68
//Confidential (NLDR RFP) // Odisha State Cooperative Bank Ltd. Page 1 of 68 THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank) Pandit Jawaharlal Nehru Marg, Bhubaneswar – 751 001 “Request for Proposal for Supply, Installation, Commissioning and Management of Infrastructure for Near Line Disaster Recovery Centre” Ver. 2.0 [Type the abstract of the document here. The abstract is typically a short summary of the contents of the document. Type the abstract of the document here. The abstract is typically a short summary of the contents of the document.] Tel. Nos.: (0674) 2375100 FAX No. : (0674) 2510214/ 2514669 E-mail : [email protected]

THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

  • Upload
    others

  • View
    4

  • Download
    0

Embed Size (px)

Citation preview

Page 1: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 1 of 68

THE ODISHA STATE COOPERATIVE BANK LTD.(Scheduled Bank)

Pandit Jawaharlal Nehru Marg,Bhubaneswar – 751 001

“Request for Proposal for Supply, Installation,Commissioning and Management of Infrastructure

for Near Line Disaster Recovery Centre”Ver. 2.0

[Type the abstract of the document here. The abstract is typically a short summary of thecontents of the document. Type the abstract of the document here. The abstract is typically ashort summary of the contents of the document.]

Tel. Nos.: (0674) 2375100FAX No. : (0674) 2510214/ 2514669E-mail : [email protected]

Page 2: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 2 of 68

SECTION – A

THE ODISHA STATE COOPERATIVE BANK LTD.(Scheduled Bank)

Pandit Jawaharlal Nehru Marg,Bhubaneswar – 751 001

Tender Notice No. OSCB/DIT/ 9505/2015-16 Date: / 18.02.2016

“Request for Proposal Supply, Installation, Commissioning and Management of Infrastructurefor Near Line Disaster Recovery Centre”

Sealed RFP are hereby invited for the “Supply, Installation, Commissioning and Management ofInfrastructure for Near Line Disaster Recovery” as specified in the RFP document from vendorswith specific experience in Build / Management of Data Center / Disaster Recovery Center, and thevendor should not have been black- listed during the period. NO CONSORTIUM IS ALLOWED.

Earnest Money Deposit : Rs.5,00,000 /-(Rs. Five Lacs ) only. (DD / BG)Cost of RFP document: Rs. 10,000/- (Rs. Ten Thousand) only in shape of demand draft in favour of“Odisha State Co-operative Bank Ltd”, payable at Bhubaneswar for which receipt is to be obtainedfrom Nodal Officer, Odisha State Co-operative Bank Ltd., on any working day from 11:00 hrs to 15:00hrs.RFP documents will be supplied from Department of IT (DIT), Odisha State Co-operative Bank Ltd,Pt. Jawaharlal Nehru Marg, Bhubaneswar – 751001. The tender document can also be downloadedfrom bank website www.odishascb.com, duly filled in, and submitted along with all deposit of feestowards cost of tender paper and EMD etc. within the stipulated time and date. All the bidders arerequired to submit their bid in only “OSCB RFP document” duly filled-in and signed, with company sealin each page to avoid rejection of the bid.

Tender document will be supplied from 22nd February 2016

Tenders will be received up to 10th March 2016; 12.00 AM

Time & date of opening the Technical Bidtender

10th March 2016; 02.00 PM

Time & date of opening the Commercial Bidtender

Will be intimated to Technically QualifiedBidder(s)

The authority reserves the right to reject any or all the tenders without assigning any reason thereof,and also not bound to accept the lowest tender.

Managing Director

Tel. Nos.: (0674) 2375100FAX No. : (0674) 2510214/ 2514669E-mail : oscb.cbs2013@gmailcom

Page 3: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 3 of 68

THE ODISHA STATE COOPERATIVE BANK LTD.(Scheduled Bank)

Pandit Jawaharlal Nehru Marg,Bhubaneswar – 751 001

Advertisement

Tender Notice No. OSCB/DIT/ 9505 /2015-16 Date: 18.02.2016

“Request for Proposal Supply, Installation, Commissioning and Management of Infrastructurefor Near Line Disaster Recovery Centre”

Sealed RFP are hereby invited for the “Supply, Installation, Commissioning and Management ofInfrastructure for Near Line Disaster Recovery” as specified in the RFP document from vendorswith specific experience in Build / Management of Data Center / Disaster Recovery Center, and thevendor should not have been black- listed during the period. NO CONSORTIUM IS ALLOWED.

Earnest Money Deposit : Rs.5,00,000 /-(Rs. Five Lacs ) only. (DD / BG)

Cost of RFP document: Rs. 10,000/- (Rs. Ten Thousand) only in shape of demand draft in favour of“Odisha State Co-operative Bank Ltd”, payable at Bhubaneswar for which receipt is to be obtainedfrom Nodal Officer, Odisha State Co-operative Bank Ltd., on any working day from 11:00 hrs to 15:00hrs.RFP documents will be supplied from Department of IT (DIT), Odisha State Co-operative Bank Ltd,Pt. Jawaharlal Nehru Marg, Bhubaneswar – 751001. The tender document can also be downloadedfrom bank website www.odishascb.com, duly filled in, and submitted along with all deposit of feestowards cost of tender paper and EMD etc. within the stipulated time and date. All the bidders arerequired to submit their bid in only “OSCB RFP document” duly filled-in and signed, with company sealin each page to avoid rejection of the bid.

Tender document will be supplied from 22nd February 2016

Tenders will be received up to 10rd March 2016; 12.00 AM

Time & date of opening the Technical Bidtender

10rd March 2016; 02.00 PM

Time & date of opening the Commercial Bidtender

Will be intimated to Technically QualifiedBidder(s)

The authority reserves the right to reject any or all the tenders without assigning any reason thereof,and also not bound to accept the lowest tender.

Managing Director

Tel. Nos.: (0674) 2375100FAX No. : (0674) 2510214/ 2514669E-mail : oscb.cbs2013@gmailcom

Page 4: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 4 of 68

Table of Contents

1.1. Introduction: .............................................................................................................................. 6

1.2 Classification: ............................................................................................................................. 7

1.3 Objective: ................................................................................................................................... 7

1.4 Earnest Money Deposit .............................................................................................................. 8

1.5 Credential and Pre-qualification of Bidder ................................................................................ 8

1.6 Sealing and Marking................................................................................................................. 11

1.7 Submission of Bid. .................................................................................................................... 12

1.8 Validity of Offer........................................................................................................................ 12

1.9 Taxes and Duties ...................................................................................................................... 12

1.10 Discrepancy in Bid. ................................................................................................................... 12

1.11 Tender Acceptance & Rejection ............................................................................................... 13

1.12 Authorized Representative ...................................................................................................... 13

1.13 Bid Evaluation .......................................................................................................................... 13

1.14 Award to Contract .................................................................................................................... 13

1.15 Performance Guarantee& Placement of Firm Order. ............................................................... 13

1.16 Delivery & Installation Schedule .............................................................................................. 14

1.17 Penalty ..................................................................................................................................... 14

1.18 Payment ................................................................................................................................... 14

1.19 Warranty and Maintenance ..................................................................................................... 15

1.20 Support .................................................................................................................................... 15

1.21 Disputes & Arbitration ............................................................................................................. 16

1.22 Termination for Default ........................................................................................................... 16

1.23 Force Majeure Clause............................................................................................................... 17

1.24 Deployment of Resident Engineer at NLDR .............................................................................. 18

2. Scope of Work:.............................................................................................................................. 18

ANNEXURE – A.................................................................................................................................. 40

Page 5: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 5 of 68

GENERAL COMPLIANCE SCHEDULE ...................................................................................... 40

ANNEXURE - B ................................................................................................................................. 42

BIDDERS QUALIFICATION FORM ............................................................................................. 42

PART - I ................................................................................................................................................... 42

PART - II .................................................................................................................................................. 45

PART - III ................................................................................................................................................. 48

ANNEXURE - C .................................................................................................................................. 49

ORGANIZATION DETAILS ........................................................................................................... 49

ANNEXURE - D .................................................................................................................................. 53

DECLARATIONS ........................................................................................................................... 53

ANNEXURE - E .................................................................................................................................. 54

QUERIES ........................................................................................................................................ 54

ANNEXURE - F .................................................................................................................................. 55

MANUFACTURER’S AUTHORIZATION LETTER ..................................................................... 55

ANNEXURE - G.................................................................................................................................. 56

PERFORMANCE BANK GUARANTEE ...................................................................................... 56

ANNEXURE - H .................................................................................................................................. 59

BILL OF MATERIAL ...................................................................................................................... 59

ANNEXURE - I.................................................................................................................................... 62

WORK SCHEDULE........................................................................................................................ 62

ANNEXURE - J................................................................................................................................... 63

ANNEXURE - K .................................................................................................................................. 65

PRICE BID FORMAT ..................................................................................................................... 65

ANNEXURE - L .................................................................................................................................. 68

List of Documents to be submitted along with the Tender .................................................. 68

Page 6: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 6 of 68

1.1.Introduction:

The Odisha State Co-operative Bank was established during the year 1948 as the Apex CooperativeBank of the short- term cooperative credit structure. The bank is a scheduled bank under the ReserveBank of India Act 1934 and has the distinction of earning profit since its inception. The Corporate missionof OSCB is to become a strong and competitive Bank offering innovative financial products and servicesand to lead a rejuvenated short term cooperative credit structures to better serve the people of Odisha.

