

acoustic enclosure to improve the efficiency of

air circulation and ventilation.

2 Ambient

condition

For the purpose of designing all electrical

equipment, following ambient conditions shall

be taken into consideration.

a) Ambient temperature : 50 oC

b) Altitude above mean sea level: ≤500 Mtrs.

The Switchboard shall be suitable for operation

at rated load for maximum ambient

temperature of 40oC.

Period of

Operation/

Duty Cycle

The sets are intended to supply power to a

constant electrical load when operated for an

unlimited number of hours per year under the

agreed operating conditions. The extensive

usage primarily is due to non-availability of

gird power and hence both engine as well as

alternator should be continuous duty rated (for

Page 399: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 399

the specified 1290kWe @0.8PF).

Manufacturer’s to note that these DG Sets may

not be idle for long periods except for periodic

routine checks once in a day

3 ENGINE

Type :The diesel engine shall be of stationary

type four strokes with INLINE cylinder

arrangement, Turbocharged, air to air charge

cooling, Radiator cooled with Unit injectors

Rating:

o Prime Power BHP rating of the Engine shall

be such that the DG set can deliver the

specified net electrical output while supplying

power/driving all electrical and mechanical

auxiliaries connected to alternator terminals

and engine shaft at specified site conditions

and ambient temperature of 50 deg C. The

minimum Continuous Power COP (as per

ISO8528-1) for the engine supplied in the

required DG Set should be 1410 kWm / 1890

BHP. The corresponding Prime Power Rating of

the same engine should also allow a provision

of 10% overload capability (over prime rating

power output) for a period of 1 hour within a

12-hour period of operation. (Letter from

Engine Manufacture stating that engine is

suitable to run without deration on full load).

o The Engine should be 4 strokes, water

cooled, 1500 RPM Confirming to BS: 5514/1.

The Engine shall be provided with Electrical

Starting Arrangement and shall give the

Electrical Output of 1290 kW continuous rating.

o It shall also be capable of satisfactorily

driving the alternator at 10% over load at the

rated speed for one hour in any period of 12

hours of continuous running.

o DG set to test at factory on 100% and 110

load at 50 deg C.

Speed:

o Speed shall be 1500 revolutions per minute.

Over speed protection shall be provided.

o At normal running conditions, speed shall be

stabilized at plus or minus 2% nominal speed,

regardless of load. At transient condition,

engine speed shall vary not more than 10%

plus or minus.

Lubrication System:

o The engine shall have a closed cycle forced &

splash lubricating system with positive oil

pressure and a crank chamber for

collection/storage of the lubricating oil during

circulation. No moving part shall require

Page 400: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 400

lubrication by hand or any other external

source either prior to the starting of the engine

or when it is in operation.

o The lubricating oil filter shall be suitable for

replacement under normal conditions. The

minimum operating life of filter shall be 300

hours/ 1 year without the necessity of its

replacement or cleaning

o In case lubricating oil coolers are required

they shall be of the air cooled/water cooled

type and shall be an integral part of the Diesel

Generator Set.

o Necessary temperature and pressure gauges

and other instruments shall be supplied and

fitted on the lubrication system.

o A lubricating oil level dipstick suitably

calibrated and shall be located in the accessible

position.

o In case manufacturer recommends lube oil

pump for intermittent priming, the same shall

be provided by the bidder along with

itscontrols.

o The design of the DG Set should be such that

it shall not require lubricating oil priming

before starting.

Fuel System:

oThe engine shall be capable of running and

delivering rated load on high speed diesel

normally available in India. The injection of

fuel should be through combined unit injectors

or equivalent injection mechanism for

1290kWe @ 0.8PF continuous electrical output

as well as rated Prime Power Output

o A fuel day tank shall be provided on a

suitably fabricated steel platform. The tank

shall be fabricated out of 2mm thick CRCA

Sheet, complete with level indicator marked in

litres, filling inlet with removable screen, an

outlet, a drain plug, an air vent and necessary

piping. The fuel tank shall be painted with oil

resistant paint.

o The Vendor should declare the fuel

consumption of the Diesel Generator at

100%, 75%, and 50% loads.

4

Engine

Exhaust

System

o Exhaust system should create minimum

backpressure.

o The exhaust backpressure should be within

acceptable limit. However, it should be within

the limits suggested by engine manufacturers

to suit performance of the engine.

o Use of thimble is must while passing the pipe

through concrete wall. The clearance around

the pipe and wall is must for free movement

and expansion/contraction of piping.

Page 401: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 401

o Exhaust piping inside the DG room should be

lagged LRB rock wool of proper density along

with aluminium sheet cladding to avoid heat

dissipation to engine room. The thickness of

lagging should not be less than 50mm.

Exhaust piping shall be suitably supported and

padded to avoid damage to thermal insulation.

Aluminium cladding should be with Aluminium

sheet or with minimum 24SWG thickness.

o Exhaust flexible shall have its free length

when it is installed.

o The exhaust outlet should be in the direction

of prevailing winds & should not allow exhaust

gases to enter air inlet/windows etc.

o There should be a rain trap to avoid

rainwater entry. If rain cap is used the

aperture between exhaust pipe & rain cap

should be higher than diameter of pipe. It is

also recommended that horizontal run of

exhaust piping should have slope downwards

away from engine towards the condensate

trap. Silencer should be installed with drain

plug at bottom.

o Residential type silencer should be provided

in the engine exhaust pipe. The design and

location of the silencer shall meet the

requirement of backpressure.

o The flue gases from silencer shall be taken

out to atmosphere through metallic, thermally

insulated and gladded chimneys. These

chimneys shall be made from M S class 'B'

piping system conforming to IS 3589. Required

flexible bellows, bends, expansion joints, load

support etc. shall be provided as required.

o The exhaust chimney shall be insulated with

minimum 50 mm thick thermal insulated glass

wool/mineral wool up to silencer. The portion

between flexible connections to silencer shall

be lagged with Asbestos rope. The insulation

should be held in position using wire chicken

mesh. 24 gauge aluminium cladding sheet

should be wrapped over exhaust pipe starting

from engine up to the chimney top.

5 Engine

Starting:

o Engine starting shall be by electric starting

motor complete with manual/automatic

starting arrangement. The starter motor shall

conform to IS-4722 and IS-325 and shall be of

adequate power for its duty and be of inertia or

pre- engaged type. The pinion shall positively

disengage when the engine starts up or when

the motor is de-energized. The engine cranking

shall be only from the panel both for AMF & DG

sets (Manual).

o Time for Run-up to Speed: From the initial

operation of the starting device, the engine

shall start, run up to normal speed and be

Page 402: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 402

capable of accepting 50% of full load within a

maximum time of 25 seconds, and full load

within 15 seconds thereafter.

Starter Battery:

o Starting battery sets of 24 V, heavy-duty

high performance approved make/quality shall

be provided to enable crank & start the engine

even in cold/winter morning conditions. Type/

voltage/AH capacity of the same on 20 hour

rated discharge period shall be indicated in the

offer. The battery shall be capable of

performing at least (3) three normal starts

without recharging.

o Batteries shall be of lead container type only

and not with PVC moulded sealed container so

that each individual cells are available for

individual monitoring during its life span. Each

cell shall be provided with electrolyte filling cap

with level floats for easy monitoring of

electrolytic level.

o The battery shall be provided with 2 nos.

cables, min 1.5 m long heavy duty rubber/PVC

insulated cabling with brazed tinned lug at one

end and with brazed tinned brass terminal lug

at battery end - for connecting batteries to

cranking system - with 0.25 m long inter

battery connecting cable.

o The lugs shall be clearly stamped + or - and

positive cable also red sleeved for easy

identification.

o The batteries shall be supplied fully filled and

first charged ready to use.

6 Engine

Fitments:

Engine Fitments:

The engine shall be provided with fitments.

o Metallurgical sound Cylinder Block, High

Inertia Flywheel, Forged Crankshaft &

Connecting rods, Individual Cylinder Heads,

Four-valve per cylinder, Aluminium alloy

pistons, Vibration Damper, All necessary high

quality piping, Crank case breather, Air

cleaner, Corrosion resistor, Lubricating oil

cooler, Filters, Governor, Turbo charger,

Flywheel with flywheel housing, Vibration

dampers, Exhaust/ Intake manifolds, Oil sump

(crank case) with dipstick, Engine supports,

Residential type silencer in exhaust system,

Electrical starter 24 Safety controls &

instruments

The AMF and Synchronizing Controller provided

for the Diesel Generator should have the

following features:-

o Synchronizing up to 16 Genset each with

Individual Controller, Momentarily Mains

Paralleling., Auto Load Sharing., Load

Dependent Start /Stop., Load Limiting Device.,

Page 403: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 403

Mains Power Export, Simple Logic

Configuration Tool., Need based Priority

changeover / Power Management

(Programmable),Genset Breaker and Mains

Breaker Control, Auto Start / Stop, Local &

Remote Start/Stop, Engine Parameters &

Protections Reading via Communication cable,

Easy accessibility, MODBUS for BMS

connectivity, Utility Software for PC interfaces,

Grid Paralleling (Mains Optional)

The Controller should display the following

status:-

o Engine Parameters, Running Status, Event

Recording, Fault Code Display, Fault Code

Display, Service Timer Indication, Hour Meter,

Real Time Clock for Time and Date, Voltage,

Current, Hz, KW, KVA, Pf and KVAR, Breaker

Status.

The Controller should have the following

protective features:-

o Engine Protections, Under Voltage / Over

Voltage, Under Frequency / Over Frequency,

Reverse Power (active and re-active),Over

Current (2 Level),Peak Current, Loss of

Excitation, Current Unbalance, Voltage

Asymmetry

7 Alternator:

o The alternator shall be brushless type

(Stamford / Leroy Somer) controlled by field

control unit suitably compounded for voltage

and load current.

o The alternator shall conform to IS: 4722/BS:

2613 and shall be suitable for tropical

conditions. The rating of the alternator shall be

designed on the basis of 40oC Ambient inside

the DG room.

Rating (site). Prime Rated 2250 kVA DG Set as

specified

Voltage. 415 V, Speed. 1500 RPM. Frequency.

50 Hz. P. F. 0.8 lag

Enclosure. IP: 23. Insulation. Class H

Excitation. Self-excited, self-regulated with

brushless system and static Voltage control

unit suitably compounded for voltage and

current to maintain terminal voltage constant

at 415V ± 5% at all load for p.f. not less than

0.8. Lag.

8

Terminal

box and

Connectio

n

The alternator output terminals shall be

enclosed in a terminal box mounted in an

accessible position on the alternator frame. As

far as possible, connections between the

exciter and alternator shall be contained within

the machine frame and connections carrying

AC and DC shall be segregated from each

other. The terminal box shall be of sufficient

size to conveniently terminate cable system for

Page 404: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 404

the DG sets which shall be intimated during

detailed engineering. Suitable tinned copper

pads shall be provided for power cable

termination along with all necessary hardware

and cable lugs. Glands and lugs shall be

provided for control cables also. For single-

phase cables, gland plate shall be of non-

magnetic material. Gland plates shall be

removable type. The generator shall be

complete with voltage transformers necessary

for AVR reverse power protection

9 Synchroniz

ation

A synchronization Panel incorporating all

necessary metering and protection with auto

load sharing and auto synchronization

complete with required software to be installed

to synchronize the DG sets and feed the

synchronized power to the LT Panel. The panel

shall be made of 2.00 mm thick MS sheet and

shall have IP55 degree of protection.

10

Installatio

n of DG

Set

o The entire work of erection, testing and

commissioning of equipment supplied under

this package shall be carried out by bidder and

performance and guarantee tests to be

conducted at site are also included under the

scope of this specification. For this purpose the

bidder shall depute suitable qualified technical

supervisor to site on advance intimation to the

Owner along with all special testing equipment

required for testing and performance and

guarantee tests. The supervisor(s) shall be

responsible for the installation, testing,

commissioning checks and performance &

guarantee tests mentioned in relevant clauses

of this volume and the checks recommended

by the bidder. The bidder shall provide all

tools, equipment’s and instruments required

for installation, testing and commissioning.

o The bidder shall ensure that the equipment’s

supplied by him are installed in a neat

workman like manner such that they are

levelled, properly aligned and well oriented.

The tolerances shall be established in Bidders

drawings and/or as stipulated by the Owner.

o All special tools and tackles and spares

required for erection, testing and

commissioning of equipment should be

supplied by the bidder.

o Erection, testing and commissioning manuals

and procedures shall be supplied, with the

equipment.

o The bidder shall ensure that the drawings,

instruction and recommendations are correctly

followed while handling, setting, testing and

commissioning the equipment

Page 405: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 405

11 Specificati

on of Pipes

o Exhaust Silencer Piping

o The exhaust silencer piping system shall be

of heavy-duty MS pipes confirming to Class- B.

Suitable length of flexible piping shall be used

for connecting the exhaust piping to the engine

as per the recommendations of the

manufacturer.

o Exhaust pipe along with silencer inside the

building shall be provided with mineral wool

insulation with chicken mesh wrapping and 26

SWG aluminium cladding.

o All terminal connections and pipes joint shall

be of welded construction. The terminals of

sizes 2" and above shall be butt welded, and of

sizes 1.5" and below shall be socket welded,

complete with flanges, jointing and fasteners.

o This welding shall be done as per relevant

ASME/ASA codes. The Bidder will have to

indicate beforehand the welding procedure he

proposes to use. After confirmation by the

Owner the procedure that is finalised shall be

strictly adhered to.

12 Trial Test As per OEM recommendation

13

Performan

ce

requireme

nt

o The D.G. set shall operate up to 110% of

rated speed, without undue vibration and

noise. The unit shall be capable of delivering

rated output at 0.8 p.f. at the generator

terminals (after de-rating of the engine due to

site conditions).

o As soon as the set attains rated speed the

transient voltage drop at the generator

terminal shall not exceed 10% of rated value.

14 Statuary

Approvals

o The bidder shall arrange to get all types of

Statutory Approval including Explosive License

from petroleum Explosive Safety Organization

& electrical Installation from Electrical

Inspector, CPCB, COE and other necessary

Government bodies and necessary fees. Liaison

with local authorities and Government bodies

and getting all statutory approval from

statutory authorities

15 Warranty

The standard manufacturer’s warranty for all

the supplied items against defects in materials

and workmanship is for 12 months from the

date of installation or 18 months from the date

of supply whichever is earlier. After the expiry

of warranty, the product should be supported

through comprehensive Annual Maintenance

Contract (AMCs).

Page 406: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 406

10.2

UPS

Make

Model

S. No System

Description Complia

nce

Yes/No

Remarks

1

General

Requirem

ent

o The scope covers supply, installation, testing

and commissioning of Modular UPS systems.

o Supply of Battery banks with battery

mounting racks

o Supply of cables and inter connection

between battery banks and UPS system

(length to mentioned)

2

System

Configura

tion

Modular & scalable UPS up to 600kVA/ 600kW

with 10 minutes back -up at full load and N +N

configuration, N equivalent to 600 KW. The

minimum capacity of per cabinet rating shall

be 200 KVA/200 KW. Power modules and STS

modules should be Hot swappable

3

Environm

ental

Requirem

ents

o Temperature: UPS system normal

operations: 0° to 40°C (32°F to 104°F)

o Batteries : 25°C (77°F)

o Storage : -20°C to +40°C (-4°F to 104°F)

o Relative humidity (operating and storage):

90% non-condensing.

o Altitude: Up to 2000 meters above sea level.

o Audible Noise: Up to 75 dBm at 1 meter

4 Nominal

Voltage

o Input: 380/ 400/ 415 VAC - Three Phase four

wires + ground

o Output: 220/380, 230/ 400, 240/415 VAC

(Selectable) - Three Phase four wires + ground

5

Nominal

Frequenc

y

o Input: 50/ 60 Hz (Auto selectable)

o Output: 50/ 60 Hz (Selectable)

6 Power

factor

o UPS Rated power factor: Unity

o Input power factor: > 0.99

7 Battery

o SMF 12V mono block battery: No. and rating

to be specified by vendor as per the backup

requirement

o Back up required: 10 min

o No. of battery banks in parallel: Not more

than 2 banks per UPS cabinet

8 System

Efficiency

o Online AC to AC efficiency : 96 %

o Eco mode efficiency :> 98%

9

Total

Harmonic

Distortion

o Input iTHD: < 3 -5 % (considering input

uTHD < 1%)

o Output uTHD: <3% for linear load

<5% for non-linear load

Page 407: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 407

10

System

Requirem

ent

o The UPS technology should be True Online,

Double conversion (VFI).

o UPS shall be Modular. Each module should be

rated for 25 30 KVA / kW or above with rated

power factor of Unity (the rating of the module

should be minimum 30kVA/30 kW). Each

frame should be of minimum 200 KVA to 300

KVA requirement.

o The module should be independent with

complete topology of rectifier and inverter

inbuilt.

o The power module and STS modules should

be hot swappable which means it can be

inserted or removed from the UPS system

without disconnecting or disturbing the critical

load connected at the output of the UPS.

o The UPS frame for the modules can be used

as stand-alone or in parallel up to minimum of

four units (horizontal expansion).

o The UPS frame for the module should be floor

mounted with minimum foot print of 200 KW or

more scalable up to 600 KW ( N + N

configuration, N = 600 KW)

o The UPS frame for the modules should have

provision of connecting input/ output/ battery

connection cables suitable for the kVA/kW as

per the maximum number of the module which

can be engaged in the frame.

o Each UPS frame should have provision for

independent monitoring the power modules

placed in it for electrical parameters and

operating status.

o The UPS frame has the provision of

redundant power supply, so that failure of one

does not lead to shut down of UPS. Failure of

Control module not results in complete UPS

shutdown.

o The UPS frame should be provided with

automatic static bypass & maintenance bypass

suitable for the maximum kVA/kW as per the

maximum number of the module which can be

engaged in the frame.

o Each power module should have inbuilt

provision to isolate itself from the input/

output/ DC bus under fault condition or when

being disengaged from UPS.

o Each Power module should have its own

control logic, in event of control module failure

full control logic at the power module levels

allow the system to self-synchronisation for

assure continuous operation and failure of

main logic control and single module not cause

for entire UPS shutdown.

o The UPS frame should have capability of

being parallel without addition of external

hardware (except paralleling cable).

Page 408: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 408

o Each power module rectifier shall be capable

of providing continuous power to the load as

well as for battery charging.

o Each UPS system shall be sized to maintain a

kVA as per Bill of Material, and be equipped

with an individual battery bank capable to

supply this load for the time as indicated in Bill

of Materials and Data Sheet.

11

UPS

Mode of

Operation

As per RFP specification

12

UPS

Compone

nt and

Their

Function

As per RFP specification

13 Warranty

The standard manufacturer’s warranty for all

the supplied items against defects in materials

and workmanship is for 12 months from the

date of installation or 18 months from the date

of supply whichever is earlier. After the expiry

of warranty, the product should be supported

through comprehensive Annual Maintenance

Contract (AMCs).

20 KVA UPS

Scope

To supply, installation, testing and

commissioning of the 20 KVA UPS with 20

minutes battery back uptime at full load

capacity.

15

General

Requirem

ent

o IGBT Rectifier/battery charger

o IGBT Inverter

o Inbuilt double wound transformer

o Maintenance bypass switch

o Static switch & Batteries

16 Nominal

Voltage

o Input: 380/ 400/ 415 VAC - Three Phase four

wires + ground

o Output: 220/380, 230/ 400, 240/415 VAC

(Selectable) - Three Phase four wires + ground

17 IGBT

Inverter

The IGBT inverter will have a PWM digital

vector control system (DSP based), capable of

converting DC voltage from the IGBT rectifier

or battery into AC voltage. A rated output filter

will create an output voltage sinusoidal

envelope.

Inverter should be able to deliver active power

at 0.9 power factor

18

Maintena

nce

bypass

switch

o The UPS will be equipped with a bypass

switch capable of transferring the load to the

bypass supply without interruption so as to

enable the UPS to be switched off and isolated

Page 409: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 409

for maintenance operations. The supply to the

load will be maintained

19 Warranty

The standard manufacturer’s warranty for all

the supplied items against defects in materials

and workmanship is for 12 months from the

date of installation or 18 months from the date

of supply whichever is earlier. After the expiry

of warranty, the product should be supported

through comprehensive Annual Maintenance

Contract (AMCs).

Page 410: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 410

10.4

Bus Bar Trunking

Make

Model

S. No System Description Compliance

Yes/No

Remarks

1

General

Requirem

ent

The bidders shall propose the BBT (Bus Bar

trunking) from transformer 1 & 2 to LT panel 1

& 2 and DG set 1 & 2 to LT panel 1 & 2. There

is no underground trench available hence the

bidder shall take the BBT an overhead. For

installing the BBT the bidder shall consider

necessary accessories like support

angle/structure and bolt net etc. BBT path

should cover with shelter .The BBT height shall

consider minimum 8 meters from the ground.

o The bus bar trunking system, both feeder

and plug-in, shall be of low impedance and

sandwiched construction meaning no air gap

shall exist between bus bars expect at plug-in

opening. It shall be totally enclosed pre-

painted galvanized steel and be of the non-

louvered type maintaining an overall degrees

of ingress protection. All the insulation

materials shall be halogen free.

o The bus bar trunking system shall be suitable

for a 3 phases 4 wires system with full size

neutral and continuous internal copper earth

bar of half size if requested.

o All bus bar trunking system including all

fittings (elbows, zeds, end-feed units, tap-off

units, etc.) shall be IP55 in accordance to IEC

60529 and sprinkler proof without any extra

accessory.

o All fittings and tap-off units shall be from the

same manufacturer as the bus bar trunking

system.

o The bus bar trunking system shall be capable

of being mounted in any position. Plug-in and

feeder sections shall be interchangeable

without the use of special adapter joint covers.

The complete installation shall be coordinated

throughout and where possible, shall consist of

standard 4m sections with special sections and

fittings provided to suit the installation. Fittings

shall be the most compact and light weight as

possible in order to make the design and the

installation easier.

o The bus bar trunking compact design shall

allow standard transport straight lengths or

elbows to be installed through a floor slab or

fire barrier wall.

o Horizontal runs of bus bar trunking system

shall be supported by hangers at every 3

Page 411: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 411

meters. Vertical runs of bus bar trunking

system shall be supported by hangers not

more than 4m apart.

o The bus bar trunking system shall have the

following characteristics:

o Rated Insulation Voltage (A/C):1000 Volts

o Rated Operating Voltage (A/C):1000 Volts

2 Environm

ent

The bus bar trunking system shall be suitable

for continuous operation without de-rating at

an average ambient temperature of 40Deg C

for 24h (45°C maximum peak).

3 Conducto

rs

o Conductors shall be of hard drawn 99%

purity aluminium.

o The insulation used on the bus bar shall be

class” polyester material rated at 130°C and

halogen free.

o Both ends of aluminium conductors shall be

fitted with bimetal copper/aluminium laminate

riders, electrically welded.

o At each tap-off position silver-plated bimetal

copper/aluminium laminate riders shall be

electrically welded to warranty the most

reliable contact between bus bar and tap-off

units.

o Full size neutral of the same cross-sectional

area as the phase conductor shall be provided

for all ratings of the bus bar trunking system.

4 Joints

o The electrical joints shall be of one to four

bolt type designed for even distribution of

contact pressure.

o Belleville washers shall be used to maintain

proper pressure over a large contact surface.

o Bolts shall include an external breakable

head which breaks when the correct torque is

reach and require only a standard handle

wrench to carry out such work.

o Bolts shall be accessible without removing

covers.

o The joints shall be so designed as to allow

removal of any length without disturbing

adjacent lengths.

5 Enclosure

The bus bar trunking housing shall be non-

ventilated and at least of 1.5 mm thick for

protection against dust accumulation and

mechanical damage. The enclosure shall be of

hot dip galvanized and pre-painted sheet steel.

Bus bar trunking system without paint

protection shall not be acceptable. In order to

limit magnetic field around the bus way

system, aluminium enclosures are not

recommended.

Page 412: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 412

Paint Finish: RAL 9001

6 Warranty

The standard manufacturer’s warranty for all

the supplied items against defects in materials

and workmanship is for 12 months from the

date of installation or 18 months from the date

of supply whichever is earlier. After the expiry

of warranty, the product should be supported

through comprehensive Annual Maintenance

Contract (AMCs).

Page 413: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 413

10.5

Electrical Switch Board

Make

Model

S. No System Description Compliance

Yes/No

Remarks

1

General

Requirem

ent

The Standard IEC 61439-1&2 clearly defines

the type of verifications (design verification

and routine verification) that must be

conducted by both organizations involved in

final conformity of the solution: the Original

Manufacturer guaranteeing “assembly system”

design and the Assembly Manufacturer who is

responsible for the final conformity of the Low

Voltage Switchboard.

2

Original

Manufact

urer

requirem

ents

o Voltage stress withstands capability:

measurement of clearances and creepage

distances, power frequency dielectric test.

o Current-carrying capability: temperature rise

tests

o Short-circuit withstand capability: short-

circuit tests (Icc and Icw) of the main circuit,

including the neutral conductor, and the

protection circuit

o Protection against electric shock: verification

of insulating materials

o Protection against fire or explosion hazard:

glow wire test

o Maintenance and modification capability:

IPxxB test and Mechanical operation tests

(especially for removable parts)

o Capability to be installed on site: lifting test,

taken from IEC 62208

o Protection of the Assembly against

environmental conditions: IK test according to

IEC 62262 & Corrosion test

3

Assembly

Manufact

urer

requirem

ents

o Degree of protection of enclosures through

visual inspection

o Clearances and creepage distances through

visual inspection

o Protection against electric shock and integrity

of protective circuits through visual inspection

of basic and fault protection also random

verification of tightness of the connections of

protective circuit

o Incorporation of built-in components through

visual inspection

o Internal electrical circuits and connections

through visual inspection and also random

verification of tightness

o Terminals for external conductors through

number, type and identification of terminals

o Mechanical operation through visual

inspection and effectiveness of mechanical

Page 414: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 414

actuating elements

o Dielectric properties through power-

frequency dielectric test

o Wiring, operational performance and function

through verification of completeness of

information & markings, also inspection of

wiring where relevant and function test where

relevant

4

Switchbo

ard

design

requirem

ents

Devices installation

o All the devices must be installed onto

dedicated mounting plate designed for one or

several switchgears of the same type. The

objective of that point is to group protection

equipment of the same type, as well as

distinguish inside the switchboard the function

of each device or group of devices and avoid

identification mistakes.

o Theses mounting plates will have an

independent fixing system affording them to be

transformed and moved anywhere in the

switchboard and especially to allow easy

evolution of the installation.

o To ensure the maximum protection of people

around the electrical installation, front plates

must be installed in front of all control and

protection equipment’s with both IP3x and

IPxxB level, in order to avoid direct access to

the devices and consequently to the active

parts.