The objective of the bank as given in its website (www.odishascb.com) are given below

To cater to the credit requirement of farmer-members of the Primary AgricultureCooperative Societies.

To implement the Kissan Credit Card (KCC) scheme to ensure instant finance andadequacy in credit delivery.

To step up production and productivity in agriculture through promotion of farmmechanization and better land and water management.

To create employment opportunities by channeling credit for promotion of dairy, poultry,pisciculture handloom, transport and Micro Small and Medium Enterprises (MSMEs).

To cater to the credit needs of small traders and artisans for income generation andemployment opportunities under Swarojgar Credit Card (SCC) Scheme.

To extend credit facilities to Tenant Farmer Groups (TFGS), Joint Liability Groups(JLGs), Oral Leasees, Share Croppers and Self Help Groups (SHGs) for farm and non-farm operations.

To recognize and reward good repayment habits of farmer-members through KalingaKissan Gold Card (KKGC) scheme.

To direct efforts towards achieving the State Government – given targets under variouscrop production programmes and implementation of policies on the cooperative secRFP.

1.1.The activities of the bank as adopted from the same site are:

All the branches are working under CORE BANKING SOLUTION. ATM facility: All the retail outlets and the ATMs are connected through ATM Switch.

Odisha State Co-operative Bank to bring up a NLDR Data Center at their premises in Odisha. An

existing building has been earmarked at OSCB.

This document provides the technical and functional requirement for establishing IT/ non-IT

infrastructure atOSCB. Bidders are required to carry out due diligence while proposing a

suitable, best of class, scalable & cost effective solution for establishing the Data Center at OSCB

in line with the minimum requirement as laid out in TIA 942 specification for Data Centre.

Data Centre Infrastructure should be designed & installed to provide highest level of physical

security and also to cover risks. The infrastructure once implemented should offer

Page 7: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 7 of 68

comprehensive protection and multi-functional security coverage for backup systems, server

systems, and network and communication systems. The Successful Bidder should also ensure

that all the equipment in the Data Centre is appropriately maintained and managed.

The Data Centre infrastructure should be implemented by the Vendor as per the specification

given in the successive paragraphs. The Blue print of all the buildings will be prepared by the

successful bidder after the contract has been award. Vendor will undertake all the necessary

activities for successful implementation of the Data Centre. OSCB will provide reliable 3–phase

power supply& necessary infrastructure for setting up of Data Centre.

1.2 Classification:

Tier II + as per tier Performance Standards published by the TIA 942. The SI shall therefore

adequately plan for high availability of equipment and build for the necessary operational

support to maintain an uptime of 99.74% on an annual basis. This means Maximum of

approximately 22 hrs of downtime on annual basis & the system should have multiple supply

channels for power and cooling distribution with N + 1 redundancies i.e., during maintenance

also hardware should be working.

1.3 Objective:

1. The purpose of this RFP is to enable the bidders to understand the minimum functional,technical & operation requirement for OSCB’s NLDR project. Bidder should clarify their queries ifany with a site survey before the submission of bids.

2. OSCB intends to engage vendor for supply, installation and commissioning of Data Centre SitePreparation and IT infrastructure equipment, related civil work, training, procurement, support& maintenance for three years.

3. This service includes for supply, installation and commissioning of Data Centre equipment(Precision Air Conditioners (PAC), UPS, Racks, Fire Safety and Physical System, etc.), training,procurement, support & maintenance with SLA binding the Bidder and service qualitycommitments.

4. The period of contract will be for 3 years with annual review.

5. The bidder has to provide onsite support for equipment supplied and installed, health check etc.for 3 years, starting from the date of project implementation (sign off). The cost towardsrepair/replacement of any device covered under this RFP should be borne by bidder only.

6. The selected Bidder has to submit proof for back to back warranty / support for all the DCequipment for this tender.

Page 8: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 8 of 68

7. The selected Bidder to upgrade the requisite software/patches/applications regularly on thedevices as applicable from time to time.

8. The proposed solution should have latest DC equipment such as PAC, UPS, Rack, monitoringdevices etc. as applicable in the proposed solution.

9. The selected bidder is to ensure that proposed solution/devices/infrastructure is of latestconfiguration.

10. The purpose behind issuing this RFP is to invite technical and commercial bids for selection ofservice provider for providing DC Solution & Support Services.

11. It may also be noted that all the activities in the IT operation are subject to audit /inspection bySecurity Auditors. Selected Bidder must take same into consideration while delivering thedesired services.

12. The bidder has to implement suitable solution which will ensure that setup is done in fast,efficient & reliable manner without putting much load on the existing infrastructure.

1.4 Earnest Money Deposit

i. Earnest money in the form of Bank Draft for Rs. 5,00,000/- (Rs. Five Lacs only)fromany Nationalized/Scheduled Bank drawn in favour of OSCB in the form of DD / BGthereof should be attached along with the tender bid.

ii. Tender not accompanied with prescribed earnest money deposit receipt will be rejected.iii. The EMD of the unsuccessful Bidder shall be refunded after final acceptance of the

tender and within reasonable time not exceeding six months from the date of opening ofthe tender. The EMD will carry no interest.

iv. EMD retention period is for 6 months. EMD will be refund after submission of ContractPerformance Guarantee (CPG)

v. The EMD will be forfeited if a Bidder withdraws his offer before finalization of the tender.vi. The EMD of the successful Bidder shall also be forfeited if the Bidder fails to sign the

prescribed agreement within the specified period.

1.5 Credential and Pre-qualification of Bidder

1. The Bidder must have a positive net worth in each of the last 3 financial years (i.e. FY2012-

13, FY2013-14, FY 2014-15)

2. The Bidder should have minimum Rs.500 corer Turnover in Last three financial years.

Page 9: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 9 of 68

3. The bidder should have support center at minimum 100 locations across the country either

own or through franchisee. List of such support center with contact Persons, telephone

numbers and addresses should be enclosed.

4. The bidder should have executed orders for supply of hardware / System Integration to

Scheduled /Commercial banks/Government/PSU (having pan India presence) totaling to

Rs.25 crores or more during each of last three financial years. Necessary certificates to that

effect from the banks should be enclosed.

5. The bidder should be doing business for at least five years in the same field.

6. Vendor must not be a NPA holder in any Bank/Financial Institution.

7. The bidder should have built, installed and maintained at least two (02) Data Centre projects

in India that meets all the following requirements during the last three (5) years :

7.1. An order value (IT hardware and Physical Data center-Non IT components) of not less

than INR 5 Cr.

7.2. The prime bidder should have successfully built, commissioned and operationally

managed at least 3 Data Centre projects during the last 7 years. These Data Centres

must incorporate following systems:

Precision AC

Redundant UPS system

Fire detection and suppression system

Surveillance system

Access control system

Data Center should have minimum 1000 Square Feet Server area

8. The bidder should have successfully designed at least 2 Tier III Data Centre across India

9. The bidder should have executed successfully 1 project of data center of 30 Cr or more

which includes both IT hardware and Non IT components in 1 single order in the last 3 years

10. The bidder should have experience of successfully building at least 15 data center build

across India in last 10 years.