Page 415: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 415

5

Electrical

distributi

on and

architectu

re

o For safety reasons and especially if the door

is opened during the switchboard working, all

bus bars have to be covered by barriers onto

the whole perimeter of the bus bars zone.

o To achieve that requirement, the switchboard

specification must comply with the partitioning

rules at the minimum level of form 2.

o To supply electricity inside the switchboard,

the installation of distribution blocks systems,

using spring terminal technology (IPxxB

compliant), ensures the maximum protection

of people.

o To simplify the implementation in compliance

with the IEC 61439 1&2, the original

manufacturer should supply prefabricated

connections that are perfectly rated and

coordinated to work with the devices.

o Vertical distribution systems should be

designed to allow tightened connection by front

access only. Horizontal and Vertical distribution

system should be designed to allow connection

(with self-breaking nuts) all along the length

thanks to a continuous connection track and

this without any drilling.

o For higher readability of distribution,

horizontal bus bars should be designed with

only one single bar per phase.

o For future evolution in the switchboard, bus

bars should allow the possibility to add all

feeders without any disassembly.

6

Switchbo

ard

Technical

Requirem

ents (IEC

61439-

1&2)

o The Original Manufacturer guarantees the

design of the assembly system,

o The Assembly Manufacturer is responsible for

the final conformity of the switchboard

7

LT Panels

415V MAIN LT PANEL-1 & 2 as per SLD - As

per Above specification

APFCR PANEL - 1&2, 550 KVAR - As per Above

specification

RP PANEL- 1A & 1B - As per Above

specification

UTILITY PANEL - As per Above specification

PAC PANEL-1A & 1B - As per Above

specification

PAC PANEL-2A & 2B - As per Above

specification

UPS O/P PANEL-1A & 1B (BASEMENT) - As per

Above specification

UPS O/P PANEL-2A & 2B (BASEMENT) -As per

Page 416: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 416

Above specification

8 Warranty

The standard manufacturer’s warranty for all

the supplied items against defects in materials

and workmanship is for 12 months from the

date of installation or 18 months from the date

of supply whichever is earlier. After the expiry

of warranty, the product should be supported

through comprehensive Annual Maintenance

Contract (AMCs).

Page 417: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 417

10.6

Air Circuit breaker

Make

Model

S. No System Description Compliance

Yes/No

Remarks

1 Air Circuit

breaker

As per RFP Specification

10.7

Molded Case Circuit Breaker

Make

Model

S. No System Description Compliance

Yes/No

Remarks

1

Molded

Case

Circuit

Breaker

As per RFP Specification

10.8

Energy Meter

Make

Model

S.No System Description Compliance

Yes/No

Remarks

1 Energy

Meter

LT Panel 1 & 2 and UPS output Panel 1 & 2 all

the compartment should have energy meter

and indication Lamp and ON/Off/Trip Switch.

PAC and Utility panel main input should have

Energy meter/Multifunction Meter and

indication lamp and ON/Off/trip switch

10.9

TVSS

Make

Model

S.No System Description Compliance

Yes/No

Remarks

1

TVSS

The main incoming switchboard (MSB) and

distribution boards (DB) shall be equipped with

TVSS as defined in the IEEE standard

1100(1999).

The TVSS shall be constructed of Metal Oxide

Varistor (MOV) technology and internal surge

capacitors.

The surge protective devices shall be sized per

IEEE Std C62.41-1991 and IEEE Std C62.45-

1992.

Page 418: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 418

Surge protective devices used for three-phase,

four-wire circuits shall be connected in all

combinations of line-to-line, line-to-neutral,

line-to-ground, and neutral-to-ground. (L-L, L-

N, L-G, N-G)

The TVSS shall have a UL listing and labelled

1449-2 suppressed voltage rating of 800V

peak.

The unit shall have a maximum continuous

operating voltage (MCOV) rating of minimum

320VRMS.

The Response time of TVSS shall be £ 0.5

nanoseconds.

The TVSS shall provide up to 40dB for RFI &

EMI noise attenuation.

TVSS monitoring shall consist of indicator

lamps and form C dry contacts. Monitoring of

all modes, including N-E is required.

10.11

Cables

Make

Model

S.No System Description Compliance

Yes/No

Remarks

1 LT Cables All LT cables as per RFP Specification

10.12

Cable Tray

Make

Model

S.No System Description Compliance

Yes/No

Remarks

1 Tray All Power Cable tray as per RFP specification

10.13

Floor PDU

Make

Model

S.No System Description Compliance

Yes/No

Remarks

Page 419: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 419

1

General

Requirem

ent

o The PDU shall contain the appropriate

modular distribution panel within a Rack

enclosure suitable for installation in a data

centre environment. The distribution panel

shall be intrinsically finger safe, and shall be

suitable for the installation of single or three

phase modular circuit breaker assemblies

without the need for hand tools.

o Each [208V] [400V] PDU shall be comprised

of trained-personnel hot-swappable circuit

breakers which shall require no tools to install.

o The PDU and associated equipment shall

operate in conjunction with a primary power

supply to provide quality uninterrupted power

for mission critical, electronic equipment load.

o All programming and miscellaneous

components for a fully operational system as

described in this Section shall be available as

part of the PDU.

2

AC

Nominal

Input

Voltage

3-phase, 400A, 3-Wire+N+G, 60 Hz]

Phase, 3-Wire+N+G, 60Hz]

3

AC

Nominal

Output

Voltage

[208V 1-phase, Each phase 400 Amps /

[400V 3-phase, 400A maximum, 3-wire + N +

G]

4

Regulator

y

Requirem

ents

o National Fire Protection Association (NFPA).

o ISO 9001

o ISO 14001

5 Environm

ental

o Storage Ambient Temperature: 0 to +45°C

o Operating Ambient Temperature: 0 to 30°C

(0 to 40°C de-rated)

o Relative Humidity: 0 percent to 95 percent,

non-condensing.

o Altitude: 0 – 10,000 m

6 Input

voltage

The PDU shall be available for a 400/230

7 Distributi

on Board

the PDU shall be one 72 pole distribution board

connected to the output bus of the PDU to

serve as critical load distribution

8

Enclosure

with

locking

mechanis

m

The PDU shall also have a full-length hinged

front door, with locking mechanism, to allow

access to the panel board circuits. There shall

also be a hinged rear door to allow access to

the back of the unit

9 Display

Unit

As per RFP Specification

Page 420: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 420

10

Remote

Monitorin

g

o Web Monitoring: Remote monitoring shall be

available via a web browser such as

Internet Explorer.

o RS232 Monitoring: Remote PDU monitoring

shall be possible via RS232 serial port

connection.

o Simple Network Management Protocol

(SNMP): Remote PDU Monitoring shall be

possible through a standard MIB II compliant

platform

11 Warranty

The standard manufacturer’s warranty for all

the supplied items against defects in materials

and workmanship is for 12 months from the

date of installation or 18 months from the date

of supply whichever is earlier. After the expiry

of warranty, the product should be supported

through comprehensive Annual Maintenance

Contract (AMCs).

10.14

Grounding System

Make

Model

1 Groundin

g System

To consider the following earth but not limited

to below,

1. Transformer body earth - 2 No's

2. Transformer neutral earth - 2 No's

3. UPS Body earth - 2 No's

4. UPS neutral earth - 2 No's

5. DG body earth - 2 No's

6. DG neutral earth - 2 No's

7. Panel Body earth - 2 No's

8. Tray earth - 2 no's

9. Rack earth - 2 No's

10. Raised floor earth etc.…

2 Earth

Electrode

o The electrode shall be a solid steel rod made

of high tensile low carbon steel and coated

with molecularly bonded copper on the outside

as per UL 467.

o The thickness of the copper coating shall be

at least 250 microns

o The electrode diameter shall be 14.2/17.2

mm

o The earth electrode shall carry UL marking

and manufacturer’s name

o The length of the electrode shall be either

1.22/2 / 3 mtrs based on the soil conditions.

3

Earth

Resistanc

e

The effective earth resistance of the above

earth system after interconnection shall be less

than one ohms.

It should accord with local Bhubaneswar

electricity board standard

10.15 Lighting - LED

Page 421: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 421

Make

Model

S. No System Description Compliance

Yes/No

Remarks

1

LED

Lighting

& Motion

Sensor

LED light fitting with suitable motion detector

system

2

Lighting shall be a minimum for 500 lux in the

horizontal plane and 200 lux in the vertical

plane measured 100 cm above the finished

floor in the middle of all aisles between cabinet

3

o Emergency lighting and exit signs shall be

properly placed per local standard such that an

absence of primary lighting will not hamper

emergency exit.

4

The bidder should give minimum 5 years of

warranty. In case any failure happen during

warranty period the bidder has to replace the

light fitting at free of cost.

10.16

Conduit

Make

Model

S. No System Description Compliance

Yes/No

Remarks

1 Conduit All Conduit as per RFP specification

Electrical Socket and Switches

Make

Model

1 Switches All Electrical socket and Switches as per RFP

specification

Page 422: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 422

Cooling and Mechanical:

11.1

Precision Air Condition

Make

Model

S. No

Descripti

on Technical Requirement

Compliance

Yes/No Remarks

1

Genera

l

Requir

ement

The AC Units should have high sensible heat

ratios, to match high sensible loads of

Computer/Server Rooms/ Switch room/UPS. A

Microprocessor controlled Precision package AC

system with R-410a refrigerant/equivalent shall

be suitable to take thermal and air qty. inputs

from the server and adjust its operation

accordingly so as to achieve highest levels of

performance and efficiency

2

The Precision AC Unit should be Variable

Capacity type. The Indoor unit shall be shall

comprise of Variable capacity Digital

Scroll/Inverter/tandemScroll Compressor in

independent or Tandem circuit, corrosion

resistant EC fans, Evaporator DX Cooling Coil

with hydrophilic coating, Microprocessor

controllers, Expansion valves, Driers, G4 Filter,

Suction and Discharge piping, Internal power

and Control wiring, Infrared/Electrode

Humidifier, Heaters, HP/LP Cut-outs, Power and

Control contactors, water leak detectors and

Other Electrical accessories.

3

Design

o Unit return / Supply air temperature :As per

Specification

o Ambient air design temperature :45 Deg C

o Cooling Capacity of Each Unit :As per BOQ

o Air Flow Direction :Bottom discharge-top

return / As per BOQ

o Air inlet Temp & RH :Set point ± 1°C (DB)

& Set point

± 5% (Return Air)

o Air Quantity :Modulating as per server

requirement

(110 cfm/kW (min))

4

o The Unit should be designed for High return

application (35 deg C).

o Units should be able to provide 0.85 to 1 SHR

at part load

o Units should be able to work for fixed supply

air logic instead of return air control logic. For

Data Centre / Server room, Units should be also

connected to cold aisle remote sensors for

taking the temperature feedback from the top

of the racks at multiple places. This would help

to regulate the fan for required airflow in the

cold aisles.

Page 423: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 423

o The Units shall be designed for 68-69 DBA at

1.5 meter from the unit outlet quiet operation

with all moving parts mounted on anti-vibration

mounting and carefully balanced to ensure

minimum vibration.

o If required, the unit shall be tested at site for

performance rating before acceptance.

Performance test shall be a heat load test using

heater supplied by the Precision unit supplier.

5

Design

Requir

ement

s

The environmental control system shall be

Factory assembled unit. It shall be floor

mounted, optimized for maximum cooling

capacity in a minimum footprint. It shall be

specifically designed for service from the front

of the unit. The system shall be designed for

draw-through air arrangement to insure even

air distribution to the entire face area of the

coil. The unit shall modulate cooling capacity

and airflow based on requirements.

The unit shall be ready to allow the installation

of shackles for top handling. Forklift handling

should be possible as well.

6

Cabine

t

o The cabinet is manufactured from galvanized

steel sheet, externally painted with epoxy-

polyester paint.

o The unit construction shall be enabled to

access all the main components of the machine

from the front for installation and routine

servicing.

o The unit outside cabinet shall coated with

epoxy‐polyester paint,

The panels should be double skinned lined on

the inside with heat/fire and sound‐proofing PU

insulation of adequate thickness with Nitrile

rubber lining or as per standard

o The frontal panel(s) are assembled on hinges

to make the access easier; this can be opened

by the fast closing lock or as per standard

o The rear and side panels are screwed to the

supports. The rear panel(s) are screwed directly

to the frame.

Page 424: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 424

7

Coolin

g

circuits

o One (Two) refrigeration circuit(s), (each)

incorporating one (two) high efficiency, fully

hermetic Digital Scroll/Inverter Scroll

compressor/s with crankcase heater, air-cooled

condenser, liquid receiver with outlet service

valve, safety valve, filter drier, moisture

indicating sight glass, liquid line solenoid valve

and an electronic expansion valve directly

controlled by the unit microprocessor to allow

the highest energy saving.

o Each circuit is equipped with pre-set high

pressure switch and low pressure transducer for

protection against high condensing and low

evaporating temperatures. The low pressure

transducer is managed by microprocessor

controller, whilst to avoid compressor cycling at

high discharge pressures, the high pressure

switch is equipped with a manual reset.

o The inclined evaporator coil is manufactured

from copper tubes, mechanically bonded to

hydrophilic painted aluminum fins, with a

stainless steel condensate drain pan. The large

face area/low velocity coil allows precise control

of temperature and humidity during cooling and

dehumidification, and is designed to optimize

fluid velocity and minimize pressure drop.

o The evaporator shall be staged coil to allow a

maximum efficiency on partial loads.

o The moisture indicating sight glass and liquid

line solenoid valve for each circuit are mounted

visible from a service window, immediately

accessible once open the frontal door/s, to allow

checking and adjustment while the unit is in

operation

8

Fan

section

o The unit is fitted with one (two, three) direct-

driven, high efficiency, single inlet, backward

curved, centrifugal ‘plug’ type innovating EC

fan(s). The fan(s) have an impeller with curved

blades corrosion resistant.

o The fan motors are Electronically

Commutated, IP54, with internal protections,

continuous speed regulation via controller

signal. The motor is three-phase with IP54

protection; provided with internal thermal

protection.

o The fan wheel is statically and dynamically

balanced; the bearings are self-lubricating.

o Between the fans shall be installed an “S”

shape separator design to eliminate turbulence

effects of one fan to the others; it shall be also

designed to increase efficiency compared to

simple plate separator

Page 425: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 425

9 Humidi

fier

o The humidification system is provided by an

electronic control humidifier. The

dehumidification function, which is supplied as

standard when the humidifier option is installed,

acts by reducing the fan speed with consequent

reduction of the air flow and at the same time

operating the variable capacity compressors at

full capacity

o Humidification control may be of the

proportional or of the on-off type, according to

the requirements of the installation: on/off is

set as standard. Any amongst the following two

may be used for Humidification

10

Infrare

d

Humidi

fier

The unit is fitted with an infrared humidifier

suitable for use with water of varying degrees

of hardness. The humidifier is complete with a

water inlet valve, and a maximum water level

sensor; the humidifier includes 3 high-intensity

quartz lamps shine on water creating

instantaneous moisture using almost any water

quality. The cleanable stainless steel humidifier

pan is removable from front of the unit

11

Electro

de

Humidi

fier

• The unit is fitted with an electrode boiler

humidifier suitable for use with water of varying

degrees of hardness, provided that the water is

not treated or demineralized (Conductivity

range 125-1250 mS/cm). The humidifier is

complete with a water inlet valve, water outlet

pump and a maximum water level sensor.

• Steam from the cylinder is mixed with the

discharge air from the evaporating coil by

means of a copper steam distributor.

• The unit controller monitors the condition of

the steam cylinder, and generates an alarm

when the cylinder needs to be changed.

Cylinder replacement is easy and quick.

• The humidifier is complete with a self-

adapting flow control system, which monitors

and controls the electrical current passing

through the cylinder. Output adjustment is

from 30-100% via the unit controller

12

Air

filtratio

n

• The standard filtration grade is G4 (95% down

to 5 microns). The filter pleated structure gives

high filtration efficiency, low pressure drop and

permit to use the filter without metallic or

cardboard frame. They are easily

accessed/replaced by opening the front panels.

• The unit is fitted with a filter differential

pressure switch, connected to the

microprocessor controller to provide ‘Filter

Clogged’ warning indication

13 Monito

ring As per RFP Specification

Page 426: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 426

14

Microp

rocess

or

Control

ler As per RFP Specification

15

Refrige

rant

piping:

a) Expansion valve with pressure equalization;

b) Liquid Receiver,

c) Removable liquid line drier / filter.

d) Liquid line sight glass with moisture

indicator.

e) Hand shut off valves.

16

Electric

al work

Each Precision AC unit should be provided with

in-built electrical panel. Necessary 415 Volts

+/- 10%, 3 Phase, 4 Wire (With Neutral), 50 Hz

+/- 5% Power shall be provided by Customer at

each unit’s electrical panel. Balance distribution

of Power is in the Scope of Bidder. All Electrical

cabling should be of armored Copper.

Unit to be supplied with factory supplied Dual

power box along with unit to power the PAC

equipment from dual source

Page 427: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 427

11.2

Row Based Cooling

Make

Model

S. No System Description

Compliance

Yes/No Remarks

1 General

Requirement

o The AC Units should have high

sensible heat ratios, to match high

sensible loads of Computer/Server

Rooms/ Switch room/UPS. A

Microprocessor controlled Precision

package AC system with R-410a

refrigerant/equivalent shall be

suitable to take thermal and air qty.

inputs from the server and adjust its

operation accordingly so as to

achieve highest levels of

performance and efficiency.

o The Indoor unit shall comprise of

Variable capacity Digital

Scroll/Inverter /Tandem Scroll

Compressor, EC fans, Evaporator

DX Cooling Coil with hydrophilic

coating, Microprocessor controllers,

Thermostatic/Electronic Expansion

valves, Driers, Filter, Suction and

Discharge piping, Internal power

and Control wiring, Humidifier,

Heaters, HP/LP Cut-outs, Power and

Control contactors, water leak

detectors and Other Electrical

accessories.

2 Design Condition

o Unit return air temperature : 37.0

Deg C / 24%RH

o Ambient air design temperature :

45 Deg C

o Net Sensible Cooling Capacity :

33kW Minimum

o Air Flow Direction : Horizontal-in

front of the racks

o Air inlet Temp & RH : Set point

± 1°C (DB) & Set point

• ± 5% (Return Air)

o Air Quantity : Modulating as per

server (80-100 cfm/kW min)

o Units should be able to provide

0.85 to 1 SHR at part load

o Units should be able to work for

fixed supply air logic /return air

control logic. Units should be also

connected to cold aisle remote

sensors for taking the temperature

feedback from the top of the racks

at multiple places. This would help

to regulate the fan for required

Page 428: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 428

airflow in the cold aisles.

o The Units shall be designed for 68-

69 DBA at 1.5 meter from the unit

outlet quiet operation with all

moving parts mounted on anti-

vibration mounting and carefully

balanced to ensure minimum

vibration.

o If required, the unit shall be tested

at site for performance rating before

acceptance. Performance test shall

be a heat load test using heater

supplied by the Precision unit

supplier.

3 Design

Requirements

The environmental control system

shall be a factory assembled unit. It

shall be floor standing type,

optimized for maximum cooling

capacity in a minimum footprint. It

shall be specifically designed for

service from the front and rear of

the unit. The system shall be

designed for draw-through air

arrangement to insure even air

distribution to the entire face area of

the coil. It shall have adjustable air

supply diffusers / grilles, the unit

shall be capable to be mounted

between the racks or at the end of

row. The unit shall modulate cooling

capacity and airflow based on

requirements.

These units are to be supplied with

400 Volt, 3 phase, 50 Hz power

supply.

4 Cooling Circuit

o The Cooling circuit should be

Variable type. One refrigeration

circuit, incorporating a high

efficiency, fully hermetic Digital

Scroll/Inverter/tandem Scroll

compressor , safety valve, filter

drier, moisture indicating sight glass

with or without, liquid line solenoid

valve and an externally equalized

expansion valve.

o Each compressor to be equipped

with pre-set high and low pressure

switches for protection against high

condensing and low evaporating

temperatures. The low pressure

switch features an automatic reset

(with an adjustable delay for winter

start-up).

o The unit shall be provided with

additional protection against high

Page 429: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 429

ambient temperature. When the

temperature goes over the design

conditions, the unit remains in

operation with partial load (20%

decrease against required). If such

protection is not sufficient High

Pressure switch shall generate a

high pressure alarm and the unit

shuts down - manual reset shall be

required.

o The inclined evaporator coil is

manufactured from copper tubes,

mechanically bonded to hydrophilic

painted aluminium fins, with a

stainless steel condensate drain pan.

The large face area/low velocity coil

allows precise control of

temperature and humidity* during

cooling and dehumidification*, and

is designed to optimize fluid velocity

and minimize pressure drop.

o The moisture indicating sight

glass, liquid line solenoid valve and

expansion valve for each circuit are

mounted in a service compartment,

isolated from the air stream, to

allow checking and adjustment while

the unit is in operation

5 Fan section

Units shall be with Direct Driven EC

Fans, High efficiency, external rotor

electronically commutated (EC)

motor with integrated electronics,

backward curve, corrosion resistant

aluminium fan wheel, Maintenance

free design and construction. The

fan section shall be designed for

higher air flow. The fan shall be

protected over temperature of

motor, electronics, locked rotor

protection, short circuit of motor

output. Fans are IP54, Protection

class F

6 Air Filtration

Room air to be filtered with filters

rated MERV8 following ASHRAE 52.2

(45% by ASHRAE 52.1) or G4

following EN779, located within the

cabinet, and accessible from the

rear of the unit. Frame of the filter

shall be made of galvanized steel.

Clogged filter alarm shall be a

standard feature

Page 430: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 430

7 Humidifier

The unit to be fitted with a canister

type steam humidifier suitable for

use with water of varying degrees of

hardness, provided that the water is

not treated or demineralized

(Conductivity range 125-

500mS/cm). The humidifier is

complete with a water inlet valve,

water outlet valve and a maximum

water level sensor, disposable

cylinder, steam distributor and

electronic controls. Humidifier

control is of the ON-OFF type, can

be also disabled by remote contact

(Optional - humidifier and reheat

lockout). Humidifier is removable

from the rear of the cabinet.

8 Monitoring As per RFP Specification

9 Microprocessor

Controller As per RFP Specification

10 Refrigerant

piping:

a) Expansion valve with pressure

equalization;

b) Liquid Receiver,

c) Removable liquid line drier / filter.

d) Liquid line sight glass with

moisture indicator.

e) Hand shut off valves.

11 Electrical work

Each Precision AC unit should be

provided with in-built electrical

panel. Necessary 415 Volts +/-

10%, 3 Phase, 4 Wire (With

Neutral), 50 Hz +/- 5% Power shall

be provided by Customer at each

unit’s electrical panel. Balance

distribution of Power is in the Scope

of Bidder. All Electrical cabling

should be of armored Copper.

Unit to be supplied with factory

supplied Dual power box along with

unit to power the PAC equipment

from dual source

11.3

Cold Aisle Containment (CAC)

Make

Model

S. No System Description

Compliance

Yes/No Remarks

Page 431: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 431

1

COLD AISLE

CONTAINMENT

(CAC)

Cold aisle containment (CAC)

material should be of Plexiglass type

or polycarbonate material having

fire retardant property. CAC Top

Covering Should be Of European

Class E Fire Rated Plexiglass. It

should be light in weight & should

generate very less smoke in case of

fire. CAC Should be with sliding type

of doors (without automatic door

opening/closing).

Plexi Glass CAC material with Set of

angle profiles, Cross members

including end cross members to

support the Perspex covers and with

proper finishing, necessary supports

need to be supplied from Precision

AC manufacturing company and

They should also be responsible for

the complete low site related

activities as per above specification.

Any other material like normal glass

or toughened glass will not be

accepted due to data centre safety

and flexibility concern.

2

o Cold aisle containment should be

done to avoid mixing of cold air with

hot air. Precision AC unit’s

microprocessor controller should be

connected to cold aisle temperature

directly, multiple sensors installed in

the cold aisle top shall modulate the

EC fan speed at part load. CRAC

unit’s temperature to be maintained

by supply air control mechanics by

modulating the compressor based

on supply air temperature sensor.

This practice will result into

substantial power savings.

o Cold aisle to be filled with required

amount of cold air at desired

temperature conditions. There

should be uniform air flow pattern in

the cold aisle (High opening grills to

be placed based on the air flow

requirement). The air from the false

floor can be regulated via the fan

speed of the down flow units

connected to cold aisle temperature

sensors. The temperatures on top of

the server rack provide an indication

of whether sufficient air is being fed

into the cold zones.

o Vendors need to consider the

prices for software and hardware

required for enabling the above

Page 432: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 432

solution in all the units. In case if

one unit controller fails other units

to take the commands to insure the

higher availability.

o CRAC units shall communicate

each other and shall work as team

to modulate the fans at parts for

high power savings

o If the room temperature in the

cold zones deviates from the

specified level, the fan speed is

increased or decreased as required”.