11. The bidder should have their local presence in Odisha.

12. The bidder should have picked at least 2 orders of Data centre (Only Non IT/ Physical DC) of

at least 3 Cr of both DC & DR in a single order in the last 7 years across India

13. At least 3 CDCP /CDCS , 10 ITIL & 3 PMP Certified Professionals should be on their Roll.

14. The bidder should have at least 2 of its data centers ISO/IEC 27001:2005 certified.

Page 10: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 10 of 68

15. The Bidder should be an IT company with proof of existence of more than 10 years in INDIA

Pre-Qualification ChecklistSr. No. Criteria Remarks

(Mandatory /Optional)

1 Earnest Money Deposit for the Bid Mandatory

3 Sales Tax/ VAT Clearance Certificate. Mandatory

4 Certificate of incorporation. (The Bidder should be an ITcompany with proof of existence of more than 10 years inINDIA)

Mandatory

7 List of Service Centers of Bidder and Manufacturer withinOdisha.

Mandatory

8 Attested copy of the partnership deed incase of partnership firmand power of attorney to the representative of the firm whooperates the tender

Mandatory

9 The certified quality document for the current year (ISO9001:2000 or equivalent etc)

Mandatory

11 Bidder shall furnish the bid document properly signed andaccompanied by the letter of authorization from Head Of theOrganization.

Mandatory

12 Audited Balanced sheet for last 3 years Mandatory

13 Audited Profit and loss statement for last 3 years Mandatory

14 Three Client references related to Data center with Name of thedesignated person, Address, Phone No., E-mail Address.

Mandatory

15 Statement about black listing by Govt. Mandatory

16 Trade license Mandatory

17 The bidder should have experience of successfully building atleast 15 data center build across India in last 10 years

Mandatory

18 The bidder should has successfully designed at least 2 Tier III

Data Centre across India

Mandatory

19 At least 3 CDCP / CDCS, 10 ITIL & 3 PMP Certified Professionalsshould be on their Roll

Mandatory

Page 11: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 11 of 68

Sr. No. Criteria Remarks(Mandatory /Optional)

20 The bidder should have at least 2 of its data centers ISO/IEC27001:2005 certified

Mandatory

21 Bidder has to submit self-declaration that "End of Life(EOL) of product should not be less than 5 years from thedate of submission of Proposal.”

Mandatory

1.6 Sealing and Marking

I. The Original copies of the Pre-qualification Bid shall be placed in an envelopeand properly sealed with sealing wax or PVC tape and clearly marked"PREQUALIFICATION BID” followed by the name of the assignment. Alldocuments as per tender along with EMD should be put together in this envelop.The Original copies of the Technical Proposal shall be placed in an envelopeand properly sealed with sealing wax or PVC tape and clearly marked"TECHNICAL PROPOSAL” followed by the name of the assignment. AllTechnical & Prequalification Bid as per tender should be put together in thisenvelop along with the Technical Proposal.

II. Similarly the original copies of the Financial Proposal (Price Schedule as pertender, Section-E) should be sealed in similar manner and mark as “FINANCIALPROPOSAL” followed by the name of the assignment, and with a warning “DONOT OPEN WITH THE TECHNICAL PROPOSAL.". The envelopes containingthe Pre-qualification Bid, Technical and Financial Proposals shall be placed intoan outer envelope and properly sealed. This outer envelope shall bear thesubmission address, reference, and be clearly marked “DO NOT OPEN,EXCEPT IN PRESENCE OF THE OFFICIAL APPOINTED,BEFORE……………... OSCB shall not be responsible for misplacement, losingor premature opening if the outer envelope is not sealed and/or marked asstipulated. This circumstance may be case for Proposal rejection. If the FinancialProposal is not submitted in a separate sealed envelope duly marked asindicated above, this will constitute grounds for declaring the Proposal non-responsive.

III. All these above envelopes shall be addressed to the Managing Director, OdishaState Cooperative Bank, Pandit Jawaharlal Nehru Marg, Bhubaneswar – 751001

IV. The envelopes should be superscripted with the assignment name as “Tenderfor Supply, Installation, Commissioning and Management of Infrastructuresetup for Near Line Disaster Recovery Center”.

V. The bottom left hand corner of the covers should indicate the name andaddress of the firm / Bidder. (Tenders without the name of the firm will notbe opened).

VI. All Pages in the price bid and technical bid and general bid should be signed withCompany Seal and date. Technical specification sheet enclosed in the biddocument should be signed and returned by the bidder with the words ‘Noted

Page 12: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 12 of 68

&Complied” marked at the bottom of each page. In case of any deviation, thebidder should mention the same with “Asterisks” on the specific line and numberthe same. Detailed deviation list mentioning the nature of deviation against eachsuch numbered item should be enclosed along with the technical bid.

VII. The Financial Bid and the Technical bid document should be properly bound andseparators should be used to mark, each section of the bid. Any loose sheetenclosed along with the bid will be treated as not part of the bid.

1.7 Submission of Bid.

Sealed Tender” in the form of Hard Copy, in respective envelopes, has to be deposited in the“Tender box” kept in the office of General Manager (MIS), Odisha State Cooperative Bank,Pandit Jawaharlal Nehru Marg, Bhubaneswar – 751001.

Late tender: Any tender received after 12:00 hrs of the last date of submission of bids will not beconsidered. Bid must be received by the OSCB at the address specified no later than the timeand date specified in Section-A. In the event of the specified date for the submission of bids beingdeclared holiday for the OSCB, the bids will be received up to the appointed time on the nextworking day or, if there is a sudden Strike or Bandh, the bid will be received on next second day

1.8 Validity of Offer

The proposals shall remain valid for a period of 180 days after the scheduled date for submissionof the ‘Proposal’. In exceptional circumstances, OSCB may solicit the Bidder’s consent forextension of the bid validity period. When the validity period is extended by the Bidder, thesame shall be done without any modification to the bid proposal by the Bidder

1.9 Taxes and Duties

I. Any “FORM“ for availing concession rate of VAT will be issued by OSCB, if applicable.II. The prices shall be exclusive of all taxes & duties leviable including service tax, and

indicated separately in the Price Schedule both in total amount of tax/duty and in % ratefor each tax/duty. OSCB shall reimburse taxes/duties at actual as applicable at the time ofdelivery.

III. OSCB shall be authorized to deduct any income tax as applicable from the Bidder.IV. For the purpose of the Contract it is agreed that the Contract Price specified in Price

Schedule, is based on the taxes duties and charges prevailing at the date one(1) dayprior to the last date of bid submission date. If any rates of tax are increased ordecreased, a new tax is introduced, an existing tax is abolished, or any change ininterpretation or application of any tax occurs in the course of the performance ofcontract, which was or will be accessed on the Bidder in connection with performance ofthe Contract, an equitable adjustment of the Contract Price shall be made to fully takeinto account any such change by addition to the Contract Price or deduction there from asthe case may be.

1.10 Discrepancy in Bid.

Page 13: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 13 of 68

I. In case of discrepancies in bids, the following will be adopted to correct the arithmeticalerrors for the purpose of evaluation.

II. In case of discrepancy between the original & copies of bid, the original bid will beconsidered correct.

III. In case of discrepancy between figures and words, the words will be considered correct.IV. In case of discrepancy between unit price and total price, which is obtained by multiplying

the unit price and quantity, or between subtotals and the total price, the unit or subtotalprice shall prevail, and the total price shall be corrected accordingly.

V. In absence of multiple bid, the bank may proceed with single bid / double bid (more thantwo

1.11 Tender Acceptance & Rejection

I. OSCB reserves the right to reject any tender without assigning any reasonwhatsoever.

II. OSCB is not bound to accept the lowest priced offer.III. Letter of Intent (LOI) will be issued to the successful Bidder after evaluation of

the tender. The firm work order will only be issued after the Bidder deposits theCPG within stipulated period.

IV. All components in tender must qualify in technical specification. If any componentfails to qualify in technical evaluation this will lead to rejection of the technical bid.

1.12 Authorized Representative

Any action required or permitted to be taken, and any document required or permitted to beexecuted, under this Contract by OSCB or the Bidder may be taken or executed by the officialsauthorized for the purpose

1.13 Bid Evaluation

The evaluation of the bids will follow the steps outlined in this section.

A two-envelope bidding procedure will be used for the evaluation. Under this process, theprequalification criteria will be judged first.

The bids of those who do not qualify would be rejected and the technical proposals of thequalified bidders will be opened and evaluated prior to opening and evaluating the financialproposal. The proposals will be examined and discussed as required with the bidder.

1.14 Award to Contract

The financial bid will be considered on the basis of technical competence and other relevantparameters to be fixed by the Management of OSCB/ Technical Evaluation Committee. TheManagement also reserves the right to accept or reject the lowest bid taking into view thebenchmark parameters fixed. Management’s decision about the award of contract will be final

1.15 Performance Guarantee& Placement of Firm Order.

Page 14: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 14 of 68

After finalization of the Tender and approval by the competent authority, a letter of Intent (LOI)will be issued to the successful Bidder.