This insures 24 Hours X 365days

continues monitoring of air flow and

temperature in the cold aisle

resulting into high power savings

and uptime.

o RH control shall be done though

return air.

3 Ceiling Panels

o Ceiling panels shall be 6.0 mm

thick Lexan clear-ribbed panels or

2.36 mm thick V0 clear panels with

aluminium framing.

o Flame spread rates: Smoke

development index "0-65" and flame

spread index “0” in accordance with

UL723 or ASTM84. Nominal

thickness: 2.36 mm (V0 clear) –or--

Smoke development index "20" and

flame spread index "0" in

accordance with UL723 or ASTM84.

Nominal thickness: 6.0 mm (Lexan)

o Minimum Light Transmission per

ASTM D1003 equal to 82% or

greater.

o Ceiling panels shall be designed to

be supported by the frames of the

IT Equipment racks. Ceiling Panel

frames sizes shall be suitable to

match up with various rack widths,

row width, and hot aisle widths.

o The ceiling system shall be

designed to permit removal of the

ceiling panel from within the

contained zone without the use of

tools for service access to the space

above the Aisle

4 Rack Equipment

Baying Kits

o Metal and plastic components shall

be supplied to establish consistent

spacing between the racks or rack

based equipment, and to fill the

space to provide an air containment

seal at the juncture between two

adjacent racks or rack based

equipment.

Page 433: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 433

5 Door frames and

Doors:

o o Metal door frames and doors

shall be provided to establish air

containment at the end of two rows

of racks. The door frame system

shall match the height of the rack

based equipment, and match the

design width of the contained aisle.

o Doors shall be hinged or sliding, to

permit access into the contained

aisle for maintenance or servicing.

Standard door operation shall not

interfere with access or service on

any rack or rack based equipment.

o Doors shall be provided with a

window, handles and latches. The

following options are available and

should be provided if specified:

o Door locks and three matching

keys per door

o Two proximity switches provided

per door for open/closed status

o Automatic door closure system for

sliding door

o Sliding door for both the side of aisle

6 Control Unit

o Shall be mounted in rack

o Voltage options are 100-240VAC

single phase 50/60 Hz

o Shall power up to 12 lights per

control unit

o Shall be provided with 2 power

cords: (1) C13/C14, (1) C13/NEMA

5-15P

o Group control capability for use of

more than one control unit per

contained pod. Up to five total

control units can be grouped

together

o Control unit comes with integrated

rotary switch for adjusting light ON

interval. Time settings shall consist

of various presets from 1 to 75

minutes of light ON operation

o Two group LED outputs on control

unit (lights wired in series)

o Integrated LED indicates power

status of control unit

o Controller is to be installed to

mounting rails in lowest position of

rack (preferably the 0U position)

(hardware provided)

Page 434: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 434

7 Motion Sensor

o Shall provide two motion sensors

per control unit

o Capable up to four motion sensors

per control unit

o Motion sensors shall mount to

door or curtain header (mounting

brackets provided)

o If any of the four motion sensors

(per control unit) detect movement,

LED bank will illuminate.

o Utilizes a single RJ45 connection

per motion sensor (shall be routed

out of visibility)

8 Manual Light

Switch

o Shall provide two manual light

switches

o Shall mount inside or outside of

aisle

o Shall mount via three methods

(hardware provided): 1) Fastener 2)

Magnet, or 3) hook and loop

o Manual switch turns OFF the light

bank

o Motion sensors become inactive

when a manual switch is pushed.

After 10 seconds, motion sensors

are automatically restored

11.4

Cassette Air Condition

Make

Model

S. No System Description

Compliance

Yes/No Remarks

1 Cassette Air

Condition

Meeting Room ( 2 Indoor Units) -

Manager Room ( 2 Indoor Units)

Staging Room ( 2 Indoor Units)

BMS Room ( 2 Indoor Units)

NOC ( Monitoring Room) ( 2 Indoor

Units)

2

Supply and installation of Variable

Refrigerant flow System, Factory

assembled, factory charged, factory

run tested of mentioned capacity.

System should consist of accessible

Inverter driven variable speed

compressors, Air-cooled condenser,

steel base for mounting the above

components, refrigeration piping,

fittings, valves, refrigerant and oil,

controls and ancillaries and nos. of

Page 435: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 435

Variable

Refrigerant Flow

various types of indoor units

3

All the Outdoor units of the system

shall be suitable for operation with

415 V +/_ 10%, 50 Hz, 3 Ph., 4 wire

AC supply whereas all indoor units

preferable should be with 230 V,

50Hz Single Phase supply only.

System should include all protection

devices / Controls to with stand

fluctuation / variation in power

supply. Outdoor units shall be able to

operate over a range of outdoor

ambient Temperature from 0° C to

50° C. Sound pressure levels of the

outdoor units shall not exceed 75

dBA at 1M from the unit. The sound

data should be measured in

accordance with ARI standard 575.

4

System shall provide stable, trouble

free and safe operation and provides

flexibility in operation of indoor units

with independent control of each

indoor unit including partial

operation. The system should be

provided Multi compressor circuit for

better flexibility. The system should

be self-intelligent to run on low

outdoor temperature for better power

consumption irrespective of nos. of

indoor units in operations

5

System should have provision for up

gradation as and when required for

its 50% capacity.

Modular system shall be incorporated

for all required control for parallel

operation of Compressors, Condenser

fans and Indoor units along with all

refrigerant liquid control. The system

should be designed for proper oil

return to compressor along with

distribution of all in each compressor.

Outdoor unit should be provided with

anti-corrosive treatment with

powder-coated finish. Unit will be

skid - mounted type and should be

installed on suitable size cushy foot

mount for vibration control

6

Operation of the VRF system shall be

through independent wired remote

controllers and through Central

Controller

Page 436: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 436

7 Warranty

The standard manufacturer’s

warranty for all the supplied items

against defects in materials and

workmanship is for 12 months from

the date of installation or 18 months

from the date of supply whichever is

earlier. After the expiry of warranty,

the product should be supported

through comprehensive Annual

Maintenance Contract (AMCs).

Page 437: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 437

Safety and Security:

12.1

Addressable Fire Detection & Alarm

Make

Model

S. No System Description Complianc

e Yes/No

Remarks

1 Location

Server Room 1,2,3 & 4,ISP room 1 &

2, Communication Room 1 & 2,Stagng

Room, Electrical Room 1 & 2(2nd

Floor),Electrical Room 1 &

2(basement ),Battery Room, UPS

room 1 & 2 etc...

2 General

Requirement

o The control panel, to be intelligent

device addressable, analogy

detecting, low voltage and modular,

with digital communication

techniques, in full compliance with all

applicable codes and standards. The

features and capacities described in

this specification are required as a

minimum for this project and shall be

furnished by the successful bidder.

o The system shall be in full

compliance with National and Local

Codes.

o The system shall include all required

hardware, interconnecting wiring and

software to accomplish the

requirements of this specification and

the contract drawings, whether or not

specifically itemized herein.

o All equipment furnished shall be

new and the latest state of the art

products of a single manufacturer,

engaged in the manufacturing and

sale of intelligent fire detection

devices for over ten years.

o The system as specified shall be

supplied, installed, tested and

approved by the local Authority

Having Jurisdiction, and turned over

to the owner in an operational

condition.

Page 438: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 438

3 System

Requirements

o Communication between network

nodes, each supporting an interactive,

self-standing, intelligent local control

panel, with system wide displays.

Any network node shall be capable of

supporting a local system in excess of

4000 input/output points.

o The local system shall provide

status indicators and control switches

for all of the following functions:

• Audible and visual notification alarm

circuit zone control.

• Status indicators for sprinkling

system water-flow and valve

supervisory devices.

• Any additional status or control

functions as indicated on the

drawings, including but not limited to;

emergency generator functions, fire

pump functions, door unlocking and

security with bypass capabilities.

o Each intelligent addressable device

or conventional zone on the system

shall be displayed at the Central

Alarm Receiving Terminal and the

local fire alarm control panel by a

unique alphanumeric label identifying

its location

4

o The fire alarm control panel shall

be microprocessor based using the

multiple microprocessors throughout

the system providing rapid processing

of smoke detector and other initiation

device information to control system

output functions. There shall be a

watchdog circuit, which shall verify

the system processors and the

software program. Problems with

either the processors or the system

program shall activate a trouble

signal, and reset the panel. The

system modules shall communicate

with an RS 485 network

communications protocol. All module

wiring shall be to terminal blocks,

which will plug into the system card

cage. The blocks shall be colour

coded to prevent accidental crossing

of wiring.

5

o The basic system shall have

capabilities for 252 intelligent

initiation devices and can be

expanded up to 2500 intelligent

initiation devices. The system shall

employ a flexible number of detection

Page 439: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 439

Control Panel

input loops to reach maximum system

capacity. Systems which, have a

fixed number of device addresses per

node based on a fixed number of

device circuits (loops) shall provide

20% of loop maximum spare capacity

on all loops to meet this requirement.

6

o The Device Loop Card shall be

capable of minimum 252 intelligent

devices distributed between two SLC

circuits. Any trouble on one circuit

shall not affect the other circuit. This

module controls the signalling from

the initiation devices reporting alarms

and troubles to the control panel.

This module shall also provide the

signalling to the field devices for

controlling the output of specific

initiation devices. The circuit shall be

capable of being connected with

polarity insensitive intelligent

initiation devices. The circuits shall

have the ability to be wired, Style 4,

Style 6. Any of all of the 252 devices

on the loop card shall be capable of

activating up to two devices (relay

base, audible base or remote lamps).

These accessories shall not take away

from the 252 addresses available per

loop. Systems which, require unique

addresses for SLC circuit accessories

(remote relays, relay bases, audible

bases and remote lamps) shall

provide 50% spare capacity for each

loop to provide for system expansion.

The on board microprocessor provides

the loop card with the ability to

function even if the main

microprocessor fails. LED’s on the

board shall provide annunciation for

the following; Power, Card Failure,

Network Failure, Ground. Fault,

Alarm, Trouble, Short Zone 1, Short

Zone 2, Style 6 Open Zone 1, Style 6

Open Zone 2. This card shall plug

into the system card cage.

7 o The Signal Line Circuits shall be

tested for opens, shorts, ground

faults, device status and multiple

device response (2 devices at same

address) and communications with all

addressable devices installed before

connection to the control panel.

Systems without this capability shall

have a test panel installed for initial

Page 440: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 440

testing to eliminate any possible

damage short term or long term to

the control panel. After initial testing

replace the test panel and proceed

with complete testing.

o The Person Machine Interface

(Display) or the Remote Person

Machine Interface (Repeater) shall

provide the system information on six

inch ¼ VGA monochrome LCD, with

Touch Screen and LED display. The

DISPLAY shall provide floor plans with

alarm type and “you are here”

indication. The DISPLAY shall be

navigable by device/module custom

message in the system architecture

with no need for device address

knowledge. The DISPLAY shall

provide a physical as well as a system

geographic view. Graphic user

interface shall be menu driven with 4

tabs showing the level and the total

events for each tab. The tabs shall

be; Alarm, Supervisory, Trouble and

Security. Each level shall show 5

events simultaneously. The LED

displays shall indicate Power, Audible

On or Silenced, and Partial system

disabled. Systems not having the

above LED’s shall provide separate

LED’s within the control panel

enclosure with appropriate labels.

Selection buttons shall be backlit to

aid the operator in the selection

process. There shall be controls for

scrolling throughout the event list. A

button shall provide zoom in zoom out

for the amount of information desired

for a specific entry. The DISPLAY shall

be capable of monitoring the power

supply loading and show available

capacity for future expansion

planning. The DISPLAY LCD shall

provide standard NFPA symbols

showing Fire Service Equipment,

Hazards, compliant with NFPA 170

and People in the area of alarm.

Systems without this type of display

shall supply a “UL” listed Graphics

package with their system. The LCD

shall have a keyboard screen to allow

the technician ability to enter test and

numbers for passwords or text

changes.

Page 441: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 441

8

o The Zone Indicating Card shall

contain 4 NAC circuits rated at 4 amps

each with power-limited outputs. All

zone inputs for the card shall be

isolated and independently

supervised. There shall be at least 3

unique codes/signals for each circuit

based on system logic. These signals

shall be Temporal Code 3

(Evacuation), Steady (Such as

“Recall”), and Alert (such as “Tornado

Alert”). The card shall be listed for

notification appliances, horns, bells,

strobes, and speakers. The card shall

also be listed for NFPA 13 Pre-Action

Release, Halon 1301 NFPA 12A,

NOVEC1230 NFPA 2001, Lease Line,

and Municipal Tie. The card shall

have the ability to wire the circuits

Style Y or Style Z with outputs

synchronized. The card shall have the

following LED’s to provide trouble

shooting and annunciation; Reset,

Power, Card Failure, Network Failure,

Ground. Fault, Zone Activation or

Trouble. This card shall plug into the

system card cage.

9 o The Network Interface Card shall

provide communication between

enclosures. The network card

supervises the network to insure

proper operation. Any faults that are

detected shall be reported to the

DISPLAY for annunciation. The

network card shall isolate short

circuits to each individual segment of

the network. If a short occurs only

the segment between the network

cards will be affected. The card shall

have the ability to provide Style 4 or

7 network wiring configurations. The

card shall have as the minimum the

following diagnostic LED; Reset,

Power, Card Fail, CAN Fail, HNET Fail,

ZNET Fail, GND Fault, Loop A Fail,

Loop B fail, Networks - Style 7, Style

4, Gnd Fault Enabled, GND Fault

Disabled.

10 o The Controllable Relay Card shall

provide 6 programmable relays. Each

relay shall have SPDT contacts rated

at 4 amps at 30VDC/120VAC resistive

and 3.5 amps, 120VAC inductive. The

card shall have as a minimum the

following diagnostic LED’s; Reset,

Page 442: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 442

Power, Card Fail, 24V Fail, Relay 1,

Relay2, Relay3, Relay 4, Relay5,

Relay6.

11 o Where required to monitor a large

amount of relays, such as monitoring

subsystems or normally open contact

devices, provide a Supervised Input

Module, which will monitor up to 16

inputs. Each input shall be

individually programmed for

supervised or non-supervised circuits.

This module shall be connected to a

system network. The module shall

contain 2 programmable form “C”

relays for control of the monitored

subsystem.

12 o Where required for control of

relays or LED’s the Output control

Module shall provide 16 open collector

outputs to operate LED’s,

incandescent lamps or relays as

needed. The module shall contain a

local audible output, Lamp Test and

local audible silence. All circuits shall

be power limited.

13 o The system card cage shall provide

the mounting of all system cards, field

wiring, and panel’s inter-card wiring.

The terminal strips for the cards shall

be colour-coded to eliminate the

possibility of making the wrong

connection. The terminal blocks

maybe disconnected and reconnected

while the system is powered up

without causing any difficulties. All

power limited field wiring shall

connect to the top of the card cage.

All non-power limited internal wiring

shall be connected to the bottom of

the card cage. The card cage shall

hold the systems cards and have

capability of connecting multiple card

cages to meet system demands.

14 o System response time from alarm

to output shall not exceed four (4)

seconds.

15 o To expedite system

troubleshooting, the system cards

shall have ground fault detection, and

diagnostic LED’s by card.

Page 443: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 443

16 o All system cards and modules shall

have Flash memory for downloading

the latest module firmware.

17 Power Supply o The system Power Supply/Charger

shall be a 12-amp supply with battery

charger. The power supply shall be

filtered and regulated. The power

supply shall have a minimum of 1

power limited output rated at 4 amps,

and a minimum of 1 output rated at

12 amps. The system power supply

can be expanded up to 48 amps. The

auxiliary power supply module shall

share common batteries with the

primary power supply. The system

power supply shall have 4 relays, one

for common alarm, one for common

trouble and two programmable relays.

The power supply shall be rated for

120/240 VAC 50/60 Hz.

o The battery charger shall be able to

charge the system Lead Acid batteries

up to 100 AH batteries. Battery

charging shall be microprocessor

controlled and programmed with a

special software package to select

charging rates and battery sizes. An

optional Thermistor for monitoring

battery temperature to control

charging rate shall be available.

o The power supply shall have a plug

for an AC adapter cable, which allows

a technician to plug in a laptop

computer for up or down loading

program information or test

equipment.

18 Devices o Relays and other devices to be

mounted in auxiliary panels are to be

securely fastened to avoid false

indications and failures due to shock

or vibration.

o Wiring within sub-panels shall be

arranged and routed to allow

accessibility to equipment for

adjustment and maintenance.

o All devices and appliances shall be

mounted to or in an approved

electrical box

Page 444: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 444

12.2 Public Address System

Make

Model

S.No System Description Complia

nce

Yes/No

Remarks

1 Location

Server Room 1,2,3 & 4,ISP room 1 &

2, Communication Room 1 & 2,Stagng

Room, Electrical Room 1 & 2(2nd

Floor),Electrical Room 1 &

2(basement ),Battery Room,UPS room

etc...

2 General

Requirement

The PA system is designed to serve

the multi-purpose of playing music,

making general announcement or to

transmit the fire tone under fire

condition.

3 System Design

The Speakers shall be distributed in

the entire floor and shall be

configured in different zones. The

announcement can be made in zone

wise or to all the speakers

simultaneously in ALL CALL mode.

Fire Alarm shall be announced

immediately on receipt of Fire signal

from the panel to all zones

4 Ceiling Mounted

Speakers

As Per RFP specification

5 Wall Mounted

Speakers

As Per RFP specification

6 Horn Type

Speakers

As Per RFP specification

7 Amplifier As Per RFP specification

8 Zone Selection

Panel

o The user interface to the entire

public address system shall be the

Zone Selection Panel. It shall be able

to address 20 zones.

o The Panel shall have one

Microphone for announcements. The

selection of announcement is done

through the Panel. The

announcement/Fire tone can be made

zone wise. The Control Panel shall

have individual zone selection

switches as well as ALL CALL switch.

o The Zone selection panel shall

include a tone generator that shall

serve the purpose of generating a

unique fire tone in case of fire

9 CD player As Per RFP specification

Page 445: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 445

10 P A System

Wiring

PA system wiring shall be done with 2

X 0.75sq.mm cable in 19mm dia. PVC

conduit including termination

complete as required.

The speakers in each zone are

connected in parallel and are

connected to the respective output.

The cables from each zone are

separately routed and terminated in

the Panel.

Page 446: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 446

12.3 Digital Rodent Repellent System

Make

Model

S. No System Description Complia

nce

Yes/No

Remark

s

1

Very High

Frequency

Oscillator (VHFO)

These will be Electronic transmitters

of high frequency sound waves (well

above the 20 KHZ frequency which is

the upper limit of the hearing range of

the human ear.) emitting sound at

high decibel levels (sound pressure)

that is audible and painful to pests,

but inaudible and harmless to

humans. The VHFO system will consist

of one Master Console and twelve

Satellites / Transducers. The Console

will be installed in the control room,

or as directed and the satellites in the

problem areas as required. The

powerful sound waves generated by

the satellites of VHFO shall be within

the hearing range of many pests, and

cause them pain and discomfort.

VHFO’s satellites should be quiet and

inaudible to humans

2

Satellite

o Be able to mount in any angle to

match the décor.

o Possible to install in sensitive areas.

o Should withstand high temperatures

in false ceilings, and low temperatures

in cold storages and air locks.

o Should not require a power

connection.

o Should be able to test on an audible

range with the help of a self-testing

facility or any other suitable means.

3

o Crystal

§ DM 44T 24V MAS Germany

o Frequency

§ Peak frequency responses of the

satellites are

• 21.6 KHz + / -3 KHz

• 31.6 KHz + / -3 KHz

• 50.4 KHz + / -3 KHz

• 60 KHz + / - 3 KHz

o Nature of sound waves

§ The sound waves propagated should

be linear sine waves with constantly

varying frequencies.

o Operating environment

§ Range of –4 deg C to 60 deg C, 100

Page 447: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 447

% humid environment and also under

water

4 Power supply

o 5A Power Socket (230 V AC) will be

provided for each VHFO as may be

required. Alternatively

5 Specifications

o Operating frequency : Above 20

KHz (Variable)

o Sound Output : 80 dB to 110 dB at

1.00 Mts.

o Power Output : 800 MW per

Satellite

o Power Consumption : 15 Watt

Approx.

o Power Supply : 230 V AC, 50 Hz

o Mounting : Wall / Table

Page 448: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 448

12.4 NOVEC 1230 Gas based Fire Suppression System

Make

Model

S. No System Description Complianc

e Yes/No

Remark

s

1 General

Requirement

o comply with NFPA 2001 or ISO 14520

standard

o have the approval from US EPA

(Environmental Protection Agency) for

use as a total flooding fire extinguishing

for the protection of occupied space:

o Be given Underwriters' Laboratories Inc.

(ULI, USA) component listing for the

NOVEC 1230 gaseous agent.

o must have zero ozone depletion

potential (ODP);

o have a short life span in the

atmosphere, with atmospheric life time of

less than 5 days

o be efficient, effective and does not

require excessive space and high pressure

for storage;

o commercially available

o *Key components are valves and its

accessories, actuators, flexible discharge

and connection hoses, check valves,

pressure switch, and nozzles

2 Design o The hazard space volumes shall be

protected from a common central or

individual supply, the cylinder bank or

individual cylinder system, with

corresponding pipes and nozzle system.

The individual zone/ system shall be

dimensioned to give a complete discharge

of the agent in less than 10 seconds into

the affected zone. The software

calculation shall be approved VdS or FM /

UL. The discharge time shall not exceed

10 seconds. After end of discharge (10s)

a homogeneous NOVEC 1230

concentration shall be built-up in the

room.

o The design concentration shall follow

ISO 14520 or at minimum NFPA 2001 for

under floor, room and ceiling space.

Unless otherwise approved, room

temperature for air-conditioned space

shall be taken around 20°C. For non-air

conditioned space, the temperature shall

be taken around ambient temperature.

The system shall be designed with

minimum design concentration of 4.7 %

as applicable to Class-A & C fire.

o All voids within each hazard shall be

Page 449: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 449

discharged simultaneously. Each hazard

shall have an independent system, unless

otherwise specifically stated.

o The system engineering company

should carry out the piping Isometric

design and validate the same with a

hydraulic flow calculation generated by

using the agent's design software.

Appropriate fill density to be arrived at

based on the same.

o The system shall be so designed that a

fire condition in any one protected area

shall actuate automatically the total

flooding of clean agent in that area

independently. The entire system shall

incorporate inter-alia detection, audible

and visual alarms, actuation and

extinguishing

3 Clean Agent

Supply

System

o The extinguishing agent shall be NOVEC

1230 with physical properties conforming

to NFPA Standard 2001 or ISO 14520

standard.

o Each zone to be protected by the Total

Flooding System shall be capable of being

flooded independently of the other

4 Re-Filling

and

Maintenance

In case of any leakage or accidental

discharge of the agent, it should be

possible to re-fill the cylinders in India

itself. The bidder should indicate the

source of re-filling and the time that will

be taken for re-filling and replacement

5 Piping and

Fittings

All piping shall be Schedule 40 seamless

pipes complying with grade B and all

fitting shall be of ASTM A-105

6 Detection o The detection part shall consist of the

installation of an adequate number of

smoke detectors strategically positioned

for the early detection of smoke, and/or

products of combustion. All detectors

shall be ULI, FMRC and/or LPC or Vds

approved. The detection of smoke by such

detectors shall immediately set of an

audible alarm at the control unit and

visual indication of the zone where smoke

has been detected.

o The detectors in each zone protected by

Total Flooding System shall be wired on a

DUAL RISK CIRCUIT basis. The actuation

of one detector in a zone shall not be

sufficient to cause the discharge of the

agent. The agent shall only be actuated to

discharge on activation of another

adjacent detector in that zone.

o The signal from the second activated

Page 450: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 450

detector within the particular zone

protected by the Total Flooding System

shall after a time delay activate the agent

release device of the Total Flooding

System. The time-delay circuit shall have

a delay period adjustable from zero

second to 180 seconds.

Page 451: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 451

12.5 High Sensitivity Smoke Detection System

Make

Model

S. No System Description Complianc

e Yes/No

Remark

s

1 General

Requirement

o This specifications covers the

requirements of design, supply of

materials, installation, testing and

commissioning of Aspirating Smoke

Detection System. The system shall

include all equipment’s, appliances

and labour necessary to install the

system, complete with high sensitive

LASER-based Smoke Detectors with

aspirators connected to network of

sampling pipes.

o The Bidder shall also make provision

in the Aspirating Smoke Detectors to

trip AHU and to shut fire dampers in

the event of fire through the relay

contacts

2 Design

Requirements

o The System shall consist of a high

sensitive LASER-based smoke

detector, aspirator, and filter.

o It shall have a display featuring

LEDs and Reset/Isolate button. The

system shall be configured by a

programmer that is either integral to

the system, portable or PC based.

o The system shall allow

programming of:

o Multiple Smoke Threshold Alarm

Levels

o Time Delays.

o Faults including airflow, detector,

power, filter block and network as

well as an indication of the urgency of

the fault.

o Configurable relay outputs for

remote indication of alarm and fault

Conditions.

o It shall consist of an air sampling

pipe network to transport air to the

detection system, supported by

calculations from a computer-based

design modelling tool.

o Optional equipment may include

intelligent remote displays and/or a

high level interface with the building

fire alarm system, or a dedicated

System Management graphics

package.

Page 452: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 452

3 Performance

Requirements

o Shall provide very early smoke

detection and provide multiple output

levels corresponding to Alert, Action,

and Fire 1 & 2. These levels shall be

programmable and shall be able to

set sensitivities ranging from 0.025 –

20% obscuration / meter.

o Shall report any fault on the unit by

using configurable fault output relays

or via the graphics Software.

o Shall monitor for filter

contamination.

o Shall incorporate a flow sensor in

each pipe and provide staged airflow

faults.