The successful Bidder shall be required to furnish the Contract Performance Guarantee (CPG)for an amount equal to 10% of its Price Bid, within 10 days from the date of issue of the letter ofintent.

1. CPG should be initially valid for a period of 36 months.2. CPG may be submitted in any of the following forms:

1. A crossed Bank Draft/ Pay Order/ Bank Guarantee in favour of “The Odisha StateCooperative Bank”, payable at Bhubaneswar issued by any Nationalizedbank/Scheduled Bank.

2. An irrevocable Bank Guarantee as per the format enclosed as Annexure-G from anynationalized bank / Scheduled Bank acceptable to OSCB.

The CPG will be released to the Contractor upon issue of Certificate of Acceptance by OSCB.The CPG will not carry any interest

After furnishing of CPG by the successful bidder OSCB will issue Firm Order and enter upon acontract with the Contractor on the terms and conditions provided herein for supply,installation and maintenance of the Data Center and Core Banking Solution

1.16 Delivery & Installation Schedule

Free delivery should be made at any place within the jurisdiction of OSCB, as specified in thework order.The delivery of the items ordered, as specified, should start within four weeks from the date ofissue of Firm Order. The Installation and commissioning of the items ordered should becompleted within 16 (Sixteen) weeks from the date of delivery..

1.17 Penalty

I. Charges on Late Delivery : 0 .5% per week, Maximum 5% of Undelivered Order Value.II. Charges on Late Implementation &Commission :0 .5% per week, Maximum 10% of Order

Value. Beyond 4 weeks delay leads to cancellation of Work Order and forfeit of EMD /Performance Guarantee.

1.18 Payment

90% of the equipment price on delivery of hardware .

Balance 10% after successful Implementation& Commission and test Report.

VAT: Any additional tax on account of VAT shall be borne by the Vendor and shall be payable atthe time of delivery of the equipment Data Centre Selection.

Page 15: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 15 of 68

After completion of the job, pre-receipted bills in triplicate along with necessary deliverychallans and related documents should be submitted to the authority placing the order forarranging the payment. All payments will be made through A/C payee cheques only from OSCBHead Quarter. Handling of foreign exchange component and customs clearance, if any, must betaken care of by the successful Bidder.

1.19 Warranty and Maintenance

1. The successful Bidder / Supplier must furnish a warranty for all hardware and software itemssupplied for providing free post-installation Comprehensive Onsite Maintenance Support duringa Warranty Period of three (3) years from the date of successful implementation ofoverall configuration as certified by OSCB. A Standard Warranty Format should beenclosed along with the Technical Bid.

2. All equipment should be covered under Comprehensive on-site Maintenance for a period ofTwo (2) years post warranty. Spares availability needs to be confirmed by the manufacturer forthis 7 years period. In the event of technology upgrade of the underlying systems, equivalentspares will have to be provided at no additional cost to OSCB.

3. Bidder has to submit self declaration that "End of Life (EOL) of product should not be less that5 years from the date of submission of Proposal.

4. The comprehensive support during the Five (5) year period (3 years Warranty + 2 yearsMaintenance) will include the following: -

a. The vendor shall be responsible for any defects that may develop under normal usagearising from faulty materials, design or workmanship in the items supplied. The vendorshall remedy such defects at his own cost when called upon to do so by The OSCB.

b. Cost of transportation & halts of the servicing staff of the Successful Bidder and cost of anycomponents that might require to be replaced in course of clearing faults during warrantyand AMC would be at vendors’ cost.

c. Qualified Resident Engineers ( One Electric, One BMS, One Team leader) have to beposted at NLDR..

1.20 Support

1. Maintenance of an uninterrupted up-time up to 99.9 % of the computer system (on aquarterly basis) and preventive maintenance operations. The uptime calculation for anyhardware equipment will be calculated based on the following formula: -

Page 16: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 16 of 68

Uptime = (Total Working Hours – Total Down Time Hours)*100/Total Working Hours

Total Working Hours is equivalent to the total service coverage hours. Total downtime meansthe total number of hours for which the equipment was down or for which the service remainsnon-operational. However the total down time for particular equipment should not be more thanX. hrs (resolution time mentioned under the table below) for a particular failure instance.

The following will not be considered in the calculation of uptime: -

o External power failure, or any factor, which cannot be attributed to vendor

o Any situation like riot / strike / flood / political disturbances will be excluded fromdowntime calculation.

2. Attending to faults (Service Response) within 1 to 4 hrs. from the time of intimation andResolving the faults (Service Resolution) thereof within 12 to 48 hrs.

3. Service Coverage of 7 days X 24 hrs.

4. The preventive/schedule maintenance has to be done during holidays, off days, or at night.

5. Vendors should also provide a list of standard support options based on following Table

1.21 Disputes & Arbitration

In case of any dispute or differences, breach and violation relating to the terms of this agreement,the said dispute or difference shall be referred to the sole arbitration of President of OSCB(OSCB) or any other person appointed by him. The award of the arbitrator shall be final andbinding on both the parties. In the event of such arbitrator to whom the matter is originally referredto vacates his office on resignation or otherwise or refuses to do works or neglecting his work orbeing unable to act as arbitrator for any reason whatsoever, the President, OSCB shall appointanother person to act as arbitrator in the place of outgoing arbitrator and the person so appointedshall be entitled to proceed further with the reference from the stage at which it was left by thepredecessor. The CONTRACTOR will have no objection in any such appointment that arbitratorso appointed is employee of OSCB. The adjudication of such arbitrator shall be governed by theprovision of the ‘ARBITRATION and CONCILIATION Act, 1996’ or any statutory modification orre-enactment thereof or any rules made thereof. The arbitration shall be held in Bhubaneswar.

1.22 Termination for Default

OSCB may without prejudice to any other remedy or right of claim for breach of contract, bygiving not less than 30 days written notice of default sent to the Contractor, terminate theContract in whole or in part

o If the Contractor materially fails to render any or all the services within the time period (s)specified in the Contract or any extension thereof granted by OSCB in writing and fails to

Page 17: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 17 of 68

remedy its failure within a period of thirty (30) days after receipt of the default notice fromOSCB.

o If the Contractor in the judgment of OSCB has engaged in corrupt or fraudulent practices incompeting or in executing the contract

1.23 Force Majeure Clause

If at any time, during the continuance of this Contract, the performance in whole or in part byeither party of any obligation under this Contract be prevented or delayed by reason of :

Any war or hostility

Acts of public enemy, civil commotion, sabotage, explosions

Effects of flood, epidemics, quarantine restrictions, freight embargoes

General strikes, Bandhs

Acts of God

hereinafter referred to as EVENT, neither party shall, by reason of such EVENT, be entitled toterminate this Contract, nor shall any party have any claim to the damages against the other inrespect of such non-performance or delay in performance, - provided that noticeof happening, ofany such EVENT is given by either party to the other within 7 (seven) days from the date ofoccurrence of the EVENT.

If a Force majeure EVENT occurs, the Contractor shall promptly notify OSCB in writing of suchconditions and the cause thereof. Unless otherwise directed by OSCB in writing, the Contractorshall continue to perform its obligations under the contract as far as reasonably practicable andshall seek all reasonable alternative means for performance not prevented by the Force majeureEVENT.

Expected Work and deliveries under this Contract shall resume as soon as practicable after suchEVENT comes to an end or ceases to exist. The decision of the OSCB as to whether the situationhas become normal or not, shall be final and conclusive.

If the performance in whole or part of any obligation under this Contract is prevented or delayedby reason of any such EVENT for a period exceeding 90 (ninety) days, OSCB may, at its option,terminate this Contract.

In case of termination of contract due to force majeure event, OSCB would pay the reasonableamount to the Contractor for the portion of work already completed till date.

Page 18: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 18 of 68

1.24 Deployment of Resident Engineer at NLDR

Sl. No Description Minimum Experience Quantity01 Team leader 3 years or above 102 Electrical 2 years or above 103 BMS 2 years or above 1

2. Scope of Work:

This RFP is based on the requirement of OSCB to meet the high availability and maintain uptime

of the IT services to keep its business safe, secure and operational. Scope of this work will also

involve designing the DC considering N+1 redundancy, remote manageability & scalability and

setting up the infrastructure for high efficiency containing the following essential elements.

3. Basis Requirement

The Data Center to be designed to meet high availability, maintain uptime to keep business safe,

secure and operational. The classifications of Data Center to be Tier II+ define by TIA 942.