4 Detector

Assembly

o The Detector, Filter, Aspirator and

Relay Outputs shall be housed in a

mounting box and shall be arranged

in such a way that air is drawn

continuously from the fire risk area by

the Aspirator and a sample passed

through the Dual Stage Filter and

then to the detector.

o The detector shall be LASER-based

and shall have an obscuration

sensitivity range of 0.025 – 20%

obs/m.

o The detector shall have four

programmable smoke alarm

thresholds across its sensitivity range

with adjustable time delays for each

threshold between 0 - 60 seconds.

o The detector shall also incorporate

the facility to transmit a fault through

a relay.

o The detector shall have a single

pipe inlet that must contain an

ultrasonic flow sensor. High flow fault

(urgent and non-urgent) and low flow

fault (urgent and non-urgent) can be

reported.

o The filter must be a two-stage

disposable filter cartridge. The first

stage shall be capable of filtering

particles in excess of 20 microns from

the air sample. The second stage shall

be ultra-fine, removing more than

99% of contaminant particles of 0.3

microns or larger, to provide a clean

air barrier around the detector’s

optics to prevent contamination and

increase service life

5 Displays on the

Detector

Assembly

As Per RFP specification

Page 453: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 453

6 Sampling Pipe o The sampling pipe shall be smooth

bore with an outside diameter of

25mm and internal diameter of 21mm

should be used.

o The pipe material should be suitable

for the environment in which it is

installed, or should be the material as

required by the specifying body.

o All joints in the sampling pipe must

be air tight and made by using

solvent cement, except at entry to the

detector

o The pipe shall be identified as

Aspirating Smoke Detector Pipe along

its entire length at regular intervals

not exceeding the manufacturer’s

recommendation or that of local codes

and standards.

o All pipes should be supported at not

less than 1.5m centres, or that of the

local codes or standards.

o The far end of each trunk or branch

pipe shall be fitted an end cap and

drilled with a hole appropriately sized

to achieve the performance as

specified and as calculated by the

system design.

7 Sampling Holes o Sampling Holes of 2mm, or

otherwise appropriately sized holes,

shall not be separated by more than

the maximum distance allowable for

conventional detectors as specified in

the local codes & standards. Intervals

may vary according to calculations.

o Each sampling point shall be

identified in accordance with Codes or

Standards.

o Consideration shall be given to the

manufacturer’s recommendations and

standards in relation to the number of

Sampling Points and the distance of

the Sampling Points from the ceiling

and roof structure and forced

ventilation systems

Page 454: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 454

12.6 Access Control System

Make

Model

S. No System Description Complianc

e Yes/No

Remark

s

1 Location Server Room 1 & 2 & 3 & 4 –

Biometric & card reader

Electrical Room – Both side card

reader

UPS room – Both side card reader

Common Area - Both Side card

reader

ISP Room - Both side card reader

Communication Room - Both side

card reader

Staging Room - Both side card reader

2 System

Architecture

o The system shall be of a Server /

Client architecture with the option to

configure the Server and client ACS

software on different PCs residing on

the same computer network. Full

network functionality shall be

available over remote links between

the Server and any workstation, using

the following protocols:

o NetBEUI, IPX/SPX, TCP/IP

o Dial-in capability from remote

workstation to the Server using a

remote access service shall also be

available.

o Encryption between the Server and

each Client is configurable and

safeguarded using IPSec, to ensure

the integrity and security of the data

transferred

3 Server As Per RFP specification

4 Workstation As Per RFP specification

5 Intelligent

System

Controllers

The system shall be configured with

the ACS software connected via an

Ethernet link to any configurable

number of Intelligent System

Controllers.

6 Ethernet

Communications

As Per RFP specification

Page 455: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 455

7 Reader Interface

Module

o Monitor the door position (door

contact) for each door

o Allow the connection of a Request-

to-Exit (REX) switch for each exit

o Control an electric door lock or

strike for each door

o Provide the facility for up to 16

auxiliary input devices to be

connected

o Allow the connection of an alarm

buzzer that can be triggered in the

case of an alarm event, or more

specifically locally trigger a buzzer for

a door held event before this alarm is

registered at the host

8 Remote Arming

Terminal

o A hardware module shall be

available to provide a facility for

system users to turn on and off the

alarm system manually.

o This device shall provide a keypad

and LCD screen for the easy

navigation of alarm areas and for

feedback to the user of the status of

any actions they take.

o The Remote arming terminal shall

also be capable of producing an

audible sound when the alarm is first

turned on or entry to an alarmed area

is made to warn the users that an

alarm is about to be raised.

9 ACS

communications

o The connection between the ACS

Server and each MMI workstation

shall use standard Ethernet

communications.

o The communications protocol to

transfer messages to or from the ACS

Server to any MMI workstation in the

system shall be of a proprietary

nature to the manufacturer providing

the highest level of security.

o In addition, the communications

protocol shall allow an encryption

mechanism to be configured, that

ensures the transfer of data cannot be

interpreted

10 Software Feature As Per RFP specification

Page 456: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 456

12.8 Turnstile

Make

Model

S. No System Description Complianc

e Yes/No

Remark

s

1 General

Requirement

The full height electromechanical

turnstiles are used to manage access

points and control and filter

pedestrian transit along large

entrances with heavy traffic flows

such as stadiums, airports, train

stations and public offices

o Dimension of Turnstile :

1510(W)*1455(D)*2332(H)

o Operating Voltage : 120- 230 V

AC 50Hz

o Motor Power supply : 24 V D. C

o Absorption : 223 mA

o Weight : 360 Kg.

o Insulation Class : Class I

o Duty Cycle : Intensive Use

o Operating Temperature Range : -

20 to 55° C

o Maximum No. of PPM : 30 Person

per Minute.

o Bi-directional power turnstiles made

of textured gray varnished steel

complete with control board.

During power outages the tripod can

be turned in either direction. Arms

made of AISI 304 steel with gloss

finish.

o Housing: The control unit shall be

housed in weather proof housing on

top of the cabinet with at least IP 44

Protection for easy maintenance.

o Arm: The arm should smoothly

rotate without bounce/jerks.

o Operation: Stand alone with an

option of panic, emergency,

clockwise& counter-clockwise Button

switch and also shall be integrated

with Access Control system

Page 457: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 457

12.7 CCTV

Make

Model

S. No System Description Complianc

e Yes/No

Remark

s

1 1.3 MEGAPIXEL

HD Network

Camera

o The camera shall be of a dome type

suitable for internal installation. The

camera shall be ivory in appearance.

o The network camera shall feature

up to 1.3 Mega Pixel resolution in a

4:3 format. 16:9 format HD 720p

shall also be available.

o The camera should be capable of

capturing and transmitting an image

size of 1280 x 720 at 60 images per

second.

o The camera shall be capable of

simultaneously streaming two 720p

video streams, each at 30 images per

second.

o The camera shall feature a 2.8 -

10mm varifocal lens with a maximum

aperture of 1.2Lux.

o The camera shall feature a built in

microphone.

o The camera shall feature Wide

Dynamic Range with a gain of 130db.

This feature will work at 30 images

per second at 1280 x 1024 resolution.

The WDR function shall feature an

adaptive motion system to eliminate

motion blur.

o The camera shall feature a high

performance 2D & 3D noise reduction

that automatically adapts the type of

technology used according to

movement in the field of view. 2D

noise reduction compares adjacent

pixels while 3D technology compares

the same pixel in the previous and

subsequent images, giving a higher

level of detail. When the camera

detects movement in a region of the

image it will apply 2D noise reduction

to that area and 3D noise reduction to

the remainder of the image.

o The camera shall feature an

automatic back light compensation

technology that detects and enhances

dark areas in the field of view and

increases the gain in those areas.

o The camera shall feature built in

license free video analytics functions

including line crossing,

Page 458: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 458

appear/disappear, audio detection,

camera tamper (scene change) and

enter/exit a predefined zone.

2 o The camera shall feature advanced

motion detection with definable

detection areas, minimum / maximum

object size definition and a learning

algorithm that ignores false alarms

such as trees and waves on water.

o The camera shall support Multi

Cropping technology to allow video

profiles to be set up with a reduced

area of the overall field of view of the

camera.

o The camera shall feature a face

detection technology that can be used

to create an event whenever there is

a face or multiple faces in the image.

The technology should be able to

detect 32 faces simultaneously.

o The camera shall feature 32 privacy

zone mask areas.

o The camera shall feature a smart

codec that can use a higher quality

compression for regions of interest in

the image, thereby prioritizing the

encoding of the most important areas

of the field of view.

o The camera shall feature a Digital

Image Stabilization function.

o The camera shall feature a backlight

compensation technology that can be

used to manually select an area of

high brightness in the field of view

and adjust the gain in that area.

o The network camera shall provide

video transmission in an open format

with H.264 or MJPEG compression.

o The camera shall support ONVIF

profile S for operation with 3rd party

systems.

o The camera shall be capable of

simultaneously transmitting multiple

video streams of different resolution,

compression, frame-rate and

compression settings.

o The network camera should be

configurable through a built in web

server that can be accessed via

standard browsers including Internet

Explorer, Firefox, and Chrome &

Safari.

o The camera shall feature a line level

Page 459: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 459

audio input with an alarm function.

o The camera shall feature a line level

audio input and output capable of

duplex operation.

o The cameras shall support micro

SD, SDHC & SDXC flash memory card

for recording video footage on event,

network loss or continuously.

o The camera shall provide a

customizable on-screen display (OSD)

which shall be available in English,

French, German, Spanish, Italian,

Chinese, Korean, Russian, Japanese,

Swedish, Danish, Portuguese,

Turkish, Polish, Czech, Romanian,

Serbian, Dutch, Croatian, Hungarian,

Greek, Finnish, Norwegian

3 Operation As Per RFP specification

4 NETWORK

PROTOCOL

As Per RFP specification

5 Environmental

Specification

o Operating Temperature -10°C ~

+55°C (14°F ~ 131°F)

o Operating Humidity Less than 90%

RH

6 64-CHANNEL

NETWORK VIDEO

RECORDER

o All equipment and materials used

shall be standard components that

are regularly manufactured and used

in the manufacturer’s system.

o All systems and components shall

have been thoroughly tested and

proven in actual use.

o All systems and components shall

be provided with an explicit

manufacturer warranty

7 o The network video recorder (NVR)

shall support up to 64 network

cameras and shall be compatible with

ONVIF compliant network cameras.

The NVR will have the throughput of

400mbps for recording and 200mbps

for network transmission

o The NVR shall support H.264,

MPEG4 and MJPEG Multiple codec.

o The NVR shall support the iPolis

mobile viewer for iPhone and Android

phone

8 Manageable

Layer 2 Ethernet

Switches

As Per RFP specification

Page 460: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 460

9 Technical

Specification of

Manageable

Layer2 Ethernet

Switch

o Stacking topology - Virtual Stacking

via SIM up to 32 devices.

o 12.8Gbps Switching Capacity,

Combo style.

o 9.5 Mbps of 64-byte Packet

Forwarding rate.

o 8K MAC addresses.

o 512KB Packet buffer, 64MB SDRAM

for CPU, 2048Bytes Jumbo Frame,

Support , 8MB Flash Memory

o 248,271 hours MTBF (Mean Time

between Failures).

o Supports L2 Features such as

802.1D Spanning tree, 802.1w Rapid

Spanning Tree, 802.1s Multiple STP,

802.3ad Link Aggregation [ports per

group/ groups per device] , Loopback

detection(LBD), Port mirroring,

Broadcast storm control, Per Port

BPDU Filtering etc..,

o Supports L2 Multicasting such as

IGMP snooping, MLD Snooping, Limit

IP multicasting (IGMP filtering), IGMP

Authentication.

o VLAN Features such as 802.1Q,

4094 VLAN Group [Total (Max.

Static)], GVRP support QinQ,

Asymmetric VLAN, ISM VLAN.

o L3 Features Such as DHCP Relay

option 82.

o Available Quality Of Service are 4

no’s of Priority queues, Based on Port,

MAC address, IP, TCP/UDP port

number, 802.1p, TOS, DSCP, VLAN

ID, protocol type & User Defined

Packet Content etc..,

o ACL (Access Control List) based on

Switch Port, MAC address, VLAN ID,

802.1p priority, DSCP, IPv4, protocol

type, TCP/UDP port number, User

Defined Packet Content etc., & Time

Based ACL.

o Support security such as SSH, SSL,

16 Port Security (Max. entries), IP-

MAC Port Binding, DHCP Snooping,

Bandwidth Control in bps (Step:

64Kb/s), Traffic segmentation, CPU

interface filtering, D-Link Safeguard

Engine & DoS Attack Prevention.

o Supports 802.1X Port-based Access

Control, 802.1X Host-based Access

Control, Guest VLAN, and RADIUS

Auth for Mgmt, TACACS+ Auth for

Mgmt and RADIUS Accounting.

o Supports Web-GUI Management,

CLI, Telnet, TFTP, SNMP v1/v2c/v3,

Page 461: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 461

SNMP v1/v2c/v3 (4 group), RMON v2,

BootP /DHCP client, SNTP, SMTP

client, Dual Image, LLDP etc...

12.9 Water Leakage Detection System

Make

Model

S. No System Description Complianc

e Yes/No

Remark

s

1 General

Requirement

o The Water leak detection cable shall

the sensor cable typically used to

detect water leaks in critical rooms

mentioned above to monitor leakage

and extend alarm in the BMS to make

possible closing of water supply.

o The zoning of water leak system is

as depicted above and every zone

shall extend a relay contact for

identifying of zones and interfacing

with respective systems.

o The Cable shall draw excitation

signal from a start of the line module.

This module shall serve as the

interface between the Water leak

detection panel and the Sensor Cable.

o The Start of Line Interface Module

shall be locally placed in the False

Flooring of the areas, and shall be

connected to the WLD Panel through

standard 2 c x 1.5 mm2 Cu- Ar Cable.

o The WLD Panel shall be capable of

supplying power to the interface

modules, and shall serve as the

annunciator of alarms through facia

mounted zonal LEDs. The panel shall

activate sounders programmed Zone

wise.

o Testing procedure shall involve

physical application of a wet cloth to

the cable, to test the relay operation.

The Panel should sound the Alarms,

and notify the BMS system.

Page 462: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 462

2 Water Leak

Control Panel

shall have

following

features

o Micro Controller Based Technology.

o Operates on 230V + 10% Ac 50Hz

supply or 24V DC supply.

o Automatic change over to battery

backup supply if AC mains off.

o Charger for 24V Maintenance free

lead Acid Battery.

o Front fascia with LED display.

o Lockable Key board

o Two wire operation for cable.

o Zone open circuit fault detection.

o Self-fault detection system for zone,

main power supply, hooter & battery.

o One Potential Free Relay output

zone

3 Panel common

LED indication &

control keys

As Per RFP specification

4 Zone LED

indications &

control keys

o Zone Alarm LED’s (2 per zone)

(Red):- These LED’s flashes when

water is detected in that zone.

o Zone open circuit fault LED

(Yellow):- This LED glows when that

particular zone circuit is open

5 Commissioning As Per RFP specification

6 Warranty The standard manufacturer’s warranty

for all the supplied items against

defects in materials and workmanship

is for 12 months from the date of

installation or 18 months from the

date of supply whichever is earlier.

After the expiry of warranty, the

product should be supported through

comprehensive Annual Maintenance

Contract (AMCs).

Page 463: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 463

Monitoring System:

13.1

Building Management System

Make

Model

S. No System Description Compliance

Yes/No

Remar

ks

1 General

Requirement

The system design shall utilize the

latest technology in “open” network

architecture, either LONWORKS or

BACNET with distributive intelligence

and processing, and direct digital

control. The BMS system offered

should be from the latest offerings and

should be freely programmable

management and automation stations

for the full spectrum of today’s building

application services.

2 General IO

details

o Transformer on/Off Status, Winding

temperature, Bucholz relay

o All Electrical panel On/Off & trip

Status, ACB, Incomer MCCB

o All electrical Panel Energy Meters,

UPS output & Input Panel, PAC panel

etc.…

o UPS and PAC – minimum 15- 20

parameter need to monitor

o DG set control Panel – Minimum 15-

20 parameters need to monitor

o DG set accessories panel if any

o DG set Day tank & HSD tank – Level

monitoring

o Diesel Flow meter

o Fire safety and security equipment’s

o CCTV & ACS

o Environmental monitoring like

Temperature and Humidity

3 Integration of

open standards

Integrate third-party devices via OPC

The system must be OPC Foundation

tested and certified and must be able to

integrate and process, but also to

provide real-time data as OPC data

points. The System processing must

include Alarming, Trending, Scheduling,

and Reporting and allow cross

communication with other integrated

devices.

Page 464: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 464

4 Energy efficiency

monitoring and

evaluation

Visualize the quality state in the plant

graphics.

A violation of energy efficiency limit

values for measured values of primary

plants (e.g. centralized air handling,

energy generation) must also be

displayed in the plant graphic directly

on the application components or

function. The parameters for

monitoring, evaluating and forming the

quality state can be set directly in the

plant graphic based on read and write

access rights. As an alternative: Make

possible the simple navigation to an

appropriate user program.

5 Operating

system for

building

automation and

control system

All data servers, operator workspaces

etc. for the building automation and

control system must be compatible with

the current, common 64-bit Windows

operating system. As a result, the

current Windows version (at least 6

months after release by Microsoft) must

be supported as well as the previous

version as a minimum. Adjustment to

the customer network is targeted. The

building automation and control system

must thus be able to be installed on

any commonly available PC

environment

6 Data exchange

via various

subsystems

If several subsystems are used, various

data must be exchanged between the

automation stations (outside

temperature, demand and coordination

signals, etc.).

7 SCADA platform The management station must be

based on a SCADA platform, which

must be fully compliant with the

BACnet B-AWS profile. It must enable

the integration of any type of building

equipment, such as HVAC and lighting.

8 Hardware

requirements

As per RFP Specification

9 Graphics Operator interface to CAD system

The operator interface shall allow users

to access the various system

schematics and floor plans via a

graphical penetration scheme, menu

selection, and point alarm association.

Graphics software shall permit the

importing of CAD symbol, or scanned

pictures for use in the system.

Operating messages

Operating messages must be able to be

displayed and evaluated at the

Page 465: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 465

management level. Graphics shall be

capable of displaying the status of

points that have been overridden by a

local priority switch, for points that

have been designed to provide a field

local priority override capability.

Full graphics mode

A fully graphic management level

featuring ergonomic images must be

available. The system must be designed

for operation, monitoring, optimization,

and logging of all connected automation

stations in real-time.

Graphics creation

User shall be able to add/delete/modify

system graphics and state text for

digital points, from standard user

interface without the need of any

external or specialized tools.

Navigation

The navigation through various graphic

screens shall be optionally achieved

through a hierarchical “tree” structure.

Graphics viewing shall also include

dynamic pan zoom capabilities and

include the ability to switch between

multiple layers with different

information on each layer.

10 Scheduler

programs

o Fully support all BACnet Schedule,

Calendar, and Command objects.

o Daily and Weekly schedules

o Ability to combine multiple points into

a logical Command Groups for ease of

scheduling (e.g., Building 1 lights)

o Schedule predefined reports.

o Ability to schedule for a minimum of

up to ten (10) years in advance.

o Provide filtering capabilities of

schedules, based on name, time,

frequency, and schedule.

o Provide sorting capabilities of

schedules, based on name, time and

type of schedule.

Page 466: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 466

11 Security Access protection

Different persons maintain and operate

the plant. For this reason, passwords

must be assigned to authorized persons

to guarantee transparency for tracking

or authorization purposes. A minimum

of four different rights must be

assignable.

Administrator.

Program and graphics creation.

Operation to change or adjust set

points.

Guest.

Windows authentication

The building automation and control

system's password administration must

be consistent with the customer's IT

guidelines. In other words, corporate

customer guidelines must also apply to

the building automation and control

system. As a result, password

administration and related properties

must be equal to standard Windows

login and shall "follow" the operator to

any workstation logged onto.

12 Alarm handling As per RFP Specification

13 Event

management

Event Routing and sorting

Event Notification

Event acknowledge

14 Report

generation

As per RFP Specification

15 Remote

operation

As per RFP Specification

16 Trend data As per RFP Specification

17 Room

Temperature

Sensor

As per RFP Specification

18 Room

Temperature &

RH Sensor

As per RFP Specification

Page 467: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 467

13.2 Data Centre Infrastructure Management

Make

Model

S. No System Description Compliance

Yes/No

Remarks

1

SCOPE

Bidder to supply and implement

proposed DCIM solution including

hardware/Virtual server, DCIM

application/OS, DB, software licenses for

successful installation of DCIM

application.

All the features and functionalities or

DCIM services mentioned in this tender

scope should be expandable to manage

future requirement as well and provide

us a simplified and unified view of all the

DCs on future need basis.

Proposed DCIM system for present

requirement should be modular in

licensing nature and provide us flexibility

to purchase and expand enhanced

modules according to our future need.

The DCIM should be able to run on a

physical or virtualized server.

DCIM software licensing should be

Perpetual in nature which means that

license once bought for various polled

devices/racks etc never expire. However

the end client is free to buy extension of

software warranties on yearly basis to

keep up to date with new releases as

and when they are launched.

Proposed DCIM solution should be

designed with a top-level 10/100bT

Ethernet network,

using the BACnet®/IP, LonWorks®/IP,

SNMP, and/or Modbus® TCP protocol.

DCIM platform should also be capable of

pushing monitored device information to

any Third Party NMS system using SNMP

INFORM/REQUEST procedures and to

third party BMS system using Modbus

TCP out channel. By this the DCIM

system should ensure it integrates back

to commonly needed Infrastructure

devices like CRAC, Diesel Generators,

Energy Meters, Branch Circuit Power

meters, Rack mount Intelligent PDU and

Rack Environmental Monitoring systems.

Page 468: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 468

To ensure a clear integration to the said

devices is done an Annexure-A for

Device connectivity is attached, please

ensure that proposed DCIM covers

licensing and integration requirements

of the devices as mentioned in

Annexure-A.

The installed system shall be able to use

web services to “consume” information

within the Network with other products

and systems.

The DCIM shall be a combination of thick

client and thin web client architecture

(web‐based system that is accessed

through a standard web browsing tool

such as Internet Explorer, Chrome, or

Firefox).

DCIM server/VM system should allow

integration of client email server via

SMTP channel as well as it should

support integration to SMS Gateway

servers by utilizing the HTTP post

Method.

The DCIM must keep a log of all changes

within the data centre including the

changes made to the DCIM system and

all IMAC workflow information.

The DCIM must be able to maintain

inventory and asset management within

the data centre and provide visualization

of the assets in floor layout, rack

elevation, and individual asset views.

DCIM system should be able to display

energy efficiency information such as

PUE, DCiE and trend them in real time

on daily, monthly and yearly basis.

DCIM system should be able to create

reports in at least .CSV formats.

2 Architecture DCIM connectivity Architecture

Page 469: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 469

Proposed DCIM should be created in

separate installations to maintain

sanctity of data as follows:

a. Gateway/Convertor Devices: Required

for connecting to third party BMS/ third

party BMS controllers/field devices etc

b. Monitoring layer: Responsible for

polling all Monitoring Points

c. Converged Infra Mgmt Layer:

Responsible for Analytics and Insightful

data analysis of dcim data points.

d. Cooling optimization AI Layer for

Control of Perimeter coolers

3 VLAN For all Data centre Infrastructure

components including all Field level

devices, Third Party BMS/BMS

controllers, Rack Mount PDU, Energy

meters, VESDA, Panel Meters etc the

Subnet should be the same so that all

the devices are able to ping each other

and are easily discovered. If possible

they should be in the same VLAN along

with complete DCIM solution.

4

Gateway/Co

nvertor

Hardware

Specificatio

n

The Gateway/Convertor so proposed to

integrate third party BMS/BMS

controllers and Field devices over

Modbus /Modbus TCP, Bacnet/bacnet-ip

and Lon.

The Gateway/Convertor should employ a

modular I/O design to allow expansion

of the unit to incorporate more Field

devices if so required in future for

AI/AO/DI/DO. This Input and

output capacity is to be provided

through plug-in modules of various

types.

Page 470: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 470

DCIM solution shall have an inherent

multi-protocol conversion gateway or

DCIM vendor should provision for a

similar hardware/software based

gateway as may be required as per

client site requirements. To ensure no

last minute surprises and no cross

vendor device communication issues on

site the gateway should be

manufactured by same OEM whose

DCIM is being proposed in this tender

and integrated back to DCIM. The

gateway so proposed should allow to run

all protocols thorough it at the same

time (through that one device the

system should allow integration to a

chain of LON devices, chain of Modbus

Device and also a chain of Bacnet

devices at the same time).

The gateway so proposed has to be DIN

Rail mounted device and not a Rack

mountable design. The field level

devices will terminate in panels not

inside Racks inside the data centre

hence the device has to be mounted

inside wall mounted panel. It shall

conform to a small footprint no larger

than 100W x 125H x 75D mm (3.94W x

4.92H x 2.95D in) to allow DIN rail

mounting or if need be mounted directly

to the wall.

The Gateway shall support simultaneous

exchanges on its various protocols,

essentially meaning you can use all

protocols at once and it should be able

to run BACNET, LON and Modbus at the

same time and also provide capability to

convert BACNET to Modbus TCP which

may be required for seamless Building

side integrations.

Every hardware input and output point,

hosted within the Gateway and attached

I/O modules, shall be trended

automatically without the requirement

for manual creation, and each of these

logs shall log values based upon a

change-of-value and store at least 500

trend samples before replacing the

oldest sample with new data. The

operating system of the NSC/AS,

application programs, and all other

portions of the configuration database,

shall be stored in non-volatile, FLASH

memory. AS/NSC shall contain enough

memory for the current application, plus

Page 471: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 471

required history logging, plus a

minimum of 20% additional free

memory.

This Gateway will support both script

text-based programming language as

well as the graphical function block

programming language. For both

languages, the programmer will be able

to configure application software for

custom program development, and write

global control programs.