4. Design Baselines –

Proposed solution should be fully conversant with the best data center design methodologies

and safety measures recommended by the following bodies in their relevant codes detailed

below:

Standard Specifications Area covered

IEEE 1100-1999 Powering and grounding of electronic equipment

IEEE 739-1995 Energy management in commercial buildings

IEEE 241 Power systems in commercial buildings

IEEE 142 Grounding of Industrial and commercial power systems

UL listings Independent safety testing procedures.

IEC 60364 Wiring & safety practices for electrical systems

IEC 61643-1 Recommended test procedures for SPD

NFPA-70 Electrical safety systems

EN-50091-1-1993 UPS general & safety requirements

Page 19: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 19 of 68

EN-50091-2-1996 UPS EMC requirements

BIS 3043 Earthing practice

IE Act 2003 Indian Electricity Act 2003

Ashraecolour Thermal guidelines for data processing environments.

AshraeDatacom Data come quipment power trends and cooling applications.

NFPA-72-E Fire protection system

NFPA-2001 FM200 / NOVAC 1230, Gas Based Fire Suppression System

5. Design Consideration –

NLDR sites preparations, design and build should be as per the site requirements. Following

considerations should be covered during designing the NLDR solution –

Locations: Suitable to operate in atmosphere of Odisha

Design Indoor Conditions (DB): 22 +/- 1deg C.

Provision of Racks: 3 numbers

Total area of NLDR: 240 sqft max (12’ x 20’)

Power Load: 6 KVA for each rack

Design should be covered with considering of redundancy, remote manageability and scalabilityalong with high efficiency green data center. Following services to be covered -

Cooling with accessories Rack with accessories Rack Power Distribution Units with accessories CCTV Surveillance Data Centre Infrastructure Monitoring System with accessories Electrical Panel and Distribution UPS Systems Civil Works Fire Alarm System Biometric Door Access System Water Leakage System Rodent Repellent System Gas Based Fire Extinguish System VESDA Systems

Page 20: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 20 of 68

1. Cooling Solution for NLDR (PAC)

Two numbers of precision air-conditioning systems will have to provide by bidders to cool the serverarea of NLDR. The minimum capacity of PAC systems would be required 5.7 TR and maintained to N+1redundancy. Bidder has to meet the minimum requirement of the RFP or can offer the upper capacity tomeet the appropriate cooling requirement.PAC should be equipped with Latest-generation hermeticscroll compressors (air-cooled DX versions), characterized by a high COP (coefficient of performance)and high energy efficiency. There should be minimum 2 compressors per PAC connected with a singlerefrigerant circuit. The PAC should work on CFC Eco Friendly R 407C / R 410A refrigerant.

S/no. Detailed Technical Specifications – Cooling with accessories Complied,Yes/No

Deviations ifany.

A SUMMARY- Air-conditioning units shall be designed to achieve thespecific environmental operating requirements published by theOEMs. The design shall ensure that their devices will functionproperly by maintaining the minimum and maximum operatingtemperature at the server intake, and the quantity of airflowmeasured in CFM required at the server's intake. Bypass of airflow(conditioned air supplied from the precision air conditioning unitsis delivered directly back to the air conditioner's intake) likepenetrating of air through cable cut-outs, holes under enclosures,or misplaced perforated tiles etc shall be completely blocked. Airleakage through holes/windows in the computer room perimeterwalls and non-sealed doors shall be avoided. Proper sealing ofcomputer room shall be mandatory. Recirculation of air (hot airexhausted from the rack-mounted computing device is fed back into its own intake) shall be competed avoided. Positions of Indoorunits shall be done wisely to reduce the distance of return air pathfrom hot aisle to hot-air in-take of cooling units. Cooling units shallbe positioned as closer to the heat load, so that any kind ofrecirculation of air can be avoided.

1 Make (Schneider/Stulz/ Emerson/Conteg)

2 Model

3 System capacity- Min 5.7 TR (Actual)

4 Type of redundancy- 1w+ 1 s

5 Qty- 2

B Specification

1 The indoor unit shall be floor mounted type consisting ofCompressor, Cooling Coil, and Indoor fan. The casing shall be singleskin design. The outer skin shall be minimum 18G sheet. The front

Page 21: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 21 of 68

panels are attached to the framework by means of rapid-coupling"fasteners". The standard panels shall be lined up with 15mm thickPUF insulation. Fiber glass is not acceptable in place of insulation.

2 COMPRESSOR: The sealed, hermetic scroll compressor/s shall behoused in the lower portion of casing. Each compressor shall bemounted on vibration isolator. Each compressor shall have crankcase heater. Two compressors shall be used in unit with singlerefrigerant circuit connected to a single condenser shall beprovided for operation of the compressors in Tandem/ Inverter /digital for high part load efficiency.

3 POWER AND CONTROL PANEL: the power and control panel forthe unit shall be located within the casing. The panel shall beaccessible from front. This panel shall have main power isolator,contactors for compressor/s, indoor fan/s, outdoor fan/s,humidifier /s, electric reheat etc., Terminal block with identificationferrules shall be provided to inlet and outlet circuits etc., to suit theequipment operation. The panel will be connected with mainincoming 3 Ph + N power supply and all other distribution fordifferent components of package unit should be taken from thispanel only. The suction accumulator for each compressor near to itshall be installed. The control shall be of high end precision fullyelectronic type control that maintains the temperature within0.5°C tolerance and the humidity within 5% tolerance.

4 COOLING COIL: Provide Single cooling coil constructed from coppertubes and aluminum fins with slits. The face velocity shall belimited to 2.7 m/s (550 fpm) with 5% tolerance, complete with ahydrophilic treatment to reduce the surface tension between thewater and the metal surface, thus favoring film-wise condensationShut off valve, Filter drier and Electronic Expansion Valve for eachcircuit shall be installed in this chamber. The return airtemperature sensor shall be fixed. If electronic expansion valve isused without any modulating capacity device in the compressorcare shall be taken not to get liquid into compressor while trying tomaintain set superheat. The condensate drain tray shall be ofstainless steel and provided to cover full projected area of coolingcoil to collect all the condensed water. 100% Coil should be frontAccessible. A/V Shape coil is not accepted.

5 FILTER: The return air opening to the under floor discharge unitshall be at top of casing. The filter shall in V shape to providemaximum area and least pressure drop. The filter frame shall bedesigned for easy mounting and dismantling of filter. The filtershall confirm to EU4. The media can be of pleated type if required.Filter shall arrest particles 3μ to 10μ size from 70% to 84.9% as perG4. The face area shall be sized for minimum pressure drop. For

Page 22: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 22 of 68

top discharge ducted units the return air inlet shall be either infront or at the rear with filter suitable located. Low airflow andclogged filter alarm sensors consisting of two pressure switches forcontrolling the operating conditions of the fans and the build-up ofdirt on the air filters inside the unit.

6 FAN: Aluminum single-inlet centrifugal electronically commuted ECfans with backward curved blades with EC. The fan motor shall bemulti-speed type. For ducted top discharge unit it shall be locatedsuitable in casing. The plug fan has an advantage of delivering air inany direction after the impeller position. Though the top dischargeis standard arrangement should be made available to get the airdischarge either from front / rear also. The outlet velocity from theunit shall be in the range of 7.5 to 8.5 m/s.

7 ELECTRICAL HEATING: Electric heating with aluminum-finnedheating elements, complete with safety thermostat for manualresetting to cut off the power supply and trigger the alarm in theevent of overheating. Thanks to the low surface temperature of theheating elements, the air ionization effects are also limited. Thisheating system serves a dual purpose:- heating the air in order to reach and maintain the set point;- reheating in the dehumidifying phase, so as to restore the airtemperature to the set point. As a result, the installed heatingcapacity is sufficient to maintain the dry bulb temperature in theroom during operation in dehumidifier mode.

8 HUMIDIFIER: Immersed-electrode / infrared humidifier formodulating sterile steam production with the automatic regulationof the concentration of salts in the boiler to allow for the use ofuntreated water. Proportional control of the humidifier's operation(achieved by controlling the electric current allowed to passthrough the cylinder's electrodes) and the periodic flushing cycle(controlled (20% to 100%) by continuously monitoring the water'sconductivity) guarantee a perfect efficiency of the system, a lowenergy consumption and a greater durability of the components.

9 REMOTE AIRCOOLED CONDENSER: The Remote Air-cooledcondenser shall consists of condenser coil/s constructed fromcopper tubes) enclosed in a powder coated CRCA frame. Minimumface area of coil shall be 1.83m². The condenser fan shall bepropeller type driven directly by brushless direct current (BLDC) ECmotor with multiple speed facility. One condenser shall be coupledto one Unit for high efficiency performance. This type of condenseris most suited for installation on terrace. Speed shall vary as per setpressure.The air discharge shall be horizontal. The air cooled condensersmay be placed in 2 tiers 1 above the other wherever it is necessary.