The Gateway so proposed should not

have IPMI functionalities or IT Server

access functionalities on the same box

as that again contradicts the whole idea

of having Field devices managed at

Panel Level. Gateway so provided has to

be dedicated for Field devices only.

The Gateway so provided has to be

compliant with ASHRAE 135-2004 and

should be BTL-listed as a BACnet

Building Controller (B-BC) at the least.

The Gateway shall have a built in FTT-

10 port to communicate to the TP/FT-10

LonWorks network

The Gateway shall comply to Emission

Norms: EN 61000-6-3; FCC Part 15,

Sub-part B, Class B

The Gateway shall include a battery-

backed, real time clock, accurate to 10

seconds per day. The RTC shall provide

the following: time of day, day, month,

year, and day of week. Each Gateway

will allow for its own UTC offset,

depending upon the time zone. When

the time zone is set, the Gateway will

also store the appropriate times for

daylight savings time.

5 Monitoring

Points

Proposed DCIM solution should be

designed with a top-level 10/100bT

Ethernet network,

using the BACnet®/IP, LonWorks®/IP,

SNMP, and/or Modbus® TCP protocol.

Page 472: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 472

6 Third Party

system

Integration

DCIM platform should also be capable of

pushing monitored device information to

any Third Party NMS system using SNMP

INFORM/REQUEST procedures and to

third party BMS system using Modbus

TCP out channel and also support Web

services programming interface.

7 Email

Server

Integration

DCIM Monitoring Layer server/VM

system should allow integration of client

email server via SMTP channel.

8 Alarm

Status

Tracking

DCIM Monitoring layer should have

Alarm filters in the Monitoring

dashboard. The solution provides alert

compression and advanced alerting

algorithms including deviation from

normal and time over threshold to help

reduce false positive alarms.

9 Trend

Analysis

Should offer Graphical trending analysis

for historical data pertaining to day,

week, month, year and user defined

durations.

10 Rule

Creations

for

Threshold

Alert

Proposed DCIM solution should allow for

custom logics for creating Rules of

Escalation and Email alerts for various

devices based on alarm severity and

priority.

11 Auto Timed

Reporting

DCIM Monitoring Layer should allow for

Auto Timed/Scheduled Report Emailing

to selected audience on required key

performance indicators. These Reports

should be mailed to relevant users as

CSV format.

12 Low End

UPS

Monitoring

If in case client buys UPS from the DCIM

OEM bidder which do not have SNMP

cards but are managed through serial

console cables connected directly to

systems powered by the same UPS, the

proposed DCIM shall allow integration of

those devices as well. Any separate

plug-in so required shall be bought by

client as and when required but DCIM

should offer back integration to the

same.

13

Virtual

Machine

Migration

DCIM should be scalable to offer plug-in

to allow safe shutdown for Virtual

Machines and Virtual machine Migration.

The safe shutdown feature should

support VMWARE and Microsoft HYPER-V

formats. For sites where the UPS are

also from the same OEM as the DCIM

the functionality should be made

Page 473: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 473

available day one to the client. For sites

where the UPS are not from the same

OEM the functionality should be made

available as and when client buys UPS

from the same OEM for future

integration. Non availability of such a

capability will be considered as Non

Compliance as client reserves the right

to opt for it or not (as per the

availability and future scalability on UPS

side)

This Plug-in for Safe shutdown of

Virtualized Infrastructure should support

the following UPS configurations for

alerting: Single UPS, Redundant UPS

and Parallel UPS.

This Plug-in for Safe shutdown of

Virtualized Infrastructure should support

Event logging - Pinpoint the timing and

sequence of events leading up to an

incident with the event log.

This Plug-in for Safe shutdown of

Virtualized Infrastructure should help

prevent possible data corruption by

performing graceful, unattended

operating system shutdown in the event

of an extended power outage or

computer power problem.

It should allow the operator to run

command file - Run command file on

network shutdown sequence as well as

start-up sequence.

It should facilitate Sequenced Server

Shutdown - Sequences the shutdown of

multiple servers powered by the same

UPS to extend runtime for higher priority

servers.

14

Converged

Managemen

t Layer

concept

Converged Management Layer concept

arise from the fact that irrespective of

various underlying components like

Power, Cooling, Network, U space all of

them have to converge to a single

unified system. This System should

facilitate the complete Lifecycle

approach for Data centre involving:

a. Analysis

b. Design

c. Implement

d. Operate

e. Evaluate

Page 474: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 474

DCIM Management Layer will have the

capability to configure a bird’s eye view

of the room layout to ensure the layout

in the data centre model accurately

represents the real-world physical

environment of the room. This includes

any physical attributes of the room such

as size, shape, doors, windows, aisles,

containments, false floor creations, false

ceiling creation and ability to duct the

Racks, Containments and CRAC units to

False ceiling as per site requirement.

DCIM Management Layer should have

an ability to import an AutoCAD 2013

.dwg floor drawing and display the floor

layout. Rooms can be created based on

wall detection on the AutoCAD drawing.

This is different from the usual

SVG/Raster Imaging used and should

not be mixed with that which has been

provisioned for Monitoring Layer only.

User will have the capability to toggle

on/off for each Layer of AutoCAD

imported inside DCIM.

DCIM Management Layer should offer

back export of the data centre design

created or modified within DCIM in CAD

format.

DCIM Management Layer should have a

combination of Thick client and Thin

client version offering at least the

following functionality:

a. Thin client (web client) version should

offer the web view of the system

showcasing the Rack and Rack inventory

views and search dashboard for

asset/client.

b. Web view should offer the capability

to create User Access control for various

views of the system. c. Thick client

view (the downloadable client) should

offer a more advance view of the

complete Data centre starting from birds

eye view to reach component level view.

The web client view of the DCIM should

offer at least the following

functionalities:

a. Perform simple rack inventory edits.

b. Perform quick search and view

simultaneous rack front/rear view for

the data centre. c.

User Access Control and license

management

d. User Experience customization like

Page 475: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 475

Logo and colourthemes.

e. Customize the language of operation

DCIM Management Layer will be able to

provide a product catalogue that

contains up-to-date floor and rack

mounted data centre equipment having

drag & drop functionality to populate

devices & design DC floor layout within

the system as per physical

layout/actual.

DCIM Management Layer should offer

inventory and mapping of Direct Current

Powered devices like Fuses, Rectifiers

along with AC powered. This means that

user should be able to create a Power

path with both types of sources at the

same time if required.

The DCIM tool will have the capability to

render the floor layout in both 2D and

3D view.

DCIM Management Layer should offer

extensive Visual network management

and representation of cable route from

server to switch. It will show free and

occupied ports on servers, switches, and

patch panels. See a graphical overview

of available network capacity.

DCIM Management Layer should offer

capability to create Cages on data centre

floor and visualize the same in both

variants: a. Glass cage b. Mesh Cage c.

Solid wall

DCIM should offer complete information

on the layout view for the following

parameters: a. Empty

Racks

b. Filled Racks: stating the Racks are

being used by a Process/Client

c. Reserved: Racks reserved for a

specific Process/Client

d. Internal Use: Racks reserved for

some Internal requirements

Page 476: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 476

With reference to Space Management in

Data centre, DCIM should offer following

information on the layout view for the

following parameters:

a. Room Area

b. Reserved Area: For specific

Process/Client

c. Closed: Area filled already and is not

available

d. Internal Use: Area used by Internal

Racks

e. Space Efficiency: Ratio between Room

Area and sum of Reserved Area, Closed

Area and Reserved Area.

The proposed solution must offer

intuitive, colour-coded drawings in both

plan and rack elevation views which

allows users to:

- View Rack U-space availability

- View Rack Power availability

- View Rack weight/Floor Loading

- View Raised Floor & Rack space

utilization

15 Sandbox

Testing

DCIM Management Layer should offer a

dedicated Test Environment within the

same solution which can import the live

data centre 3D layouts and all power,

cooling, network and U space details

into a separate Sandbox Test Model

without impacting the live functionality

of the Management Layer. This will be

used to simulate to simulate different

scenarios, for example, whether the

design is strong enough to cover your

future requirements. If you continue to

add equipment at the current pace,

would the power supply suffice, or would

you need additional power supplies or

cooling units; would you continue to

have the necessary redundancy, etc.

Changes to these lab models should not

affect the model of the actual live

environment in Core DCIM Management

Layer.

16 Predictive

Analysis

Predictive Analysis/What If Analysis &

Hypothetical Provisioning/Modelling to

ease decision making (such as: where is

the best place to put new server, do my

dc have sufficient power, cooling &

space to occupy new equipment, etc.)

17 Power Path

Map

Power Path: Ability to model power

connections between the equipment

supplying and delivering power and the

equipment requiring power. This

Page 477: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 477

includes power path from switchgear,

UPS, main PDU with modular circuit

breaker mapping, rack RPDU and to

individual servers.

18 Impact

Simulation

Impact simulation: Generates a list of

equipment that would be impacted if the

selected piece of equipment, e.g. a UPS

or cooling unit, about to fail or put in

maintenance mode.

The DCIM tool will have a dedicated

Equipment browser view where device

Fields can be customized and sorted as

per user need. It should allow for export

of these data fields in the same format

in a CSV file which can be opened in

Excel as set by the user in the

Equipment browser and also to save

these formats for later use inside the

DCIM.

19 The DCIM tool shall have an inbuilt

Recommendation Engine that keeps on

checking the various aspects of data

enter design like:

Rack contains overlapping equipments in

design

Max Rack Load exceeded

Equipment weight Exceeds weight limit

of floor

Room doesn't have enough Airflow

Amount of Rack PDU Power Outlets has

not been Configured

An Invalid Power Path has been

Configured

Associated Device Data has been Lost

Capacity Group Equipment is Placed in

Multiple Rooms

Connection has not been Configured

between PDU and Power Supply

Connection has not been Configured

between Power Panel and Power Supply

Connection has not been Configured

between Remote Distribution Panel

(RDP) and Power Supply

Equipment Connected to this PDU Draws

more Power than is Supported by the

Power Supply Breaker

Equipment Connected to this Power

Panel Draws more Power than is

Supported by the Power Supply Breaker

Equipment Connected to this Remote

Distribution Panel (RDP) Draws more

Power than is Supported by the Power

Supply Breaker

Equipment in this Rack Receives Power

from Multiple Power Supply Devices

Page 478: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 478

Equipment is Connected to a Rack PDU

Outside this Rack

Internal Redundancy Setup for UPS and

Group Must Match

PDU and Connected Rack PDU are

Placed in Different Rooms

PDU Output Voltage has not been

Configured

Power Connection Configuration is

Invalid for Equipment in one or more

Racks in the Group

Power Feed Connection for UPS and

Group must Match

Power Panel Output Voltage has not

been Configured

Rack's Estimated Load Exceeds Group's

Peak Load Settings

20

Data enter

Thermal

Analysis &

Design

The graphical floor plan of the

configured data centre layout should

include overlays showcasing capture

index (CI), plenum pressure, plenum

velocities, and 3D rendering of the

temperature map, including airflow and

temperature thresholds. As the design

takes place, client will get a qualified

estimation of the effect of changes in

supply temperature, airflow, and

number of cooling units and room-based

cooling parameters. The data is

expected to be simulated on the basis of

plate rating of various cooling devices,

racks, perforated tiles, grilles etc.

The Cooling overlay of the data centre

floor layout should show a colour-coded

overview of the Capture Index to give

client an overview of the reasons why

the tile airflow may not be the same

across the room. Each rack in a well-

formed hot aisle / cold aisle layout

should show a capture index

percentage.

It should also offer dedicated Overlay to

show Floor Plenum to help client drill

down into looking at specific velocity

issues in the plenum and estimate

perforated tile airflow rates. In designing

the layout whenever a client drags in a

new cooling unit or moves a perforated

tile, the flow vectors and perforated tile

flow rates should update instantly on the

Plenum view on the DCIM.

Page 479: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 479

In the 3D view, client should be able to

see the room's simulated airflow above

the raised floor. Velocity vector and

temperature results should look like

those from traditional CFD applications

and provide the same ability to quickly

locate problem spots and understand

the underlying causes.

DCIM application should provide design

capability of hot isle and cold aisle

ducted to ceiling scenario creation. It

should also incorporate other

components like Blocking walls, pillars

for creation of data centre design so that

it comes as near to real scenario.

DCIM should facilitate the 3D model to

depict equipments placed on Rack

Mounted Trays and at the same time

CFD like Model should be able to detect

airflow around those equipments when

mounted inside the Rack.

DCIM thermal model should incorporate

Thermal calculations utilizing both

mechanisms: Simulated and Real Time

T/H sensor polling. User should have the

ability to simulate his data centre on any

of them at any time and see Thermal

Maps in X,Y and Z Planes.

DCIM should facilitate the 3D model to

depict equipment’s placed on Rack

Mounted Trays like Modems stacked on

a Tray.

DCIM 3D model should allow for

PAN,ZOOM, Rotate the data enter views

as per user requirement.

DCIM thermal model should allow Third

Party Building Management Rack T/H

sensors also to be utilized for calculating

Thermal Maps apart from the DCIM

OEM's own T/H sensors.

Commissioning: The solution should

provide provisions to recommend the

best location for a server in the rack

layout, utilizing available space, cooling,

and power capacity

22

Change

Managemen

t

The DCIM tool should enable operators

to gain control over the data Centre

environment by implementing organized

moves, adds, and change work

processes by providing workflow system

that can develop and assign work

orders, reserve space, track status, and

Page 480: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 480

provide a historical audit trail.

Ability to assign deadline and person to

each work order.

Ability to create multiple tasks and track

task status for each work order.

Ability to create work order templates

that can be used for recurring work

types like maintenance activities or

standard procedure for installation of a

certain type of server.

Support workflow management that

should allow for easy implementation

and tracking of organized moves,

additions, and changes.

Support audit trail reporting that would

show asset moves, additions, and

changes by date/time, owner, and work

orders.

DCIM should allow for Integration with

Dedicated Change Management Systems

like BMC Remedy and Service Now as

and when required.

Every network management change

should be recorded in audit trail report

It should allow for Auto Scheduled Work

Orders which can regenerate certain

Service Work orders like Service

Schedules for CRAC units which must

renew themselves every Quarter or

Yearly etc.

23 Energy

Managemen

t (PUE &

DCiE)

The application should provide real time

Power Usage Effectiveness (PUE), DCIE

values and able to deliver Weekly,

Monthly, Quarterly & Yearly PUE report.

DCIM should be able to deliver the cost

and CO2 emission per subsystem where

subsystem data can either be measured

(live) or computed (without power

meters).It should showcase graphs for

IT load, current PUE/DCiE, historical

PUE/DCiE, costs and CO2 emission per

subsystem.

24

Advance

CRAC

Automation

with Control

DCIM should have provision for a closed-

loop system that reacts to real-time

data from the temperature sensors and

is able to control existing client CRAC

units (DX/CW) irrespective of OEM. Data

may be wirelessly transmitted to

Page 481: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 481

network gateways, aggregated, and sent

to a purpose-built appliance where it is

analysed by control software which in

this case would be one of the Modules of

DCIM. Control commands are then

delivered to the cooling equipment. As

IT load changes, the built-in machine

learning automatically adjusts cooling

output of CRAC units to match the

dynamic data centre environment.

Utilizing Cooling Automation client will

be able to automatically identify and

eliminate hot spots and diagnose

potential facility risks proactively and

get a Hard Positive ROI.

This Module will be able to control and

put the CRAC units in Software driven

and Manual Mode as required in certain

instances.

The Module will be responsible to create

Cooling Influence Maps for the data

Centre, clearly showcasing the Influence

of specific CRAC units on certain regions

across the data enter. This would help

the client in identifying which CRAC to

run at any point of time.

25 Reporting As per RFP Specification

Page 482: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 482

Racks & PDU:

14.1

Rack &PDU

Make

Model

S. No System

Description

Compliance

Yes/No Remarks

1 Server/Network

rack Rack

Server rack size : 600 X 1000

mm

Network rack size : 800 X 1000

mm

In Server room 1, 2 & 3 all the server

racks should have 2 numbers of 32

amps IEC socket. Each socket should

place bottom of the rack but it should

not disturb for cable entry.

Network room & ISP room and HDA

rack should have two numbers of 16

amps IEC socket.

Bottom of the rack should have kold

lock brush to allow the power cable

and also to ensure the air tightness

for all the racks.

Each rack should have two numbers

of rack PDU. The contractor should

supply require accessories for

installation of the two PDU inside the

rack.

The PDU must be zero U PDU and it

should support TCP/IP for integration.

In PDU each branch circuit must be

Page 483: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 483

monitored by monitored software.

The contractor should provide require

software and PC etc

Material:The frame should be made

of heavy duty, heavy grade

aluminium profiles designed to accept

front and rear doors and side panels,

which close within the frame itself.

The Racks shall be of CKD (Complete

Knock Down) or fully welded

structure.

Size: Server rack: min 600 X 1000 X

2000 MM rack, 42 U, 2 X 32 A Rack

PDU with 2 number of temperature

sensor

Network Rack: min 750/800 X 1000 X

2000 MM rack, 42 U, 2 X 16 A Rack

PDU with 2 number of temperature

sensor

Cable access openings with pre-

installed brushes: Large cable

access slots in the roof provides

access for overhead cable egress. The

bottom design allows for

unobstructed cable access through a

raised floor. Roof includes openings

with brush strips pre-installed in

locations biased towards the front of

the enclosure to allow for data cable

pass through and provisions for air

containment

Perforated front door with curved

profile: Perforated front and rear

doors provide ample ventilation for

servers and networking equipment.

Equipment mounting rails

integrate with patch cabling

systems: Equipment mounting rails

include zero U mounting holes beside

the EIA 19" mounting space that

allow the installation of Data

Distribution Cable (DDC) patch

systems without taking up any critical

equipment U-space.

Eyebolt support integrated into

enclosure frame: Integrated eyebolt

holes at the top of the enclosure

frame allow the enclosure to be lifted

for movement and enclosure

Page 484: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 484

placement using eyebolt lifting

mechanisms.

Easily removable cable access

roof: Roof can be removed with

simple pull-pin hinges for access

during equipment installation or even

with cabling already in place and

routed through the cable openings.

Once removed the roof is reversible

to reposition the larger cable

openings for power distribution plugs

and connectors or roof as per OEM

however the roof panel shall have

sufficient cable entry knock out to

enter the fibre and copper cables

Half-height side panels and

option with brush strips for pass-

through: Half-height/ full height

quick release side panels reduce size

and weight for easy handling and

access to equipment. Side panels are

lockable utilizing a single key with the

doors. Now available are side panel

options integrated with pass-through

holes and brush strips for routing

cabling to adjacent racks in a row

while still maintaining proper airflow.

Split rear doors: Split rear doors

improve access and serviceability to

rear of rack mounted equipment.

Structural stability: A proven frame

design, heavy-gauge mounting rails,

and heavy-duty casters provide for

3000 lb (1364 kg) static (levelling

feet) and 2250 lb (1023 kg) dynamic

(castor) load ratings.

Approvals

UL 2416, UL 60950-1

RoHS

Mounting Angle: Two Pairs of 19"

Mounting Angles with U marking

The contractor should propose 40

% of blanking panel

Standards and Materials

o Dimensions conform to EIA-310E,

IEC-60297-2

o Five stage iron-phosphate pre-

treatment with textured powder coat

finish, tested to 500 hours salt spray

under ASTM-D610-01 and ASTM B117

o Available in low gloss textured

Page 485: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 485

black RAL 9005

o Premium grade Hot and Cold rolled

steel sheet

o Designed and Manufactured under

ISO 9001 : 2008

All materials RoHS compliant. Captive hardware (pack of 20).

14.2

IP PDU

Make

Model

S.No System

Description

Compliance

Yes/No Remarks

1

IP PDU

o IP based Rack mount PDU should be

manufactured in India, Rack PDU

Metered, Zero U, 32A, 230V, (36) C13 &

(6) C19 sockets

o IP based Rack mount PDU should be

manufactured in India, Rack PDU ,

Metered, Zero U, 16A, 230V, (18) C13 &

(2) C19 sockets

o IP based Rack mount PDU should

provide Volts, Amps, total Power-

kilowatt and Total Energy- kWh over IP.

Locally it should be able to display the

Volt, Amps and Power on the LCD

display affixed on the Power strip itself.

o IP based Rack mount PDU should be

able to mount as 0U with tool-less

mounting option.

o IP based Rack mount PDU should

have the ability to define alarm

thresholds to avoid overloaded

o IP based Rack mount PDU should

have a USB port for easy firmware

upgrades with Additional Flash Upgrade

option via network download for future

product enhancements

o IP based Rack mount PDU should

have the option for SNMP monitoring &

management for multiple trap receivers

when events occur over IP

o Integrates with centralized

monitoring software providing a unified

view of complex physical infrastructure

o It should have locking IEC receptacle

and locking power cord compatibility

o It should have field replaceable

Network Management module

o It should have Temperature/humidity

sensor port on PDU to connect to a

Temp/Humidity sensor probe

o The bidder shall provide the two

number of temperature and humidity

Page 486: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 486

sensor

o IP based Rack mount PDU should be

VDE and UL Certified

o IP based Rack mount PDU should

have magnetic hydraulic breakers for 32

amp ratings to save sockets from

tripping

o Load indicator LED to alerts users of

potential overloaded circuits

o Lowest profile design having width

56M.M available in the industry; avoid

space interference with IT equipment

and improve airflow efficiency

o Both Intelligent PDU& Racks should

be from Single OEM.

o There Should be 2 Metered PDU per

Racks

Page 487: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 487

Structured Cabling Solution:

15.1

Fibre Solution -Non Intelligent

Make

Model

S.No System Description Compliance

Yes/No

Remarks

1 Data

Centre

1. In data Centre there are two service

provider room each consist of two rack. Phase -

1 one rack and phase -2 one rack. Hereafter

this room refereed as ISP room.

2. There are two communication room,

each room consist of three racks. All the three

rack are in phase -1. Hereafter this referred as

MDA.

3. There are three server room. Server

room 1 and server room 2 and HD server room

are consider in phase -1, and server room 3

consider in phase 2.Each server room consist of

server rack and network rack. Hereafter server

rack referred as EDA, and network rack referred

as HDA. Please refer the layout for number of

racks

2 Design Design parameters:

o ISP to MDA ( Both the ISP to MDA)

a. 24 Copper & b. 24 fibre

o MDA to HDA (Both MDA to HDA)

a. 48 Copper & b. 48 Fibre

o HDA to EDA

a. 24 copper & b. 24 Fibre

o ISP to ISP

a. 24 Copper & b. 24 Fibre

o MDA to MDA

a. 48 Copper & b. 48 Fibre

o HAD to HDA

a. 24 Copper & b. 24 Fibre

3

Function

al

requirem

ent and

Specifica

tion

The cabling between 2 mux rooms and MDA

shall be routed through fault tolerant redundant

fibre links.

For the cabling between MDA to HDA, both

copper CAT6A as well as fibre OM4 cables are

routed over redundant paths.

There is no redundancy required for the

horizontal cabling from HDA to equipment

racks, however the pathway design shall

support future redundancy to be implemented

Page 488: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 488

in this area as well.

All the cables and patch cables, for copper and

fibre, to be used inside the DC areas shall be

LSZH rated to minimize fire hazards and reduce

carbon footprint.

For the fibre cabling pre-terminated trunk

cables to be used between HDA, MDA and

equipment racks to enhance the fibre cable

density across the DC halls.

Factory fitted pre-terminated cables reduce

installation time, reduces losses due to poor

termination at site, and enhances better air-

flow and power management within the DC.

Pre-terminated cabling shall be 100% factory

tested and shall be equipped with plug-n-play

type interfaces.

Using pre-terminated cabling enhances the

modularity, scalability and reusability factor of

all the fibre components within the DC, which

otherwise is very difficult to manage.

All components to be used shall be ROHS

compliant.

4 Fibre o MPO-MPO Trunk Cable or Patch lead,

Female/Male, 12-fibre, Straight/cross, 50/125

OM4

o Factory pre-terminated cable assemblies

with high density MPO connectors at both ends

compliant with TIA/EIA 942, ISO/IEC 24764

and EN 50173-5 data Centre standards

o Loose tube cable construction with Round

jacket and LSZH outer sheath. Jacket colour

Aqua

o Fibre cable shall be Bend Insensitive

Multimode type (BIMM)

o Core diameter - 50/125 um (OM4)

o Trunk Cable Outer diameter – 3 to 6.4 mm

o Patch lead diameter – 3.2 mm

o Connector: Color - Beige / as per OEM

o Thermoplastic Ferrule

o Fibre path configuration – straight /Cross

o Available in lengths from 2 up to 300 m

o Connector(s) Exit Angle to Connector(s) Exit

Angle = 180° to 180° /As per EIA standard

Page 489: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 489

o Attenuation <= 0.15 to 0.35dB, Random

mated at 850nm

o Return Loss >= 25 DB to 28 Db

o ROHS/ELV Compliant

Should be covered by 25 years warranty

5 24 Fibre

LC type

MPO

Cassette

, OM4

o Pre-terminated cassettes with 2 MPO trunk

connections (2 x 12 fibres) at rear

o 6 x LC Quad (24 fibres) connection in the

front

o Component should be compliant with

TIA/EIA 942, ISO/IEC 24764 and EN 50173-5

data centre standards

o Attenuation <= 0.15 to 0.35 dB, measured

at 850nm

o Return Loss >= 25 DB to 27dB,

o Connector(s) Exit Angle to Connector(s) Exit

Angle = 45° to 180° / as per EIA standard

o Panels accept up to 4 cassettes achieving up

to 96 fibre connections on 1U

o Must be ROHS/ELV Complaint

o Should be covered by 25 years warranty

6 LC-LC

Multimo

de

50/125

micron

Duplex

Patch

Cord,

OM4, 3

Meter

o LC to LC Duplex Fibre Optic Patch Cord 3 Mtr

50/125 Micron OM4

o LSZH outer sheath, Jacket colour – Aqua/as

per OEM

o Cable diameter - 1.8 mm twin zip

o Ferrule type – Ceramic

o Buffer type - 0.6 mm easy strip

o Insertion Loss: MAX .3 dB

o Return Loss: > 30 dB

o Temp Rating: Minus -10 Degree C to +60

Degree C

o ROHS/ELV Compliant

o Should be covered by 25 years warranty

7 19"

unloaded

Patch

Panel

o 19” 1U unloaded panel suitable for mounting

up to 4 no’s of pre terminated cassettes. Should

be able to support both copper and fibre

cassettes.

o Panel/Cassette should be available in both

angled and flush mount versions

o Should be equipped with rear cable

manager, grounding bolts and labels

Page 490: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 490

o Must be ROHS complied

o Should be covered by 25 years of warranty

Unloaded panels should be of high density to

accommodate at least 32 no’s of 10G copper

ports and 96 cores of 10G fibre

Page 491: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 491

15.2 Copper Solution -Non Intelligent

Make

Model

S.No System Description Compliance

Yes/No

Remarks

1 CAT6A F/UTP CABLE, LSZH, BOX OF 305 MTR

Type ANSI/TIA-568-C.2 Category 6A F/UTP Cable

Material:

Conduct

ors

23 AWG solid bare copper or better

Insulatio

n

Polyethylene

Jacket LSZH complying to IEC 60332-1-2

Pair

Separato

r

Cross-member (+) Fluted Spine. Each pair

should be twisted in different lays

Shieldin

g

Aluminium Foil Shielded. Polyester tape

encapsulating the 4 pairs beneath the AL Foil.

Drain wire and Rip cord to be integrated in the

cable

Approval

s

UL 444 & NEC 800

Operatin

g

tempera

ture

-20 Deg. C to +60 Deg. C

Frequen

cy tested

up to

Minimum 500 MHz

Packing Box of 305 meters

Return

Loss @

500 MHz

=>15.2 dB Min.

Attenuat

ion @

500 MHz

<= 45.3 dB/100m Max.

NEXT @

500 MHz

>= 33.6dB Min

Channel

complian

ce

certificat

e

Shielded twisted pair cabling system, Certificate

by Intertek (ETL) for the 4-Connectors channel

testing to the Cat 6A Cabling system as per the

ANSI/TIA 568 C.2 standards. Document to be

submitted.

ROHS/EL

V

Compliant

Page 492: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 492

24 PORT UNLOADED JACK PANEL, 1U

2 Type 19” 24-port, Unloaded multimedia Jack panel,

Angled/flush mount, suitable for Shielded jack

termination

Panel shall be equipped with removable and

adjustable rear cable manager

Grounding strips and bolts to be included.

Port

arrange

ment

Modules of 6-ports each, arranged 1port x 6.

Category Should accept 10G Approved Shielded Jacks,

UTP Jacks as well as fibre connectors and

inserts.

Cable

manage

ment

Shall be supplied with rear cable support

system

Form

factor

The angled panels shall feature a recessed

angle design to facilitate installation in closed

racks

Port

Identific

ation

9mm or 12mm Labels on each of 24-ports (to

be included in supply)

Height 1 U (1.75 inches)

Interface Polyester Molding Compound, Black

Panel Black, powder coated steel, UL Listed

CAT6A STP JACK

3 Type Modular Shielded Jacks shall meet and exceed

channel specification of ANSI/TIA/EIA-568-B.2-

10:2008 Category 6a/ Shielded Cat6A Jack

should also comply to IEEE 802.3bt/D1.7 type 3

and 4 and ISO/IEC 11801:2002/Amd 1:2008

Class EA up to 500 MHz when used as a

component in a properly installed F/UTP

channel. Modular jacks shall utilize a secondary

PC board, separate from the signal path, for

crosstalk compensation

Modular

Jack

Housing

Zinc Alloy

IDC

Connecti

ng

blocks

Polycarbonate, 94V-0 rated

Insulatio

n

Displace

ment

Phosphorous bronze, plated with 3.81 μm [150

μin] minimum thick matte tin over 1.27 μm [50

μin] minimum thick nickel under plate. The

insulation displacement contacts shall be

paired, with additional space between pairs to

Page 493: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 493

Contacts improve crosstalk performance.

Accessor

ies

Shielded jack should support uniform hassle

free termination technology and be able to

ensure performance in each termination without

dependency on expertise of technician.

Jacks should have inherent cable strain relief

mechanism to secure each termination.

The termination contacts should be protected

from dust and cable tensions once terminated.

Terminat

ion

Pattern

TIA / EIA 568 A and B. Accept solid, 24-22 AWG

conductors or stranded 26-24 AWG conductors

with a maximum insulation diameter of 1.60

mm

Performa

nce tests

Modular Jacks shall be independently tested for

performance to ANSI/TIA/EIA-568-B.2-

10:2008; ISO/IEC 11801:2002/Amd 1:2008;

IEEE 802.3an

Approval

s

(a) UL Listed / CSA Approved

(b) ETL verified

Operatin

g

Tempera

ture

-40° to 70°C

Performa

nce

Characte

ristics to

be

provided

with bid

for 1 –

500 MHz

Attenuation, NEXT, PS NEXT, FEXT and Return

Loss

CAT6A S/FTP Patch Cords

4 Type Shielded Twisted Pair, PiMF, compliant to 10

Gb/s technology IEEE 802.3an (copper) and

ISO/IEC 11801

Conduct

or

CAT7 stranded copper, 7/26AWG

Length 2 / 3 / 5 Meter

Plug

Protectio

n

Matching coloured snag-less, elastomer

polyolefin boot

Approval Shall have independent certificate from GHMT

Page 494: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 494

s and ETL for CAT6A performance.

Construc

tion

Pairs in Metal Foil , 4 pair stranded S/FTP cable

Plug

Housing

Clear polycarbonate

Plug

Terminal

s

Phosphor Bronze, 50 micron gold plating over

selected area and gold flash over remainder,

over 100 micron nickel under plate

Sheath

Material

LSZH

Page 495: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 495

15.3 Fibre runner

Make

Model

S. No System Description Compliance

Yes/No

Remarks

1 Fibre

Runner

o Fibre raceway shall be available system for

both overhead and under floor/above

suspended ceiling applications.

o The fibre raceway shall be available in a

plastic non-plenum rated as well as a metal

plenum rated system.

o Under floor and above suspended ceilings

raceways shall be plenum rated to meet NEC

standards.

o The overhead and under floor/suspended

ceiling systems must be modular.

o Fibre raceway system shall provide routing

for both fibre optic patch cords (jumpers) 3 mm

in diameter and multi-fibre cables.

o A fibre patch cord bend radius of at least

two inches (5.08 cm) shall be maintained at all

points in the offered system.

o The fibre raceways system shall be available

in 2-, 4-, 6-, and 12-inche dimensions.

o All materials in the offered overhead fibre

routing systems must meet UL 94V-0 and Bell

core TR-EOP-000063 standards.

o All parts (excluding flex tubing kits) shall

meet UL 94V-0 (base material) and UL 2024

(finished product) flame ratings. These ratings

are used in many local regulations for flame

rating requirements (flame retardant).

o System shall be made from a low-smoke,

non-brominated, non-chlorinated, flame

retardant material system is loaded stress

tested under high temperature and humidity to

verify durability under extreme conditions

o All materials used in the systems must

comply with NEC and NEBS standards for fire

resistance.

o The under floor/suspended ceiling system

must meet grounding requirements as specified

in section 300-10 of the National Electric Code

(NEC).

No overhead system offered can contain nylon

or poly-vinyl chloride (PVC) materials.

Page 496: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 496

15.4 Wire Basket

Make

Model

S.No System Description Compliance

Yes/No

Remarks

1 Wire

Basket

o Easy to install

o Aesthetically pleasing

o Simple Grounding/Bonding methodology

o Light weight compared to ladders

o Ideal for data cabling requirements

o EMI/EMC containment for high frequencies

o Ensures cable lay is compliant to TIA-568C

guidelines

o Cables are easily accessible in the basket

and help for MAC’s

o Choice of multiple pieces to meets complex

cabling lay patterns

o Open mesh design supports easy airflow

o Uniform rib/rod dia (5mm) to ensure the

consistent load baring across all cross Sections

o Specially designed pre-fabricated various

cross sections (L, T Cross, up, down) to support

easy flow of cables during turns, ups and down

spots.

o Wire basket shall have feature to mount

copper and fibre panels directly from the basket

tray system, on top of all server racks. Up to 4U

size shall be available for panel mounting.

2 Specifica

tion

Material : Mild Steel

o Finish : Trivalent Zinc Coated (8-10 um)

o Construction : Welded

o RoHS compliant

Page 497: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 497

Router:

16.1 ROUTER SPECIFICATION

Make:

Model:

S. No. Requirements Compliance

(Yes/No)

Remarks

1. General

Requirements

The Router shall be designed for

continuous operation.

In case of full system failure, Router

shall maintain a trace area in the

NVRAM / FLASH which would be used

for analysis / diagnosis of the problem.

Router shall have built in power-on

diagnostics system to detect hardware

failures.

Router shall have suitable Visual

Indicators for diagnostics and healthy /

unhealthy status of Ports & modules.

The design of Router shall not allow

plugging of a module in the wrong slot

or upside down.

2. Hardware

Details

Router should have redundant hot

swappable Power supply.

Router shall have minimum 6 Nos. 1G

SFP WAN with Multimode Fibre Module

ports and also populated with 2x10G

SR Ports

All interface module slots / payload

slots should be universal slots, i.e. it

shall be possible to add any interface

module card on any slot for scalability.

Router shall have at least 1 free slots

for future scalability, each of which

shall support following interface

modules: 1G, 10G, STM-1, STM-4.

Router shall support aggregate

throughput minimum 2.5 Gbps (packet

length of 64 bytes) scalable to 15Gbps.

Router should have 8GB RAM, and

should support Software Redundancy

The Router shall have enough CPU

capacity and Memory so as to

efficiently meet all the functionalities

laid down in the specifications.

The router hardware shall be designed

to run both IPv4 & IPv6 simultaneously

(Dual Stack) from day one.

Page 498: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 498

Router shall have hot swappable

Interface modules. The removal and

insertion of any interface module shall

not disrupt traffic on the other

modules.

Router shall support 19” rack

mountings.

Router shall support Upgrade of

Software through Flash Memory.

The router shall support NetFlow /

SFlow / Jflow

Routers shall be capable of working

with 170 – 240 Volts AC nominal at

frequency 50 +/- 2 Hz.

Router shall support a console port

with RS-232 Interface or RJ-45

interface for configuration and

diagnostic purposes.

3. Software

Details

The router shall support following

protocols from day one:

i) TCP/IP with MTU of 4000 bytes or

above on all interfaces.

ii) ARP, RARP, ICMPv4 and ICMPv6,

DHCP, TFTP and DNS

iii) Network address translation (NAT)

and Port Address Translation (PAT)

supported on all interfaces. NAT and

PAT should be performed in hardware.

iv) VRRP

v) IPv4 & IPv6 Tunnelling on all

interfaces.

vi) The router should support 3DES and

AES encryption standards

vii) IPSec implementation should be

IETF compliant.

The router shall support following WAN

protocols:

i) PPP

ii) Multi-link PPP

The router shall support static as well

as dynamic routing with support for

following IP routing protocols:

i) RIP Version 2

ii) RIPng

iii) OSPF Version 3.

Page 499: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 499

iv) BGP Version 4.

v) Multi-Protocol BGP Version 4.

The router shall support following

quality of service (QoS) features:

i) Weighted Fair Queuing (WFQ)

ii) IP Precedence i.e. Priority based on

TOS field of IPv4 and IPv6.

iii) Differentiated Services (Diff Serve)

i.e. Priority based on DS Field of the

IPv4 and IPv6.

iv) The router must be able to

implement hierarchical without any

compromise in the performance.

The router shall support following

Security features:

i) Zone Based Firewall features should

be available from Day 1.

ii) Generic Routing Encapsulation.

iii) Access lists based on Network

Address, Mask, Protocol Type and

Socket Type

iv) Access list violation Logging &

Accounting

v) MD5 Route Authentication.

vi) Controlled SNMP Access through the

use of SNMP with MD5 Authentication.

vii) Multiple Privilege levels to provide

different levels of access. Application

Visibility feature should be supported

by the Router Hardware.

viii) Remote Authentication Dial in User

Service (RADIUS).

ix) IPv6 uRPF on all interfaces.

The Router shall support

authentication, authorization and

accounting though RADIUS / TACACS+.

Router shall support Network

Management through:

i) SNMP V-1, V-2 & V-3

ii) RMON support

iii) MIB I and MIB II

iv) Router shall support all standard

MIBs based on OSPF, BGP etc.

v) Software Upgrade through FTP or

Page 500: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 500

TFTP

vi) TELNET Client and Server

vii) SSH Version-2

Router shall have Debugging features

to display and analyze various types of

packets.

The router shall support NetFlow /

SFlow / JFlow in hardware.

Router shall support System & Event

logging functions as well as forwarding

of these logs onto a separate Server for

log management.

4. Regulatory

Compliance

Router shall conform to UL 60950 or

IEC 60950 or CSA 60950 or EN 60950

Standards for Safety requirements of

Information Technology Equipment.

Router shall conform to EN 55022 Class

A/B or CISPR22 Class A/B or CE Class

A/B or FCC Class A/B Standards for

EMC (Electro Magnetic Compatibility)

requirements.

Router shall be manufactured in

accordance with the international

quality standards ISO 9001:2008 for

which the manufacturer should be duly

accredited.

5. Product /

OEM

Evaluation

Criteria

Routers & Switches shall be sourced

from same OEM.

Page 501: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 501

Data Centre Switches:

16.2 SWITCH SPECIFICATION

Make:

Model:

Sl. No. Description Compliance

(Yes/No)

Remarks

1. Fabric

Definition

Fabric should be CLOS Based Architecture

defined using Core, DC Access and VXLAN

+ ISIS or VXLAN + EVPN Protocol

Fabric have following functionalities to be

achieved in their state of the art Data

Centre-

Flexibility : allows workload mobility

anywhere in the DC

Robustness : while dynamic mobility is

allowed on any authorised location of the

DC, the failure domain is contained to its

smallest zone

Performance: full cross sectional bandwidth

(any-to-any) – all possible equal paths

between two endpoints are active

Deterministic Latency : fix and predictable

latency between two endpoints with same

hop count between any two endpoints,

independently of scale.

Scalability: add as many DC Access as

needed to achieve desired scale in terms of

number of servers while maintaining the

same oversubscription ratio everywhere

inside the fabric.

Fabric Connectivity has following properties

-

Each Core switch must only connect to each

DC Access Switch using line rate 40G ports

Each DC Access must connects to each Core

Switch using uplink line rate 40G ports and

to any server or switch using downlink

1G/10G ports.

2. Fabric

Features

Fabric must be created based on hardware

based VXLAN or VXLAN + EVPN

architecture.

Fabric must be created based on line rate

40G ports connectivity between Core and

DC Access using a pair of Multi mode or

single mode fibre core.

Fabric must support line rate 100G ports

connectivity between Core and DC Access

Page 502: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 502

Fabric must support various Hypervisor

encapsulation including VXLAN/NVGRE and

802.1q natively without any additional

hardware/software or design change.

Fabric must auto discover all the hardware

and auto provision the fabric based on the

policy.

The fabric architecture must be based on

hardware VXLAN overlays to provide logical

topologies that are abstracted from the

physical infrastructure with no performance

penalty.

Fabric must integrate with best of breed L4

- L7 Physical and virtual appliance and

manage using single pane of glass

Fabric must provide deeper visibility into

the fabric in terms of latency and packet

drop between VM to VM, VM to Physical

server and vise versa, DC Access to another

DC Access

Fabric must provide open source APIs from

the Central management solution in order

to integrate with best of breed

Management, Monitoring and Cloud

automation & Orchestration software.

Fabric must provide open programmable

interface using python SDK, Jason SDK

from the Central Management solution for

programming/configuring the entire fabric.

Management Solution should be a part of

the overall Solution Stack in redundancy.

Fabric must provide open scripting interface

using Bash and power shell from the central

management appliance / Controller for

configuring the entire fabric.

Fabric must support Role Based Access

Control.

3. Fabric

Layer 2,

Layer 3 and

Misc.

Features

Fabric must support Layer 2 features like -

LACP, STP, RSTP, MSTP, VLAN Trunking,

LLDP etc.

Fabric must support multi chassis ether

channel i.e. Host connects to two different

DC Access switches and form ether channel

using LACP/NIC Teaming on Host

Fabric must support Jumo Frame up to 9K

Bytes on 1G/10G/40G ports

Fabric must support Layer 2 Multicast i.e.

IGMP v1, v2 and v3

Fabric must support IP v4 and IP v6 FHRP

Page 503: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 503

using HSRP or VRRP

Fabric Must support IP v4 and IP v6 Layer 3

routing protocol OSPF and BGP

Fabric must support IP v6 dual stack

Fabric must support traffic redistribtuion

between different routing protocol

Fabric must support IP v4 and IP v6

management tools like - Ping, Traceroute,

VTY, SSH, TFTP and DNS Lookup

Fabric must support IP v4 and IP v6 SNMP

V1 / V2 / V3

Fabric must support RMON/RMON-II for

monitoring

Fabric must support integration with the

centralised Syslog server for monitoring

and audit trail.

Fabric should support NTP

4. Fabric

Scale and

Performance

Fabric in a Core - DC Access architecture

using VXLAN or VXLAN + EVPN

architecture, must support scale up and

scale out without any service disruption.

Fabric must use 40G line rate ports on Core

and DC Access for creating the Fabric using

a pair of Multi mode or single mode fibre

cores. Each Access Switch should connect

to Each Core with 1x40G Fibre Link

Fabric must scale from 100 VRF/Private

network to 500 VRF/Private network

without any additional component or

upgrade or design change.

Fabric must scale from 100 Tenant to 500

Tenant without any additional component or

upgrade or design change.

Fabric must integrate with all leadingVirtual

Machine Manager (i.e. vCentre, SCVMM

etc.) of different Hypervisors.

Fabric must be capable of connecting 1000

virtual or physical servers and scale to

10000 virtual or physical servers

Fabric must be capable of integrating

minimum 8 L 4 - L7 services physical or

virual appliances (i.e. Firewall, ADC, IPS

etc.) and scale further.

Fabric must support 100 DC Access

switches without any design change.

Fabric must support minimum 2 Core

Switches from Day-1 and scale up to 4 Core

Page 504: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 504

switches without any design change.

Core Switch must have adequate number of

line rate 40G ports to support desired DC

Access Scale using minimum 1 x 40 G ports

connectivity from Each DC Access to Each

Core switch.

5. Fabric

Management

Fabric must provide Centralised

Management Solution - Single pane of

Glass for managing and provisioning the

entire Fabric.

Fabric must Auto discover all the Core and

DC Access switches and auto provision

them based on the Fabric policy using

Centralised management Solution.

Centralised management Solution must

manages and provision L4 - L7 Services

physical or virtual appliance as well as

integrate with Virtual Machine manager.

Centralised management Solution must not

participate in Data or control path of the

fabric.

Centralised management Solution must

provide necessary report for compliance

and audit.

Centralised management Solution must

communicate to south bound devices using

open standard protocol or using Device

APIs.

Centralised management Solution

communication with the south bound

devices must be encrypted

Centralised management Solution must

communicate with the south bound devices

using more than one path i.e. inpath

connectivity and out of band management

connectivity

Centralised management Solution provide

dynamic device inventory of the Fabric as

well as current network topology of the

fabric. It must also validate the cabling

connectivity and generate alarms in case of

wrong or faulty connectivity.

Centralised management Solution must run

in "N + 1" redundancy to provide

availability as well as function during the

split brain scenario

In Event of all Centralised management

Solution fails, the fabric must function

without any performance degradation and

Page 505: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 505

with the current configuration.

Centralized management Solution must

support multi tenancy from management

perspective and also provide Role Based

Access Control per tenant for the tenant

management.

Centralised management Solution must

support TACACS+, RADIUS, LDAP or Local

Authentication. It must also provide an

integration with the Syslog servers.

6. Hardware

Configuration

for each

Management

Solution

Appliance

At least 2*1.90-GHz Intel® Xeon®

processor E5-2609 v3 with 85 watts (W), 6

cores, 15-MB cache, DDR4, and 1600 MHz,

4*16-GB DDR4 2133-MHz RDIMM PC4-

17000, dual-rank x4 with 1.2V, 2*10G

ports with necessary transceivers.

7. Core

Switch

Specification

Core Switch is the modular chassis. It must

have 2 dedicated supervisor/CPU slots and

minimum 4 pay load slots. Should be

supplied with 24 x 40G Interfaces with

Modules supporting 40G Line rate

throughput (Two Wire Multi Mode-LC/Two

Wire Single Mode-LC Fibre Interface using

OM4 minimum distance of 150 Mtr). Should

be loaded with 8x40G Short range modules

from Day 1

Core switch must have redundant (N+N

/N+1) Power supply, FAN tray, Supervisor

engines and Fabric Modules.

Core switch must support online insertion

and removal of all the parts like modules,

power supplies and fan trays etc without

any traffic disruption, performance

degradation and rebooting of switch.

Core switch must support the complete IP v4 and IP v6 Stack.

Core Switch must support 100 nos. of line

rate 40G ports

Core Switch must support 100 G line rate

ports.

Core switch must support In Service

Software Upgrade and Downgrade as well

as In Service Software Patching for critical

bug.

8. DC Access

Switch

Specification

DC Access switch should be a fixed

configuration switch.

DC Access switch must have redundant

Power supply and Fan Trays (N+N or N+1

Redundancy)

Page 506: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 506

DC Access switch must support online

insertion and removal of Power supply and

Fan Tray.

DC Access Type 1 Copper Switch - must

provide 48 ports of 1G/10G Copper Ports

for host/downlink switch connectivity and

minimum 6 ports of 40G QSFP uplink ports

for Core switch connectivity. Should be

loaded with 2 x 40G Modules from Day 1

(Two Wire Multi Mode-LC/Two Wire Single

Mode-LC Fibre Interface using OM4

minimum distance of 150 Mtr) Switch

should Support at least 4x100G Interfaces

for future use. Switch should have Non-

Blocking Performance with 2Tbps Switching

Capacity.

DC Access Type 2 Fibre Switch - must

provide 48 ports of 1G/10G/25G Ports for

host/downlink switch connectivity and

minimum 6 ports of 40G QSFP uplink ports

for Core switch connectivity. Each Switch

should be loaded with 48x10G SR Modules

and 2 x 40G Modules from Day 1 (Two Wire

Multi Mode-LC/Two Wire Single Mode-LC

Fiber Interface using OM4 minimum

distance of 150 Mtr). Switch should Support

at least 4x100G Interfaces for future use.

Switch should have Non-Blocking

Performance with 3Tbps

All the DC Access Switches must be line

rate layer 2 and layer 3 switch.

DC Access switch should be a fixed

configuration switch.

DC Access switch must have redundant

Power supply and Fan Trays (N+N or N+1

Redundancy)

Blade Server with Chassis:

16.3 BLADE SERVER WITH CHASSIS

SPECIFICATION

Page 507: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 507

Make:

Model:

Sl. No. Feature description Compliance

(Yes/No)

Remark

Blade Server

1.Processors Each blade shall have a minimum of

two (2) 16 Core Intel E52600 V3

series CPU’s and should support all

intel CPU’s including the highest

performance intel E5 -2699 v4 18 core

2.3 GHz CPUs

2. Storage The server should support SAS, SATA

and SSD hard disk drives. Should be

loaded with 2x600GB SSD/SATA HDD

from Day-1 15K RPM

Must have an internal slot for SD card

/ Flash which supports booting

hypervisors

The Blade should have support for

Boot from SAN

3. Memory Should have at least 24 DIMM slots

per blade with 256GB Loaded from

Day-1

4.Network The Blade server should support

Converged Network Adapter , which

aggregates both the Ethernet and FC

connectivity on a single controller

It should support up to 40 Gb

connectivity per server with a

minimum of 2 ports , which is

expandable to 80 Gb connectivity per

server

It should support two adapters per

server

Should include support for virtualized

adapter with up to80 Gb connectivity

and which can be partitioned into

more than 32 NICs or HBAs , in both

virtualized or non virtualized

environments

In a virtualized environment , the

virtualized adapter should support

both configuration options of passing

through the hypervisor layer & or by

passing the hypervisor

Should be able to support VMDirect

I/O with Vmotion on VMware

Page 508: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 508

vSphere5

Adapter and QoS policies can be set

and defined for each of the vNICs or

vHBAs created in the virtualized

adapter

5.Management It should support remote KVM

capability from an external keyboard,

video monitor and mouse to all blades

installed in the chassis through the

management controllers

Remote KVM should support up to 4

active sessions

6.Others The Blade should be hot pluggable

The chassis density should be better

than those offered by the typical 1 U

rack server

7.Environmental Operating Temperature support from

50 to 95°F (10 to 35°C) and Non-

operating Temperature from -10 to

149°F (-22 to 65°C)

Operating Humidity from 5% to 93%

noncondensing and Non-operation

Humidity from 5% to 93%

noncondensing

Operating Altitude from 0 to 10,000 ft

(0 to 3000m) and Non-operating

Altitude up to 40,000 ft (12,000m)

Blade Chassis

1. General

Requirement

Blade chassis shall be 19" Electronic

Industries Alliance Standard Width

rack mountable and provide

appropriate rack mount kit.