Page 23: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 23 of 68

10 REFRIGERANT: Refrigerant shall be CFC free with zero ODP.Accepted refrigerant shall be R 407C/R410 A. The refrigeration oilshall be synthetic type suitable for the refrigerant on which theunit is designed. Similarly the components shall be designed withsafety factor to suit the operating pressure of correspondingrefrigerant.

11 Thermostatic Expansion Valve (TEV) / Electronic Expansion Valve(EEV) controlled by the microprocessor with special softwarecreated and tested by the manufacture shall be provided. Thisenables to adjust the flow of refrigerant fluid through theevaporator, controlling the real evaporator superheating in relationto variations in the ambient conditions in the room being air-conditioned. Improving in this way precision of cooling and theenergy efficiency of the cooling cycle. Traditional Thermostaticexpansion valve is not accepted.Dehumidification process should happen by lowering the ADP ofthe coil by controlling refrigerant through EEV. Liquid receiver withsafety plug installed inside the unit (in the air-cooled DX versions).Factory Fitted Liquid Line Solenoid Valve

12 UNIT MICROPROCESSOR CONTROLS:The microprocessor controller manages the unit operationsautonomously. In direct expansion unit the algorithms permitsintegral management of the Electronic expansion valve ( EEV) withconsequent optimization of energy saving, constant air flow duringdehumidification and absolute operating stability. Units have beendesigned and developed to interact with all the most widely usedBuilding Management Systems, exchanging data via the mostcommon communication protocols through serial connections.The user terminal is fitted with a backlit 11x15 pixel LCD displayand 6 backlit keys to move between and change parameters. It canbe situated on board the machine or, on request, with a kit for wallmounting for the remote control of the unit. By means of the userterminal, you can set the air-conditioner's operating parameters,monitor the trend of the main working parameters and read anyalarm messages.The controls have separate indications fora. Various modes of operation (cooling, heating)b. Alarm conditions (temperature high, wet floor and loss of airflow)c. Date, time and unit identification displayd. Visual system alarm indication (along with mutable audio alarmas well)e. Programmable services interval indication displayf. inbuilt sequencing of machines.The system is a menu driven interface with supporting help screensand shall usemulti-protocol data communications. Access to the controller

Page 24: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 24 of 68

settings shall be protected with passwords to prevent againstunauthorized access.The unit is capable of communicating through an RS-232communication support to link up to 99 units for monitoring andcontrol purposes. The controller should also incorporate 2additional spare alarm inputs for customer interface ( e.g.Unauthorized entry alarm, building fire alarm etc) manual overrideswitches & selectable alarms. Local & remote alarms will betriggered in case of any alarm conditions being reachedThe microprocessor control system can be supplied with thefollowing optional cards:- RS485 serial adapter for data transfer to a central supervisorsystem with STD protocol or MODBUS protocol;- Clock card for managing scheduling operations and for theoperations counter functions- WATER LEAK DETECTOR comprising a control module installed onthe electric switchboard and an external sensor.Unit should start automatically functioning when power is restoredafter power failure.Wherever the automatic motorized dampers are provided in theoutlet of units the necessary logic shall be built in that unit indoorfan will start only when the damper is in open position. For unitswhich do not have damper there should be facility to bypass thislogic.Fault and Alarm display for Single Phase / Phase reversal / HP – LP /TEMP sensor / Condenser fan MCB / Indoor fan overload. Bidderhas to visit the site for better clarity on piping.

2. Server Racks Specification --- 1 Racks

These Racks will be used to mount and house all servers/network/storage devices in the datacentre. The rack has to be designed to meet the safety requirements of the modern data centre.Both the front and rear door should be designed handle & unique key lock system, Cable entryshould be entered via the roof plate and via the gland plate without affecting the climaticconditions inside the rack.

Parameter Specification

Make -------------------------------------------

Rack Height 42U

Maximum Height 2000mm

Maximum Width 600 mm

Maximum Depth 1200 mm

Color RAL 7035 Light Grey

Page 25: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 25 of 68

Each Rack should include:

S/no. Detailed Technical Specifications – Rack Power DistributionUnits

Complied,Yes/No

Deviationsif any.

A SUMMARY

Make

Model

Qty- 2 nos on each rack

B General Specifications.

1 Remote Management Capabilities-Full-featured networkmanagement interfaces that provide standards-basedmanagement via Web, SNMP, and Telnet. Allows users toaccess, configure, and manage units from remote locations tosave valuable time. Associated with this feature is the ability toquickly and easily upgrade the firmware via network downloadto installed units for future product enhancements.

2 Alarm Thresholds-Define alarm thresholds in order to avoidoverloaded circuits. Network and visual alarms inform the userof possible problems.

3 Local Current Monitoring Display- The aggregate currentdraw per power distribution unit is displayed on the unit via adigital display. The local digital display helps installers avoidoverloaded circuits by providing a visible warning when thecurrent draw is close to the maximum amperage draw of thestrip.

4 Load indicator LED -Indicates overload and warningconditions based on the user-defined alarm thresholds. Alertsusers of potential overloaded circuits.

C Other specification

Page 26: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 26 of 68

1. 19” Rack frame with sturdy frame construction made of sixteen fold or more rolled hollowframe section punched in 25mm DIN pitch pattern and load bearing capacity of 1000Kg ormore.

2. 2 pairs of 42U 19" L Type angles at Front & Rear on 6nos of punched sections with "U"Marking

3. Front Glass Door with door stiffeners, Rear Sheet Steel Door with door stiffeners, withComfort Handle with Unique key lock.

4. Set of Side Panels5. Top cover plain, Bottom cover with cut out of 400Wx150D with wire brush insert at back

side for cable entry6. Horizontal PDU, 32A , Single Phase, with Digital Ammeter, C13X16, C19X4, 32A MCB &

NEMA Socket as Input.(2nos Per Rack)7. Base Plinth 100mm height8. Earthing kit, Cu Earth rail 15x3x500 with 10 Points with screws and insulators & Earth Straps,

4Sqm, 170mm In length9. Hardware pack of 20 (3 packs / Rack)10. Metal Shunting rings 90x60 (Pack of 10), to be assembled at rear (1 pack / Rack)11. Baying Kit (Pack of 6)12. Blanking Panel 1 U, ABS Material (20nos /Rack)13. Vertical Shielding Foam Shielding (2nos /Rack)14. All Racks should be certified as per industry standard against ISO 9001, 14001

3 Physical

Rack Size- Zero U

Mounting- Vertical

4 Environmental

Operating Environment- -5 to 45 °C

Operating Relative Humidity- 5 to 95%

Operating Elevation- 0 to 3000 meters

5 Conformance

Regulatory Approvals- IEC 60950,VDE

Warranty- 2 years repair or replace

Environmental Compliance- RoHS, REACH: Contains No SVHCs,Contains Lithium Battery

Page 27: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 27 of 68

15. Surface Finish: Nano Ceramic Coated, electro-dip coat primed to 20 microns and powdercoated with textured polyester RAL 9005/7035 to 80 to 120 microns

16. All Rear Doors must be equipped with Automatic Door Opening system in case of coolingfailures.

3. Rack Power Distribution Units with accessories

The bidder will have to provide two Nos. of Rack PDUs for each Rack. Rack PDU 2G, Metered, Zero U,32/230V, (36) C13 & (6) C19) need to consider for server racks. PDUs will have IEC socket to avoid anyloose connection. Following requirements to be covered:

4. Data Center Infrastructure Management Software with accessories

Reputed Make, scalable monitoring system which collects, organizes, and distributes critical alerts, surveillancevideo and key information, providing a unified view of complex physical infrastructure environments fromanywhere on the network. Data Center Management System provides an efficient way for organizations tomonitor their company-wide multi-vendor physical infrastructure: power, cooling, security, and environment.Real-time monitoring, user-defined reports and graphs, and instant fault notification and escalation enable quickassessment and resolution of critical infrastructure events that can adversely affect IT system availability. Thiscentralized repository of critical information can be accessed by multiple users from anywhere on the network,creating a consolidated view of the physical infrastructure.

S/no. Detailed Technical Specifications – Data Center ManagementSystem with accessories

Complied,Yes/No Deviations if any.

A SUMMARY

Make-APC/Emerson/Rittal/Conteg

B Technical Specifications

DCIM shall be a centralized virtual appliance, with a clientconsole or web client.