The power supply modules should be

hot pluggable

Power supply should meet the Energy

80 Plus certification

The power subsystem should support

all of the following modes of power

redundancy ( No redundancy, N+1 ,

N+N or grid )

The power subsystem should be

support N + N power redundancy for

a fully populated chassis with the 2

sockets ( CPU) servers configured with

the intel E5 2650 V4 with all the 24

DIMMs fully populated

Should be configured to provide full

Page 509: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 509

redundant cooling to all blade slots

The chassis shall be able to support

redundant switch modules for fabric

connectivity

The uplink connectivity from the

chassis should be able to support up

to 160 Gb bandwidth or up to 20 Gb

per server blade

The uplink from the chassis should

support FCoE ( Fibre Channel over

Ethernet ) technology

Should also support a 1 Gb & 10 Gb

uplink from the switch which is

connected to the blade chassis

The fabric connectivity from the

chassis should support 1:1

subscription ratio in an active

configuration

The chassis should support redundant

management modules

It should support remote KVM

capability from an external keyboard,

video monitor and mouse to all blades

installed in the chassis through the

management controllers.

Simultaneous KVM access to a single

blade KVM by multiple users but the

admin user can take Read Write

ownership while the other user is in

Read Only mode

Should be able to support the feature

of virtual DVD and virtual floppy to

individual servers from remote

systems

2.Management

Management of both rack & blade

form factor servers from the same

console

The management software can be

used to create resource pools based

on a hierarchal structure and have the

blade resources assigned to the

respective resource pools

Servers can be automatically assigned

to the resource pools based on

qualification criteria which can be

based on the individual server

hardware configuration, location of

blade in the chassis , position of the

chassis , type of NIC/HBA

Page 510: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 510

Resources automatically move from

the resource pools in the parent

organization to the resource pools in

the sub-organization if the lower level

sub-organization runs out of

resources in its respective pools

Supports a stateless environment

where server identity is created by the

administrator who defines the server

BIOS version, MAC ID, NIC firmware

version, WWPN , FC-HBA firmware

version , Adapter QoS , Management

module firmware version, UUIDs ,

Server Boot Policies, KVM IP etc

Should support iSCSI boot and setting

up of server iSCSI boot policies

through the server identity

It should also have the capability to

enforce policies in the system BIOS

settings and configuration, so once

administrators define a common policy

for a server BIOS, all subsequent

deployments use this policy.

The server management port ( CIMC /

KVM ) IP address is defined as part of

the server profile / identity

Multiple server identities can be

deployed from a master server

identity or a master template

Server identities that are created and

linked to the master server identity

inherits any modifications done to the

master identity .Example , the version

of the Server BIOS is changed in the

master identity and all linked server

identities inherit the new modified

Server BIOS version .

A server identity that is previously

linked to a master identify can be

delinked from master identity.

Must support the ability to rollback

firmware from current active versions

to the previous version for the Server

BIOS, Adapter firmware and bootcode

versions, individual server

management chips from the same

console for at least 20 chassis.

Page 511: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 511

Firmware upgrade / rollback should be

possible for all the components in the

infrastructure including the server,

chassis management modules ,

Ethernet switch modules, SAN switch

modules, Other IO modules from the

same console that is used to manage

the individual blades

Role Based Access Control so that the

resources can be managed by

respective resource administrator.

Parent administrator still have control

over resources under their respective

child resources

Built in high availability for the

management modules and software

Embedded management within the

Blade infrastructure

Agentless internal hard disk drive

monitoring and tracking

Movement of server identity from one

slot to another in the event of server

failure. The failover can be movement

within a single chassis or across

multiple chassis

Automated call home capability in the

event of critical server failure or

thresholds that are crossed which

could impact server performance or

customer SLA.

Administrators have the flexibility to

define power policies so that the

power can be limited to a specific

server

Administrators have the ability to set a

cap on the maximum power that the

chassis can draw.

Servers can be grouped and power

capped for servers across multiple

chassis

Integration with the Microsoft Active

Directory groups

Supports multiple level of

authentication methods including

TACACs+/LDAP/Active Directory/

RADIUS

Built in scheduler to set up schedules

for specific actions which are

disruptive. Example , set the

scheduler to flash a new firmware

Page 512: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 512

during the weekend

Switch for Connecting to the Data

enter Network

1. Network

switch

requirement

Proposed solution should be offered

with two no of non-blocking

architecture switches each having 48 x

10G Capable Ports and should support

FCoE and FC Ports.

The fabric switches should support

Private VLANs

The fabric switches should support up

to 1024 VLANs

Should support up to 2000 VIF (

Virtual Interfaces )

It should support the direct connection

to FCoE enabled storage arrays

It should support the direct connection

to FC storage arrays

It should support the direct connection

to NAS based devices

Should include support for FC Port

Trunking

Should support local SPAN.

Should support up to 12 Uplink port

channels per fabric switch

Should support up to 8 member

interfaces per port channel

Should support up to 4 SAN port

channels

Should support up to 8 member

interfaces per FC port channel

Operating System & Database

License

Microsoft

Windows

Windows 2012 R2 or latest Data enter

Edition

RedHat Enterprise

Linux

Red Hat Enterprise Linux Licenses with

24x7 support for five years.

Microsoft SQL

Enterprise

Latest Microsoft SQL Enterprise Edition

Page 513: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 513

Next Generation Firewall:

16.4 NEXT GENERATION FIREWALL SPECIFICATION

Make:

Model:

Sl. No. Feature description Compliance

(Yes/No)

Remarks

1.General

Requireme

nts

The proposed solution/appliance MUST be for

Layer 7 protection. There should be no

performance degradation in the overall

transaction processing. The solution MUST be

deployed in HA mode.

The proposed application security solution must

be in the Leader’s quadrant in the Gartner

"Magic Quadrant for Enterprise Network

Firewalls" issued on April 2015 / 2016.

For high performance with low latency the

proposed solution must provide all application

level inspection as real-time stream-based and

not using file-based store-and-forward

techniques

For high performance with low latency the

proposed solution must provide hardware

(FPGA/ASIC/Processor based) offloading of

application level (L7) content processing (Anti

Virus, Anti Spyware, Vulnerability Protection,

File-type filtering, Data filtering)

For high performance with low latency the

proposed solution must provide all application

level inspection in a single content engine (each

packet must only be inspected once even with

all content inspection features enabled).

The proposed solution must allow policy rule

creation for application identification, user

identification, host profile, threat prevention,

content filtering, QOS and scheduling in a

single rule and not at multiple locations

The proposed solution must be able to be

administered locally without additional

management or logging software.

The proposed solution must allow policy

creation for application identification, user

identification, threat prevention and content

filtering in a single rule and not multiple

locations

The proposed solution must have modern

malware protection that identify unknown

malicious files and execute them in a controlled

environment to expose malicious behaviour

even if the malware has never been seen in the

Page 514: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 514

wild before

The proposed solution should have dual

redundant power supply with dual SSD drives

The proposed firewall appliance should have at

least 12 ports of 10/100/1000 Ethernet Ports

and 4 ports of 10 Gig SFP+ fibre ports

2.Operatio

n Mode

The proposed solution must be able to support

Network attack detection, DoS, DDoS,TCP

Reassembly , Brute Force, Syn Cookie, IP

Spoofing, Malformed Packet etc

The proposed solution must support Tap mode

interface configuration

The proposed solution must support

Transparent, Layer 2 , Layer 3 mode providing

flexible deployment

The proposed solution be able to support

simultaneous deployment with interfaces

servicing Layer 3, Layer 2 Transparent and Tap

modes

The proposed solution shall support 802.1Q

VLAN tagging

The proposed solution shall support Dual Stack

IPv4 / IPv6 application control and threat

inspection under various deployment modes

The proposed solution shall support standards

based Link aggregation (IEEE 802.3ad) to

achieve higher bandwidth

The proposed solution shall support logical

Ethernet sub-interfaces tagged and untagged.

The proposed solution must support the

following routing protocols static, RIPv2, OSPF,

BGP4

The proposed solution must have IPv6 Static

Routing Support even for virtual routers

The proposed solution must have Virtual Router

capability that supports all L3 capability

The proposed solution must support Policy

Based forwarding based on Zone, Applications ,

Source / Destination Address, User or User

Group

The proposed solution shall support DNS proxy

The OEM should ensure that the solution should

be operational for 5 years, with all core feature

/ functionalities enabled on the platform.

Should have IPv6 networking feature and

should be IPv6 ready from day one.

Page 515: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 515

The proposed solution shall support DHCPv4

and DHCPv6 relay

High Availability

The proposed solution must be able to support

Active/Active configuration

The proposed solution must be able to support

Active/Passive HA configuration

The proposed solution must be capable to

detect device, link and path failure

The proposed solution must be able to support

session and configuration synchronization

The proposed solution shall synchronize the

following for HA . Sessions, Decryption Cert,

Threat and Application Signature , etc ensuring

seamless operations

The proposed solution HA shall support hitless

upgrades for both major and minor code

releases

3.Policy

Based

Controls

The proposed solution shall control parameters

by Security Zone, Users, IP, Application, Host

Information Profile, URL Category ,Schedule,

QoS etc.

The proposed solution shall be application

based and not port- protocol based with ability

to support decryption and inspection of SSL and

SSH traffic

The proposed solution shall support the

following policy types/capabilities:

Policy-based control by application and/or

application category (non-port based)

Policy-based control by application function

(posting, file transfer, desktop sharing, instant

messaging, etc.)

Policy-based control by user, group or IP

address

Geography based Blocking

Decryption and Inspection of SSL traffic

-Block files by type: bat, cab, dll, exe, pif, and

reg

-Data filtering: Social Security Numbers, Credit

Card Numbers,

-Data filtering: Custom Data Patterns

-QoS Policy-based traffic shaping (priority,

guaranteed, maximum)

-Policy support for scheduled time of day

Page 516: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 516

enablement

4.Applicati

on Security

Policy

The proposed solution shall support network

traffic classification which identifies applications

across all ports irrespective of

port/protocol/evasive tactic without any

additional licensing policy

The proposed solution shall have application

and application function identification and

decoding technology without any additional

licensing policy

The proposed solution shall be able to handle

unknown/unidentified applications e.g. alert,

block or allow

The proposed solution shall be able to create

custom application signatures and categories

The proposed solution shall allow updating the

application database automatically or manually

via the control or traffic plane

The proposed solution shall delineate specific

instances of peer2peer traffic (Bit torrent,

emule, neonet, etc.)

The proposed solution shall delineate specific

instances of instant messaging (AIM, YIM, Face

book Chat, etc.)

The proposed solution shall delineate different

parts of the application such as allowing Face

book chat but blocking its file-transfer

capability

The proposed solution shall delineate specific

instances of Proxies (ultrasurf, ghostsurf,

freegate, etc.)

The proposed solution shall support Voice based

protocols (H.323, SIP, SCCP, MGCP etc.)

5. URL

Filtering

The proposed solution shall support URL-

Filtering

The Proposed solution shall have the database

located locally/ cache url category on the

device

The proposed solution shall support custom

URL-categorization

The proposed solution shall support

customizable block pages

The proposed solution shall support logs

populated with end user activity reports for site

monitoring within the local solution

The proposed solution shall support Drive-by-

download control

Page 517: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 517

The proposed solution shall support URL

Filtering policies by AD user, group, machines

and IP address/range

6. Threat

Prevention

The proposed solution shall support

Vulnerability , Virus and Spyware Protection

features. The Solution should also support DNS

sinkholing

The proposed solution shall be supported by a

world-class research organization dedicated to

the discovery and analysis of threats,

applications and their respective network

behaviour. The threat and vulnerability

information that is protected shall be publicly

accessible on the internet.

The proposed solution shall block spyware and

malware

The proposed solution shall block known

network and application-layer vulnerability

exploits

The proposed solution shall block buffer

overflow, DoS/DDoS , etc type of attacks

The proposed solution shall perform stream-

based Anti-Virus and not store-and-forward

traffic inspection

The proposed solution shall perform stream-

based Anti-Spyware and not store-and-forward

traffic inspection

The proposed solution shall support attack

recognition for IPv6 traffic the same way it does

for IPv4

The proposed solution shall support Built‐in

Signature and Anomaly based Vulnerability

Protection Engine

The proposed solution shall support the ability

to create custom user-defined signatures

The proposed solution shall support granular

tuning with option to configure overrides for

individual signatures

The proposed solution shall support automatic

security updates directly over a secure

connection (i.e. no dependency of any

intermediate device)

The proposed solution Vulnerability / Virus /

Spyware protection updates shall not require

reboot of the unit.

The proposed solution shall support several

prevention techniques including drop‐packet,

tcp‐rst (Client, Server & both) etc.

Page 518: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 518

The proposed solution shall support response

adjustment on a per signature basis.

The proposed solution shall support

notifications via alerts, email notifications,

SNMP traps and packet logs

The proposed solution shall not have a

performance hit when Vulnerability Protection,

Virus Protection and Spyware Protection is

enabled below 50% of the rated RAW solution

performance

7.Data

Filtering

The proposed solution shall support file

identification by signature and not file

extensions

The proposed solution shall support

identification and optionally preventing the

transfer of various files (i.e. MS Office, PDF,

etc.) via identified applications (i.e. P2P, IM,

SMB, etc.)

The proposed solution shall support

compressed information stored in zipped format

and be able to unpack and filter per policy

The solution shall be capable of identifying and

optionally preventing the transfer of files

containing sensitive information (i.e. credit card

numbers) via regular expression

8.User

Identificati

on

The proposed solution shall support

authentication services for user-identification

using any of the following technologies AD,

LDAP, eDirectory, Radius, Kerberos, Client

Certificate without any additional licensing

policy

The proposed solution should support the

creation of security policy based on Active

Directory Users and Groups in addition to

source/destination IP

The proposed solution shall support user-

identification in policy without installing an

agent on individual endpoints

The proposed solution shall support user-

identification from Citrix and terminal services

environments in policy and logs

The proposed solution shall populate and

correlate all logs with user identity (traffic, IPS,

URL, data, etc.) without any additional products

or modules in real-time

9.QoS The proposed solution should support the ability

to create QoS policy on a per rule basis

specifically by Applications e.g. Skype and

Static or Dynamic Application Groups , such as

Page 519: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 519

P2P , IM groups

The proposed solution shall define QoS traffic

classes with Guaranteed and Max bandwidth

along with priority queiung , differv markings

on packets. Support Session based (not packet

based) differentiated services code point

(DSCP) classification

The proposed solution should support real-time

prioritization of voice based protocols like

H.323, SIP, SCCP, MGCP and applications like

Skype

10. SSL

Decryption

The proposed solution shall be able to identify,

decrypt and evaluate SSL traffic in an outbound

connection (forward-proxy)

The proposed solution shall be able to identify,

decrypt and evaluate SSL traffic in an inbound

connection

The proposed solution should support

decryption and inspection of SSL traffic in an

outbound connection, inbound connection

across any port"

The proposed solution shall support the ability

to have a SSL inspection policy differentiate

between personal SSL connections i.e. AICing,

shopping, health and non-personal traffic

11.VPN The proposed solution shall support IPSec,SSL

VPN and should be available without additional

licensing policy

IPSec VPN should be integrated with the

proposed solution and support full encryption

standards suites:

- DES, 3DES, AES

- MD5 and SHA‐1 authentication

- Diffie‐Hellman Group 1 , Group 2 and Group 5

- Internet Key Exchange (IKE) algorithm

- AES 128, 192 & 256 (Advanced Encryption

Standard)

12.Authent

ication

The proposed solution administrative module

shall support the following authentication

protocols:

- LDAP

- Radius (bidder specific attributes)

- Token-based solutions (i.e. Secure-ID)

- Kerberos

Page 520: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 520

13.

TCPDump /

PCAP

The proposed solution shall support packet

captures based on Source Address, Destination

Address, Applications, Unknown Applications,

Port, Threats, Data Filters and / or any

combination as specified

The proposed solution shall support PCAP

downloads of specific traffic sessions from the

GUI from the logging screen

14.Modern

Malware

Prevention

The proposed solution shall support sandbox

behaviour based inspection and protection of

unknown viruses and malware

The proposed solution shall support automated

signature generation for discovered malware

The proposed solution shall support inline

control of malware infection and

command/control traffic and able to correlate

and detect hosts that have exhibited command-

and-control (C2)

15.Perform

ance

The proposed solution must provide minimum

10 Gbps of throughput with application control.

The performance must be based on HTTP traffic

and not UDP

The proposed solution must provide minimum 5

Gbps of throughput will all security features

enabled including Application Control + IPS +

Anti Spyware + Anti Bot + Antivirus along with

all signature turned ON. The performance must

be based on HTTP traffic and not UDP. The

claim has to be supported by publicly available

documents

The proposed solution should be able to handle

more than 100,000 new sessions per second

The proposed solution should be able to handle

at least 2,000,000 concurrent sessions

The solution should be capable of handling

more than 25,000 policies

At any time the performance of the box , with

all features turned on should not fall below

50% ensuring optimum performance and

availability

16. IPS IPS should be an integrated system with the

proposed solution

The proposed solution should have signature

based, behavioural based and protocol anomaly

based Intrusion prevention system."

The proposed solution must support creation of

custom IPS signature

Page 521: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 521

Integrated IPS should support hybrid attack

detection/prevention with multiple attack

protections methods, like Protocol Anomaly,

Signature-Based, Day-Zero Protection, etc

The IPS should be constantly updated with new

defences against emerging threats

Blocks attacks such as DoS, port scanning,

IP/ICMP/TCP-related

Proposed bidder Should have passed NSS Labs

IPS test

17.Firewall

logging

and

reporting

system

The proposed solution should have built in

storage capacity of at least 100GB for storing

logs.

The proposed system should have Reporting

solution. The reports should be accessible

through Http/Https based.

The administration software must provide a

means of viewing, filtering and managing the

log data

The box should provide on box reporting.

The proposed system must have support for

sending log information to an external log

server via an encrypted connection

Internal Firewall:

16.5 INTERNAL FIREWALL SPECIFICATION

Make:

Model:

Sl.No. Feature Description Compliance

(Yes/No)

Remarks

1.Industry

Certifications and

Evaluations

The Firewall solution offered must be rated

as ‘leaders’ or 'Challengers' in the latest

Magic Quadrant for Firewall published by

Gartner.

2.Hardware

Architecture The appliance based security platform

should be High-end Stateful Firewall with

capability for, application visibility, and

IPS functionality in a single appliance in

Page 522: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 522

future

The appliance should support atleast 8 *

(1G / 10G) ports (all ports loaded with SR

modules) and 2 * 40 G ports (Short

Range Modules) from Day one and should

be scalable to more 2 * 40G ports in

future

Proposed Firewall should not be

proprietary ASIC based in nature & should

be open architecture based on multi-core

cpu's to protect & scale against dynamic

latest security threats. The appliance

hardware should be a multicore CPU

architecture with a hardened 64 bit

operating system to support higher

memory

3.Performance

& Scalability Should support atleast 10 Gbps of NGFW

throughput under Production Performance.

Firewall should support atleast 12,000,000

concurrent sessions

Firewall should support atleast 150,000

connections per second

Firewall should support atleast 1000

VLANs

4. Firewall

Features Firewall should provide application

detection for DNS, FTP, HTTP,

SMTP,ESMTP, LDAP, MGCP, RTSP, SIP,

SCCP, SQLNET, TFTP, H.323, SNMP

Firewall should support creating access-

rules with IPv4 & IPv6 objects

simultaneously

Firewall should support operating in routed

& transparent mode

Should support Static, RIP, OSPF, OSPFv3

and BGP

Firewall should support manual NAT and

Auto-NAT, static nat, dynamic nat,

dynamic pat

Firewall should support Nat66 (IPv6-to-

IPv6), Nat 64 (IPv6-to-IPv4) & Nat46

(IPv4-to-IPv6) functionality

Firewall should support Multicast protocols

like IGMP, PIM, etc

Should support security policies based on

security group names in source or

destination fields or both

Should support capability to limit

bandwidth on basis of apps / groups,

Page 523: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 523

Networks / Geo, Ports, etc

5. High

Availability

Features

Firewall should support Active/Standby

failover

Firewall should support etherchannel

functionality for the failover control & date

interfaces for provide additional level of

redundancy

Firewall should support redundant

interfaces to provide interface level

redundancy before device failover

Firewall should support 802.3ad

Etherchannel functionality to increase the

bandwidth for a segment.

Firewall should have integrated redundant

power supply

Firewall should have redundant hot-

swappable FANs

6. IPS Should have the capability of passively

gathering information about virtual

machine traffic, network hosts and their

activities, such as operating system,

services, open ports, client applications,

and vulnerabilities, to assist with multiple

activities, such as intrusion event data

correlation, elimination of false positives,

and policy compliance.

Should be capable of dynamically tuning

IDS/IPS sensors (e.g., selecting rules,

configuring policies, updating policies,

etc.) with minimal human intervention.

Should be capable of automatically

providing the appropriate inspections and

protections for traffic sent over non-

standard communications ports.

Should be able to link Active Directory

and/or LDAP usernames to IP addresses

related to suspected security events.

Should be capable of detecting and

blocking IPv6 attacks.

Should support the capability to

quarantine end point

Solution should support full-featured NBA

capability to detect threats emerging from

inside the network. This includes the

ability to establish “normal” traffic

baselines through flow analysis techniques

(e.g., NetFlow) and the ability to detect

deviations from normal baselines.

Page 524: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 524

The solution must provide IP reputation

feed that comprised of several regularly

updated collections of poor reputation of

IP addresses determined by the proposed

security vendor

Solution must support IP reputation

intelligence feeds from third party and

custom lists of IP addresses including a

global blacklist.

Should must support URL and DNS threat

intelligence feeds to protect against

threats

Should support Reputation- and category-

based URL filtering offering comprehensive

alerting and control over suspect web

traffic and enforces policies on more than

280 million of URLs in more than 80

categories.

Should support safe search for YouTube

EDU enforcement

Solution must be capable of passively

gathering details unique to mobile devices

traffic to identify a wide variety of mobile

operating systems, mobile applications

and associated mobile device hardware.

Should support more than 4000

application layer and risk-based controls

that can invoke tailored intrusion

prevention system (IPS) threat detection

policies to optimize security effectiveness.

Must be capable of providing network-

based detection of malware by checking

the disposition of known files in the cloud

using the SHA-256 file-hash as they

transit the network and capability to do

dynamic analysis on-premise (if required

in future) on purpose built-appliance

The Appliance OEM must have its own

threat intelligence analysis centre and

should use the global footprint of security

deployments for more comprehensive

network protection.

The detection engine should support

capability of detecting and preventing a

wide variety of threats (e.g., malware,

network probes/reconnaissance, VoIP

attacks, buffer overflows, P2P attacks,

etc.).

Should be able to identify attacks based

on Geo-location and define policy to block

on the basis of Geo-location

Page 525: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 525

The detection engine should support the

capability of detecting variants of known

threats, as well as new threats

The detection engine must incorporate

multiple approaches for detecting threats,

including at a minimum exploit-based

signatures, vulnerability-based rules,

protocol anomaly detection, and

behavioral anomaly detection techniques.

Identify and explain each type of detection

mechanism supported.

Should support Open based Applicaion ID

for access to community resources and

ability to easily customize security to

address new and specific threats and

applications quickly

7.Management The management platform must be

accessible via a web-based interface and

ideally with no need for additional client

software

The management platform must provide a

highly customizable dashboard.

The management platform must be

capable of integrating third party

vulnerability information into threat policy

adjustment routines and automated tuning

workflows

The management platform must be

capable of role-based administration,

enabling different sets of views and

configuration capabilities for different

administrators subsequent to their

authentication.

Should support REST API for monitoring

and config programmability

The management platform must provide

multiple report output types or formats,

such as PDF, HTML, and CSV.

The management platform must support

multiple mechanisms for issuing alerts

(e.g., SNMP, e-mail, SYSLOG).

The management platform must provide

robust reporting capabilities, including a

selection of pre-defined reports and the

ability for complete customization and

generation of new reports.

The management platform must risk

reports like advanced malware, attacks

and network

Page 526: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 526

The management platform must include

an integration mechanism, preferably in

the form of open APIs and/or standard

interfaces, to enable events and log data

to be shared with external network and

security management applications, such

as Security Information and Event

Managers (SIEMs), and log management

tools.

ENTERPRISE MANAGEMENT SYSTEM

16.6 ENTERPRISE MANAGEMENT SYSTEM

SPECIFICATION

Make:

Model:

Sl. No. Technical Specifications Compliance

(Yes/No)

Remarks

1.Basic

Requirements

Enterprise Management System should provide for

end to end performance, availability, fault and

event and impact management for all enterprise

resources that encompasses the heterogeneous

networks, systems, and databases present in the

enterprise.

Solution should provide for future scalability of the

whole system without major architectural changes.

Solution should be distributed, and scalable and

open to third party integration leveraging APIs and

SDKs.

2.Performance

Management

The solution should provide both Agent-based and

Agentless Monitoring in a single architecture which

will provide the organization with the flexibility to

choose the level of management required and

Page 527: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 527

deploys the right-sized solution to meet those

requirements

The agent and agentless monitor should be able to

collect & manage event/fault, performance and

capacity data and should not require separate

collectors.

The solution should reduce manual customization

efforts and should speed-up problem identification

and resolution of the IT performance anomalies

with intelligent events.

The solution should accelerate problem isolation

through accurate analysis of probable cause

through end-to-end correlation.

The solution should have the capability to identify

probable root cause using a variety of filtering and

statistical correlation methods to shift through

every metric to determine their relevance to the

issue being researched.

The solution should possess capabilities that

deliver self-learning capabilities to virtually

eliminate the ongoing costs of manual threshold,

rule, and script maintenance.

The solution should be able to generate dynamic

performance baselines and continuously update

and refine these normal operational bands by

automatically adapting the changes in enterprise

infrastructure.

The solution should have the capability to minimize

manual threshold management, by performing

automated dynamic threshold management.

The solution should have predictive analytics and

intelligence in-built into it so as to detect any

anomaly before it could potentially hit the

threshold thereby giving enough lead time to users

to resolve the issues before the threshold is

breached.

The solution should carry out automated probable

cause analysis by picking up feeds from every

infrastructure component being monitored and

automating the correlation of these alarms/events

to point out the probable cause of an infrastructure

error.