For DCIM virtual appliance it will be delivered as an OVA (OpenVirtualization Archive). The virtual appliance shall be faulttolerant with a 1 CPU configuration only, unless otherwisespecified in the documentation for the virtual environment.

Node license key: 25

C Scalability:

Page 28: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 28 of 68

S/no. Detailed Technical Specifications – Data Center ManagementSystem with accessories

Complied,Yes/No Deviations if any.

1 The system shall have an architecture that allows for increasingthe number of devices it manages, up to 4000 devices on anEnterprise server appliance or virtual appliance equivalent.

2 The System shall also be of an architecture that allows formonitoring of Multi-Vendor Simple Network ManagementProtocol (SNMP) devices, Modbus TCP devices, and ModbusRTU devices that are connected to a Modbus RTU-to-ModbusTCP gateway.

D The application shall provide Inventory management, Alarmswithin physical layout, Customizable view & Instant PUEreporting

1 The application shall provide features to evaluate Futuregrowth & expansions plans, Load Balancing, Tracing the phasewise distribution & maximum utilization of power as well ascooling

2 The application shall provide operators to gain control over thedata center environment by implementing organized moves,adds, and change work processes by providing an automatedworkflow system that can develop and assign work orders

3 The application should provide current and historical PowerUsage Effectiveness (PUE) values and full insight into currentand historical energy efficiency.

4 The application should have a report generator that providesreporting capabilities with transparency into key performanceindicators

5 The application should be able to identify any servers in thedata center that are running but not really being used. You willsave unnecessary power by identifying and consolidating orretiring these servers. The system uses the actual power drawrather than nameplate values to obtain much better accuracy.

6 The application should provide an Energy Usage Report, whichshows energy consumed within the data center by the kWhand cost per kWh, detailed to the rack level. The report will

Page 29: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 29 of 68

S/no. Detailed Technical Specifications – Data Center ManagementSystem with accessories

Complied,Yes/No Deviations if any.

include data based on the filter selections of time period,Rooms, Organization, the entered kWh price.

7 View key data center capacity parameters on temperature,humidity, power, cooling, space, and network as well as highlevel values on data center utilization on smart phone or tablet

Additional Features for DCIM solution

Integration for new equipments- DCIM solution should integrate with new components like rack PDU,UPS, PAC, S & EMU, Fire alarm systems, water leakage system, Rodent System etc.

Alarms within physical layout- Provides real-time device failures within floor layout and rack front viewfor live status of data center operations.

Live dashboard-Gain transparency to data center key performance indicators through easilyconfigured web dashboards, displaying customizable management-level information.

PUE/DCiE calculator- Provides Power Usage Effectiveness (PUE) or Data Center infrastructure Efficiency(DCiE) value for information on daily utilization of energy.

Floor layout view-View an accurate representation of OSCB DC through the easy-to-usegraphical floor layout and 3D view.

Recommended Actions-Intelligent alarm descriptions coupled with recommended resolutionsreduces the need for training and mean time to repair.

5. UPS Power Distribution Panel (Wall Mount) – Qty 2 sets

UPS Distribution Panel: Wall Mountable with 63A 4P Incomer MCB with suitable busbars made by electrolytic high conductivity copper for three phase and 100% neutralbus bars rated at 125 amps, insulated with heat shrinkable coloured PVC sleeves & clipon shrouds for joints.

Digital Indicators; 1 set of 3 phase, 4 wire, 150./5A, Digital Meter and 1 set of phaseindicating lamps RYB & ON/OFF with 2A, SP, MCB back up.

Outgoing breakers; 2 nos of 63A, 4P MCB, 32A TPN MCB 2nos, 32A, DP MCB 2nos and16A, DP MCB 1 no.

6. Main MCCB / Isolation panel (Wall Mount Enclosure)

Page 30: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 30 of 68

Data Center electrical delivery path will have 1no.of wall mount / Floor Standing MainElectrical Distribution Enclosure, complying to Indian relevant electrical codes for Panelfabrication and support structure with following specifications.

All MCB should be type D.The main incomer MCCB with 125A, 4Pole, 36kA, TMD withHandle, spreader& having suitable cable entry and termination and suitable bus barsmade by electrolytic high conductivity copper for three phase and 100% neutral busbars rated at 125 amps, insulated with heat shrinkable coloured PVC sleeves & clip onshrouds for joints.

Digital Indicators; 1 set of 3 phase, 4 wire, 150./5A, Digital Meter and 1 set of phaseindicating lamps RYB & ON/OFF with 2A, SP, MCB back up.

Outgoing breakers; 4 nos of 63A, 4P MCB, 2 nos of 25A, 4P MCB, 32A, TPN MCB 2nos,32A, DP MCB 2 nos, 16A, DP 1 no.

7. 20 kVA (N+N) UPS with approx. 15 minutes battery backup time.

The Data Center will have one number of 20KVA True on-line double conversion UPS systems to provide

15 mins battery back time on each UPS at full load. UPS will have following features:

UPS 20 KVA (N+1) - i.e 20kVA x 2 nos.

Expandability at least one more unit of the same capacity.

Over Voltage Control Device to control the IT equipment in case of bypass power

Should be connected in parallel / synchronization mode

High energy saving feature with help of Eco Mode

Filtered UPS power to be release in Eco mode.

UPS system will have highly space optimized / less foot print.

All systems will have N+1 redundant UPS design, which are appropriate when using dual

power corded equipment.

The THDi of UPS system would be less than 5% at rated load with battery modules to

provide about 15 minutes backup on load of 20 kVA.

The UPS will have built in SNMP/NIC card for remote monitoring.

Necessaries to accessories to install the UPS system; battery breaker, paralleling cable,

racks & inter connecting links.

8. Electrical Works – Electrical Cabling, distribution, Earthing and Lightening

Page 31: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 31 of 68

OSCB will ensure the availability of sufficient raw source to feed the NLDR load. The source

would be fully backed by DG supply. The bidder will do the necessary cable laying and

termination. The bidder will take the raw power at main source of OSCB. The tentative cable

distance from server room of NLDR to main source is 150 meters. The distance of cable routes

are for assumptions only. It is the bidder’s responsibility to analyze actual site requirements and

bidder will be responsible in case of any change in the cable routs within 10% of indicated

requirements.

The bidders should strictly follow the national safety rules, guide lines and all the BS standards

define by the respective authorities by the government of India. The bidder will follow all the

relevant necessary standards.

All the necessary cabling works from main source of OSCB to each PDU of the racks would be

provided by bidders. The bidder will ensure the dual power feed for each equipments installed

in the NLDR i.e. UPS, PAC. The bidder will provide the dual power provision for each PAC units. If

there is single SMS would be in PAC systems then bidder has to provide the suitable capacity of

ATS to provide the dual power to the PACs.

The bidder will provide the necessary earthing and grounding system for the server room and

other equipments for the NLDR. During construction of earthing system the necessary BS

standards has to be follow. Minimum three earthing systems to be done by required.

The bidder will insure the sufficient lightning for the server room of NLDR i.e. 400 lux. and 1/3 of

total lights to use as emergency light and would be backed by UPS power.

The bidder will also supply dual industrial sockets (NEMA; National Electrical Manufacturer

Association) with each rack.

The bidder will provide 2 nos spare of raw power points and two numbers of UPS power points

within the server room.

9. Civil Works

OSCB will provide the space for proposed server room for NLDR and bidder will have to provide all the

necessary finishing and furnishing work to provide 2 hours fire rated infrastructure. The bidder has to

Page 32: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 32 of 68

provide the main door and emergency exist of the data center / server room. The bidder will provide the

necessary partitioning work (if required). Grouting, routing and levelling or any misc. i.e. Cimentious

work if required has to do by bidders. Suitable raised flooring, False ceiling, POP and paint has to be

done by bidder for the server room area.

Following are the broad service that has to be provided by bidder for finishing and furnishing work of

the NLDR server room.