Solution should carry out probable cause analysis

thereby helping operators to identify the root

cause without having to write complex rules for

correlation.

Solution should carry out auto-diagnosis on

occurrence of a type of event that repeats itself

Page 528: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 528

and for which the administrator has defines rules.

Solution Should be configurable to suppress events

for key systems/devices that are down for routine

maintenance or planned outage.

Should be able to monitor on user-defined

thresholds for warning/ critical states and have

mechanism for escalating these events to event

console of enterprise management system and

raise various kinds of alerts like email, SMS etc.

The solution should provide the mechanism for

creation of knowledgebase and provision the same

to the end users with the ability to search for

known errors from the knowledgebase

Solution should be able to score the events and

display the highest impacting events in descending

order or any other order as customized by the

administrator.

The Solution should offer the ability to monitor any

custom/homegrown applications for whom the

monitoring areas have been defined

The solution should integrate network, server,

application and database performance information

and alarms in a single console and provide a

unified reporting interface for all network and

system components. The current performance

state of the entire network and system

infrastructure shall be visible in an integrated

console.

The solution should be extensible enough to

support capacity planning and optimization with

data collected through the deployed performance

management agent or from agentless data

collectors.

3.Network

Management

The proposed solution must provide fault,

performance, and traffic monitoring modules

All the proposed modules should be from the

single OEM and must seamlessly integrate without

any customization

The proposed modules must offer built-in SLA

reporting as part of the solution.

The proposed solution must provide a module for

secure administrator control, monitor and record

privileged sessions including RDP, SSH, Telnet,

HTTP/HTTPS, AS400 and Mainframe in single

module.

The security module must be able to prevent leap

frog attempts, session continuous recording & no

ideal session time out.

Page 529: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 529

The proposed module must offer in various forms:

appliance-based, virtual appliance based or cloud

based .

The proposed module must allow defining roles or

groups for user management. Roles should be

customizable and pre-defined in system.

The proposed module should be able to support

text searching for SSH sessions.

The proposed module should provide the capability

to manage EMS application credential together

with access control and password management all

within a single hardened platform.

The Network Management must monitor

performance across heterogeneous networks

having multiple categories of devices like routers,

switches etc across the organization including the

data centre, DR site, near DR site & remote

offices.

It should proactively analyze problems to improve

network performance.

The Network Management function should create a

graphical display of all discovered resources.

The Network Management function should have

extensive reporting facility, providing the ability to

format and present data in a graphical and tabular

display

4.Network

Fault

Management

The proposed Network Fault Management solution

should be a single platform solution for proactive

fault isolation, root cause analysis, change

management, service aware management, IP

services management, policy management, and

reporting for network devices across multiple

network technologies.

Proposed Fault Management console must provide

a map view along with built-in Integration with

GIS Systems (like Google Maps) from a single

central console.

Proposed fault management must support built-in

fault-tolerance or high availability without

requiring any additional third-party software to

reduce the cost and time required for deployment.

Proposed NMS solution must be a native 64-bit

application and thereby able to fully utilize the

hardware resources (like CPU / RAM address space

etc.) and create a highly scalable management

platform that can provision for up to many

thousands of network device management from a

single optimized hardware for the core application.

The NMS software must be a true 64-bit

application and thereby maximize the usage of

available server resources and deliver good

Page 530: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 530

performance.

Proposed solution must have the capability of

managing network elements in overlapping (or

private) IP domains (NAT environments).

The proposed solution must support Network

segmentation by supporting IPSEC / GRE Tunnels

as well MPLS Layer 3 VPNs (e.g. VRF) & VLANS.

The system should support maps grouped by

network topology, geographic locations of the

equipment’s and user group/departments. These

should help in understanding physical Network,

virtual Network services and the relationships

between them.

GIS View – Google maps integration

Proposed NMS must be able to identify location in

Google maps based on the network location

attribute from SNMP MIB of core device and

display the device along with its health and

availability status in a map to give a visual

indication of the overall health of the network as

well as critical network devices / interfaces.

Proposed solution must be able to discover, model

and create topology map of vPC enabled devices

and its vPC channels along with their individual

physical port connections.

Proposed solution must provide vPC configuration

table information in vPC domain for ease of

management.

Proposed solution must provide intelligent alarms,

RCA and Impact Analysis feature for monitoring

vPC domains.

Proposed solution should provide VSS device

discovery & Modelling capabilities. Discovered

devices should be available and easily accessible in

the console.

The proposed solution must be fully owned and

developed by the OEM and must provide out of the

box root cause analysis with multiple built-in root-

cause analysis algorithms for instantly isolating

root cause of network outage.

The system must be able to ‘filter-out’ symptom

alarms and deduce the root cause of failure in the

infrastructure automatically

Page 531: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 531

The proposed fault management must be able to

clearly identify configuration changes as root cause

of network problems

The proposed fault management solution must

able to perform “load & merge” configuration

changes to multiple network devices

Root cause analysis of infrastructure alarms must

be applied to the managed Business Services in

determining service outages.

SLA violation alarms must be generated to notify

whenever an agreement is violated or is in danger

of being violated.

The system must support seamless bi-directional

integration to helpdesk or trouble ticketing system

The proposed infrastructure fault management

system should integrate with the helpdesk system

by updating the Asset with CI information to

support viewing history or open issues in helpdesk

on the particular managed asset and associate an

SLA to the ticket in the helpdesk

The proposed solution should be able to support

newer network virtualization technologies like

SDN.

The system should be able to provide topology

view for physical as well as virtualized devices on

SDN.

5. Network

Performance

Monitoring

The Solution should provide capability to monitor

any device based on SNMP v1, v2c & 3

The Solution must be capable of monitoring the

availability, health, and performance of core

networking devices including but not limited to

CPU, memory, temperature, interface bandwidth

utilization.

The Solution should have the ability to issues pings

to check on availability of ports, devices.

The Port Check for IP Services monitoring should

also provide mechanism to define new services

and ability to send custom commands during port

check mechanism.

The Solution should have the ability to receive

SNMP traps and syslog.

The Solution should automatically collect and store

historical data so users can view and understand

network performance trends.

The solution should be capable of monitoring

network delay/latency and delay variation

The solution should be capable of monitoring

packet loss, Packet QOS, Packet Errors on one or

Page 532: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 532

more ports

The solution should support auto-discovery of

network devices

The system should provide discovery of

heterogeneous physical network devices like

Layer-2 & Layer-3 switches, Routers and other IP

devices and do mapping of LAN & WAN

connectivity with granular visibility up to individual

ports level.

6.Network

Traffic

Monitoring

• The solution must provide the following Flow-

based metrics:

o Rate

o Utilization

o Byte Count

o Flow Count

o IP hosts with automatic DNS resolution

o IP conversation pairs with automatic DNS

resolution

o Router/interface with automatic SNMP name

resolution

o Protocol breakdown by host, link, ToS or

conversation.

o Utilization by bit pattern matching of the TCP

ToS field.

o AS number

o BGP next hop address

o IPv6 addresses

The proposed solution must be able to monitor and

report on a minimum of 15000 unique protocols

per day and display utilization data for each

protocol individually. This capability must be

available for each monitored interface uniquely.

The proposed solution must keep and report on a

minimum 25000 unique hosts per day for each

monitored interface.

The system must be able to restrict views for

defined users to specific routers, interfaces, and

reports.

The user must be able to generate reports from

the long term database based on specific

thresholds defined by the user where the threshold

can be compared to rate, utilization or volume of

every monitored interface as a filter for inclusion in

the report.

The proposed system must spot potential

bottlenecks with colour-coded indicators for

interfaces that breach defined thresholds and

durations

The proposed system must enable planning of

future capacity needs and customize bandwidth

projection calculations by utilization, protocol and

Page 533: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 533

Type of Service (ToS)

The proposed traffic monitoring system must

provide real-time reports and alarms at one-

minute granularity for every interface on the

network

The proposed system must provide eight-hour,

daily, weekly, monthly, yearly, or customizable

reporting time periods

7. Server

Monitoring

The solution should be able to monitor/ manage

large heterogeneous systems environment

continuously.

The solution should monitor all server files and

directories with response time to open a defined

file.

The solution should monitor File System Mounts

for presence / absence / functionality

The solution should generate alarms based on

what is currently mounted compared with what is

configured on a defined compliant system.

Processes monitoring should also have ability to

track CPU and Memory consumption of the

monitored process for alerting and

reporting/trending purpose.

The solution should report on services not in the

expected state and optionally start or stop them.

The solution should support the monitoring of

processes & automating scripted or pre-defined

actions in-case of violation or exception of set

conditions/thresholds.

Should be able to monitor & manage distributed &

heterogeneous systems (both 32 bit & 64 Bit) -

Windows, UNIX & LINUX, including various market

leading virtual platforms like VMware, Microsoft

HyperV etc

8.Database

Monitoring

The solution should be able to monitor all the

market leading database solution providers

including but not limited to MS SQL, Oracle,

MySQL, Postgress, DB2, Informix etc.

The Database monitoring should seamlessly

integrate with the same Dashboard/Portal and

provide integration with the central event console

The tool should provide the organization the ability

to easily collect and analyze specific information,

including information on, buffer pools, databases

etc

The Solution should provide response time

Monitoring for custom queries through JDBC

Page 534: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 534

Mechanism to allow monitoring unsupported

databases

Database Space Monitoring for both file group and

transaction log (Warning threshold, Critical

threshold as well as file group/log full)

Performance monitoring - capture of DB Engine

related performance counters as well as threshold

alerting

The solution must be able to run power shell,

vbscript, cmd and vbscripts to perform tests on

the database and have the results put into the

solution as performance data and or alarms

Inclusion of SQL statements within the Solution

should be a standard “easy-to-use” function

achieved without programmatic intervention.

The solution should support auto-discovery of

database instances.

The solution should support the creation and

management of reusable test templates that

contain a specific pre-defined set of database

checkpoints/measurements

The solution should support the use of schedules

and time filters for database monitoring.

9.Presentation

Business owners should be able to graphically view

the health of the various IT assets & the services

Business owners should have a clear view of the

extent of impact to their business and if need be

the reason behind the impact for any incident

planned or unplanned

The IT organization should be able to view their

incident tickets by business service and impact of

the same

Solution should have the ability to display the

events in a table, service, infrastructure, tree

views in multiple levels of view. It should provide

each user the ability to select or view the events

as per their convenience

Should support advanced filtering to eliminate

extraneous data / alarms in Web browser and GUI.

Should monitor various operating system

parameters such as processors, memory, files,

processes, file systems etc. where applicable using

agents on the servers to be monitored.

The agent should support execution of remote

commands/scripts for troubleshooting and

diagnostics purposes

Page 535: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 535

Provide performance threshold configuration for all

the agents to be done from a central GUI based

console that provide a common look and feel

across various platforms in the enterprise. These

agents could then dynamically reconfigure the

performance monitors to use these threshold

profiles they receive.

10. Help Desk

management

The Solution displays the complete process flow

for Incident, problem, Change and release

Management

The solution should have Service Management

documentation/ guidelines in built based on latest

ITIL best practices

At each stage in the cycle of the incident, the

system should prompt users on the status and the

missing information that is required to complete

the flow. The solution should have capability to fill

out missing info as much as possible

automatically. In case any process step is missed,

the system should intelligently identify the missing

step and prompts users to complete that step

before they move to the next step

Solution should support exhaustive reporting on

various enterprise wide processes to the

management

Solution should provide the helpdesk engineer an

ability to see the list of assets used by the end

user. This list should be displayed within the

incident ticket (incident, change, problem etc).

Should provide relationship viewer to the helpdesk

engineer from within the incident ticket for quick

incident resolution. The relationship viewer should

display the dependencies and impact relationships

to other assets and users.

Solution should automatically provide solutions

from the knowledge base to the helpdesk engineer

The helpdesk engineer should be able to view

detailed configuration of a selected asset (for

example: CPU, RAM, Disk Space, IP address,

software installed, software used etc) for problem

resolution.

The solution should allow administrators to

customize the according to the need and the

organizational policies.

Workflow must be able to raise notification via

email, SMS, alert to EMS dashboard etc and have

provision to interface with other communication

modes.

11. Incident/

Problem

The solution should provide remote support

features to take control of affected end user’s

machine by Helpdesk Analyst for problem

Page 536: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 536

Management diagnosis

The solution should provide end user to agent &

vice versa chat functionality to resolve the problem

through live chat

Flexibility of logging incidents via various means -

web interface, client interface, phone, auto

integration with EMS tools

Help Desk solution should allow detailed multiple

levels/tiers of categorization on the type of

incident being logged.

Help Desk solution should provide classification to

differentiate the criticality of the security incident

via the priority levels, severity levels and impact

levels.

It should allow SLA to be associated with a ticket

based on priority, severity, incident type,

requestor, asset, location or group.

Solution should support fast service restoration

leveraging previous incident data or by referencing

the knowledge base

It should be possible for the helpdesk engineer to

view the 'Health of a selected asset' from within

the ticket raised or through the asset monitoring

tools

The health view should be consistent across

platform (Windows/Linux/Unix) if viewed from

within the ticket or through the asset monitoring

tools

Should support automatic assignment of ticket to

the right skilled resource based on business

priority. For example for a database crash the

issue need not be assigned to an L3 DBA unless

the business service is completely down. The

solution should allow the administrator to define

the skilled resource matrix for correct allocation.

Asset causing the business failure and business

service that has failed should be automatically

related to the ticket.

Should be able to consolidated view/reports across

locations along with localized views/reports.

It should have an updateable knowledge base for

technical analysis and further help end-users to

search solutions for previously solved issues.

Should support full text search capabilities.

12. Inventory

& Asset

Management

The solution should have the capability to upload

discovery data from other system for the detailed

inventory of the IT assets and create a database

for management of the same

Page 537: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 537

Should manage complete lifecycle starting with the

initiation of the procurement through to retiring

Should be integrated with Service Desk for

maintenance and support of assets

Should be integrated with Change Management for

deployment, changes.

13. Service

Level

Management

Solution should support comprehensive SLA

management platform that cuts across

Infrastructure Management and Service

Management. For e.g. monitors and reports across

different parameters like CPU utilization, disk

space, response times , resolution times (eg.

incident closed on 2 hours) performance and

custom parameters of an enterprise etc

The solution should have a consolidated,

automated graphical report for SLA compliance

with ability to drill down to reason for non-

compliance"

The solution should manage service levels for

delivery and support of business services

The solution should have real-time visualization of

service level targets, agreement compliance data,

penalties and rewards

Deliver service level information and alerts directly

to IT Operations and Service Support consoles

Should support compliance and cost trending to

assist in identifying areas for process and

operational improvements

14. Reporting

Should provide predefined and on demand

customized reports for any & every service

provided by the solution

Should have ability to have a consolidated view of

data collected from different types of operations

(for example SLA compliance for a selected

business service, it's dependent SLAs, OLA etc,)

and displayed the same

Provide users (based on role and access defined

for that user) to drill down to specific report/data

on a need basis

Provide detailed reports on a specific area as per

the need of the user

Ability to send notifications for incident status

change or as per definition & able to generate and

schedule reports based on incident data

Ability to create custom KPI metrics and

scorecard/compliance reports that are updated

automatically

Page 538: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 538

Single dashboard provides the as-is scenario by

consolidating the data across the organization

Should automatically compute and apply the math

as per the business service

Should support and Correlate KPIs from multiple

disciplines

Should support top down dashboards with drill

down capabilities into detailed information

Should be extensible enough to leverage external

data and metrics

End Point Protection for Servers and PCs

16.7 End Point Protection for Servers and PCs

Make:

Model:

Sl. No. Technical Specifications Compliance

(Yes/No)

Remarks

1 Endpoint Protection- total number of endpoints to

be specified

2

Single Agent: Should be a single agent that

combines all the critical components for

comprehensive security on the endpoint.

(Antivirus, Antispyware, network access control,

Firewall, host intrusion prevention, device control,

Compliance audit etc.)

3

Should be managed from a single centralized

console. All policy configuration, event analysis

and updates should be done from the single

centralized console

4 Should support the following operating system

5 *Windows 7

6 *Windows Vista

7 *Windows XP Professional

8 *Windows 2000/2003 Professional

9 Anti-Virus& Anti Spyware for Desktop

Heuristic virus scan: Should Scan files and

identifies infections based on behavioural

characteristic of viruses.

Scan target drives: Should specify directories and

file types to scan

Page 539: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 539

Treatment options: Should Enable choice of action

agent should take upon detection of virus: Repair,

rename, quarantine, delete

Should support unique real time update based on

over the web cloud technology to provide real time

signatures for dynamic and latest threats to reduce

the dependency on Daily Signature updates.

Full-system scan: Should Scans local file folders

and specific file types

Should be able to lock down all anti-virus

configurations on the system

User should be prevented from being able to

uninstall the anti-virus software.

Must be able to totally protect from spyware,

adware, Trojans, key loggers, P2P Threats,

Hackers tools, DDOS Attack Agents, in real time

Should have centralized management and

reporting capabilities to deliver reports like top

Spywares, by category, by infected machines, by

risk priority etc.

Should have centralized update/download

mechanism which should be able to download

The solution must be able to auto-quarantine or

auto-delete spyware or adware without end user

interaction

10 HIPS for Desktops

It should support behavioral based detection

It should support desktop firewall capabilities to

directly block unwanted traffic

11 Device Control for Desktops

The solution should potentially block the end point

system from loading physical devices such as

removable storage devices, Bluetooth, Wi-Fi, and

other plug and play devices based on device

classes and device definitions are used to define

device rules

It should support device management and should

allow you to Monitor, Block or make the device

Read-Only along with the option of providing

exceptions

It should support for detecting attempts to copy

confidential data to removable storage devices

(e.g. USB drives, floppy, CD/DVD, etc.).

It should support for blocking Windows native CD

writing and other CD writing software.

The block must inform the user that the action is

being blocked.

Page 540: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 540

It should support for customizable notification

“pop-up” messages

It should be able to control the access of USB

devices by using their vendor ID, product ID or

serial number.

It should support ability to restrict access to

company approved devices, but also if necessary

to permit exclusions to this requirement. Exception

and/or exclusions can be designed to

accommodate different devices or different groups

of users

It should provide the functionality of logging and

audit-trail capabilities

12 Compliance Auditing for Desktops

The solution should run consolidated audits across

the systems

It should schedule automatic reports with up-to-

date data, create custom reports.

13 Management Platform Support:

Should have a single Centralized Management

Console for managing Antivirus, Antispyware,

network access control, Firewall, host intrusion

prevention, device control, Compliance audit etc

All policy configuration, event analysis and updates

should be done from the single centralized

console.

Central management console should provide

actionable reports.

Central management console should support

granular role based access control

Should ensure security policy enforcement by

integrating and centralizing installation,

deployment, management & updating

Centralized management server should be able to

automatically report about the new unprotected

system. It should be able to detect rogue systems

on the network so that the endpoint agents can be

installed on those systems

Solution should provide for custom reports and

queries along with role-based access providing

different levels of dash-boarding and relevant

reports to users.

Solution should supports the following formats for

exporting data: CSV, HTML, XML,Acrobat PDF

Solution should provide the functionality of events

being viewed, filtered, and sorted in the

Management console, allowing security officers or

administrators to view events and respond quickly.

If applicable, suspicious content is attached as

evidence to the event.

Page 541: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 541

Solution should provide the capability to log

administrative activities in the Management

console. Administrative activities that are logged in

the Management console include, changes to

policies, deployment of policies, agent override

activities, agent termination, and agent uninstall

key generation.

Page 542: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 542

Operation and Maintenance:

17 Manpower

S.No AMC Manpower Gener

al

1st

Shift

2nd

Shift

3rd

Shift

Complian

ce Yes/No

Remark

s

1 1 Facility

Manager

Yes No No No

2 Electrical

Supervisor

No Yes Yes Yes

3 Electrical

Technician

No Yes Yes Yes

4 HVAC

Technician

No Yes Yes Yes

5 DG Operator No Yes Yes Yes

6 BMS Operator No Yes Yes Yes

7 Multi Skill

technician

Yes No No No

8 Network

Administrator

Yes No No No

9 Network

Engineer

No Yes Yes Yes

10 Colo technician No Yes Yes Yes

Annual Maintenance Contract

2 1 1st Year manpower Consider

2 2nd Year Equipment Consider CAMC)

3 2nd Year Manpower Consider

4 3rd Year Equipment Consider( CAMC)

5 3rd Year Manpower Consider

6 4th Year Equipment Consider( CAMC)

7 4th Year Manpower Consider

8 5th Year Equipment Consider( CAMC)

9 5th Year Manpower Consider

SLA

3 Service

Level

Agreeme

nt

As per RFP Specification

Page 543: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 543

Annexure 20: Draft Contract Agreement

1. This agreement is executed at Bhubaneswar on this _______ day ______ of

_____________, 2017 between the Software Technology Parks of India (STPI),

registered as an autonomous society under Societies Registration Act, 1860 (hereinafter

referred to as “The Authority”) which expression shall unless the context requires

another or different meaning include its successors and assigns and M/s

____________________________ which expression shall unless, the context requires

another or a different meaning include its successors, heirs, legal representatives,

executors, administrators and assigns of the other part.

2. WHEREAS the Authority is desirous of assigning the work of ““RFP for Selection of SI for

Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar” in

accordance with technical specification and scope of work detailed in the Tender.

AND WHERAS M/s ____________________________, shall depute its personnel with

prior approval from the STPI to carry out all the tasks required for implementation of

uptime certified Tier III STPI Data Centre as mentioned in the Tender document.

3. AND WHERAS M/s ___________________________, has submitted their offer through

proposal for the said work which has been executed by the authority subject to all the

terms and conditions specified in the Tender document...

4. M/s _________________________________ shall provide the complete services and

equipment /material required for implementation of uptime certified Tier III STPI Data

Centre as per the Tender document, to be carried out every day for STPI and coordinate

with the officers deputed by the STPI to the satisfaction of the Consultant appointed as

well as the Coordinating officer for the project.

5. M/s. ________________________________ shall submit resumes of the levels of key &

non-key members deployed viz –a viz for execution of this project as per the tender

document. STPI shall have the right to select or reject the manpower offered and may

change on mutual consent at the start of the assignment or during the currency of the

agreement. The manpower will be deputed to work for STPI.

6. M/s. ________________________________ shall adhere to the Calendar followed by

STPI and STPI office timings and shall ensure that in case required the personnel will

function beyond office hours to meet the targets agreed mutually.

7. M/s. ________________________________ shall deploy the project team to function

from the STPI premises and in case M/s. ________________________________

proposes any change during the term of the implementation of uptime certified Tier III

Page 544: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 544

STPI data centre, the same will be of the similar skill level and experience and shall be

with prior consent of STPI. . In case it is found by STPI that personnel deputed by M/s.

______________________ does not perform as per the requirements of STPI the same

shall be replaced immediately on request.

8. The Work place for the project team members shall be STPI, Bhubaneswar or any other

place earmarked for work as intimated by the STPI.

9. All the terms and conditions as stated in the Tender Document (copy attached)/Work

order No ________________ dated___________ shall form integral part of this

Agreement and binding to M/s. ________________________________

10. In case of any dispute arising out of or relating to the terms and conditions of this

agreement during the currency of the agreement or completion of the assignment or

abandonment, the decision of Director General, STPI or any other Officer authorized by

him shall be final and binding. All the litigation and proceedings, if arises at any time

should be subject to jurisdiction of Odisha High Court.

11. In witness whereof this deed has been executed by the parties on the date, month and

year mentioned herein above.

For and on behalf of[System Integrator ]

Witness:-

1.

2.

For and on behalf of Software Technology

Parks of India

Witness:-

1.

2.

Page 545: REQUEST FOR PROPOSAL · REQUEST FOR PROPOSAL For Selection of System Integrator for Design, Build and O&M of Uptime Institute certified Data Centre for STPI-Bhubaneswar Tender No:

RFP for Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data Centre at STPI-Bhubaneswar 545

Appendix 21: Format for Power of Attorney for Signing of Proposal

(On Non – judicial stamp paper of Rs 100/- or such equivalent amount and

Document duly attested by notary public)

Power of Attorney

Know all men by these presents, we …………………………………………… (Name of the Bidder and

address of the registered office) do hereby constitute, appoint and authorize Mr. /

Ms.…………………… ………… (name and residential address) who is presently employed with

us and holding the position of ………………………………………. as our true and lawful attorney

(hereinafter referred to as the “attorney”), to do in our name and on our behalf, all such

acts, deeds and things necessary in connection with or incidental to submission of our

Proposal for “Selection of SI for Design, Build and O&M of Uptime Certified Tier-III Data

Centre at STPI-Bhubaneswar”, including signing and submission of the Proposal and all

accompanying documents, providing information/responses to STPI, representing us in all

matters before STPI, if selected, undertaking negotiations with STPI prior to the

execution of the Contract and generally dealing with STPI in all matters in connection

with our Proposal.

We hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds

and things done or caused to be done by our said attorney pursuant to and in exercise of

the powers conferred by this Power of Attorney and that all acts, deeds and things done

by our attorney in exercise of the powers hereby conferred shall and shall always be

deemed to have been done by us.

IN WITNESS WHEREOF WE…………………………………… THE ABOVE NAMED PRINCIPAL HAVE

EXECUTED THIS POWER OF ATTORNEY ON THIS ……… DAY OF ………., 20......

For ___________________________

(Signature)

(Name, Title and Address)

Accepted

……………………………….

(Signature)

(Name, Title and Address of the Attorney)

The mode of execution of the Power of Attorney should be in accordance with the

procedure, if any, laid down by the applicable law and the charter documents of the

executants(s) and when it is so required the same should be under common seal affixed

in accordance with the required procedure.

In case the Proposal is signed by an authorized Director of the Bidder, a certified copy of

the appropriate resolution/ document conveying such authority may be enclosed in lieu

of the Power of Attorney.