S.no Description Q’ty Compliance(Y/N)

Deviation,If any

FLOORINGP/L Epoxy paint of Nerolac paints or equivalent make in Server RM.Etc. floor on the PCC floor with base coat complete. (Server roomarea)

1

Raised flooring for Server Rm. false floor tiles will be of 600 x 600 mmsize with cimentious fill & anti- Static 1.5 mm laminate top cover. Thetile will be of unitized welded steel construction secured to jack headon runners, provide for adequate fire resistance, acoustic barrier andair leakage resistance, withstand a UDL of 1100 kgs/ sq. mt. and apoint load of 450 kgs. The understructure should be able to accept apedestal axial load of 2200kgs. The bottom of the panel will beembossed in hemispherical shape. Panels will be freestanding onto theunderstructure with stringers- 2ft pedestal height , bolts and nuts.Cutouts to be provided in false floor as per requirement. (Server roomarea)Tile Puller 2P/F 3M anti-skid mat 1FALSE CEILINGProviding & Fixing of Armstrong Suspended Ceiling System with PRIMAFINE FISSURED Tiles(micro look edge). The tiles should have life- longguarantee with Humidity Resistance of 99%, Light Reflectance >85%,NRC = 0.55, Sound Attenuation = 34db, Thermal Conductivity k =0.052-0.057 w/m°c, Color White, Fire Performance Class O/Class 1(BS476 classification) in module size of 600mm x 600mm x 16mm laid on15mmXL - Hot Dipped Galvanized steel suspension System havingrotary stitching on the Main Runner, 1200 mm & 600 mm Cross Tees.INSTALLATION: To comprise main runner spaced at 1200mm centressecurely fixed to the structural socket by approved hanger at 1200mmmaximum centre. The last hanger at the end of each main runnershould not be greater than 450mm from the adjacent wall. Flushfitting 1200mm long cross tees to be interlocked between mainrunners at 600mm centre to form 1200 x 600 mm module. Cut crosstees longer than 600mm require independent support. 600 x 600mmmodule to be formed by fitting 600mm long flush fitting cross tees

1

Page 33: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 33 of 68

centrally between the 1200 mm cross tees. Perimeter trim to beArmstrong wall angles or channel, secured to walls at 450 mmmaximum centers.PAINT

Providing and Applying approved Plastic Emulsion paint in three ormore coats of approved brand and shade to internal surfaces (walls /partitions/ ceiling or any other location as directed),to give an evenshade to the approval of the engineer, including thoroughly brushingthe surface free from foreign matter, sand papering smooth, filling inall holes and cracks , applying lambi / palti and rubbing down thesurface, lambi/palti sand witched with two coats of approved primer,rate to include all tools, labour, scaffolding, primer as requiredcompleted as directed by the engineer. (Server room area)

1

DoorProviding and fixing of Fire reated door (Single Leaf Door ) 1

Providing and fixing of Fire reated door (Double Leaf Door ) 1

10. Fire Alarm ad Detection system

The bidder will have to provide the suitable fire alarm and detection system for the server room area of

the NLDR and the SOW will be in line with below specifications:

S.No.

Technical Specifications Required Compliance(Y/N)

Deviations if any

1 Rugged CRCA sheet with powder coated finish.

2 Operates on 220V, A.C supply

3 Battery backup with built in charging.

4 16 X 2 LCD Dot Matrix Display.

5 Evacuate and Key pad Enable, Disable Facility.

6 Low battery visual warning with audible tone.

7 Relay output for actuators.

8 Remote fire indication with Audible Tone.

9 Compatible to all types of conventional detectors.

Page 34: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 34 of 68

10 Zone Disable (Isolation) facility with loop voltage cut off.

11 Resettable 24v DC output for 4 wire detectors(Optional).

12 Three 24V Hooter Output (Fire, after Cross zone, aftergas release).

13 Two mode operation facility (Auto / Manual).

14 Programmable FAP input selection Facility.

15 Programmable Solenoid Output with On and OFF Timer.

16 Main / Standby Cylinder output Facility (Optional).

17 Gas Inhibition and Instant release facility.

18 Manual Gas Release with or without timer.

19 Actuator pressure low sensing facility.

20 Pressures switch facility.

11. Fire Suppression System

The bidder will have to provide the Automatic gas based fire suppression system for server form are of

NLDR and additional one number of hand held type fire extinguisher system for the server room are. Gas

based fire suppression to be in line the below specifications and the quantity would be as per site

requirement basis:

S.

No.

Technical Specifications Required Compliance Y/N Deviations, if any

4.1The system is designed for use in occupied areas

Containing Server Room and Electrical room.

4.2Alarm signals, system supervision, and agent releasing

output shall be by a control panel with battery stand-by,

U.L. Listed

Page 35: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 35 of 68

4.3Release of FM-200 agent or latest agent shall be

accomplished by an electrical output from the control

panel to solenoid operated releasing devices and shall be

in accordance with the requirements set forth in the

current edition of the National Fire Protection

Association Standard.

4.4Manual Release Station- The manual release station

shall provide a means of manually discharging the

automatic fire extinguishing system when used in

conjunction with the control panel.

4.5The manual pull station shall be the "dual action" type,

to prevent accidental operation. The switch shall remain

in the operated position until reset by means of a key or

special tool.

4.6Abort Stations-

(1) Operation of the abort switch shall send a

"system aborted" indication to the panel when a

fire condition exists.

(2) A separate "trouble" indication shall result if the

abort switch is operated when no alarm

condition exists.

(3) Audible alarm indications shall change when the

abort switch is operated as an audible

acknowledgment that the control panel has

received the abort signal.

(4) Abort switches shall be of the momentary "dead

man" type, and shall only inhibit discharge when

held in the operated position.

Page 36: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 36 of 68

(5)Audible Alarm Devices- Upon entering the alarm mode,

audible indication shall be supplied by the steady

sounding of an Alarm bell (First stage) and alarm

electronic sounder (Second Stage).

12. Very Early Smoke Detection System

Very Early Smoke Detector Apparatus (VESDA) system to be supplied by bidders as per the site

requirements basis and the specification to be with in line:

S. No. Technical Specifications Required Compliance Y/N Deviations, if any

1.0 It is recommended to use early detection system for

smoke detection in a Computer Room. VESDA System

is considered for Server Room only The VESDA system

shall be for early warning only, and shall be stand

alone. The system shall contain High sensitive laser

based particle system and also incorporate dust

separation system.

1.1 The system shall contain High sensitive laser based

particle system and also incorporate dust separation

system.

1.2 This system shall not be integrated with Fire

extinguishing system and shall work as a standalone

system.

1.3 VESDA System includes aspiration tubes which collect

the air samples from floor void, ceiling void and room

void.

13. Fire detection and suppression - Installation related services

Page 37: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 37 of 68

Bidder shall provide installation related services for fire detection system &FM 200 gas

based automated suppression system.

The design, equipment, installation, testing and maintenance of the Clean Agent

Suppression System shall be in accordance with the applicable requirements set forth in

the latest edition of the NFPA Standards.

14. IP Based CCTV Camera

Small-sized Indoor Network Camera will have to provide by bidder. Fixed lens and

adjustable focus. Multiple, individually configurable, and Motion JPEG streams; max

SVGA 800 x 600 resolution at 30 fps. Video motion detection. Connects over wired

Ethernet. Micro SD/SDHC memory card slot for edge storage. Includes stand and clamp

for easy mounting and power supply with Basic Software to monitor both the Cameras.

The storage provision would be for 15 days.

Qty : 2nos

15. Door Access Control System via Transponder Reade

Bio-Metric type access control system will have to provide by bidder to control the

unauthorized access inside the server room of the NLDR and Bio-metric type access system

would be required at main entry of the data center and RFI based exist push button switch

for the exits from the server room. The necessary all accessories and hardware related to

installation would be done by bidder.

16. Rodent Repellent

The bidder will have to provide the Rodent Repellent System for the server room area of NLDR

and the specifications would be in line with below:

S. No. Technical Specifications Required Compliance(Y/N)

Deviations, if any

3.1 Ultrasonic Rodent System consists of one main console,12 transducers & a cable bundle of 0.25 Sq.mm 2 corecable.

3.2 The main console is a microcontroller based system withembedded power electronic circuits to generate apattern of ultrasound waves at 800 mw power outputper transducer. The Master Console is installed in the

Page 38: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 38 of 68

control room and the satellites in the problem area. Thesuccessful bidder shall make detailed working drawingsand coordinate them with other agencies at site.

3.3 All parameters such us start frequency, end frequency,sweep time, wave pattern etc can be keyed in usingsmart keypad & alpha numeric LCD.

3.4 Principle of Operation The powerful high frequencysound waves (well above the 20 K Hz frequency which isthe upper limit of the hearing range of human ear)generated by the satellites are within the hearing rangeof the many pests and cause them pain and discomfortand thereby, forcing them to abandon the protectedarea.

3.5 Features

3.6 Master Console

The Master Console would need a power connection andshould be equipped with a 3-pin power supply cord of2.5 meters.

Satellites

Each Satellite should cover an open area of 300sq. ft.when the average height of the ceiling is 10 ft. Wheninstalled in false ceiling / false flooring it should cover anapproximate area of 150 sq. ft.

• Each satellite should occupy a maximum ofspace of 24 cu.in. And could be mounted in anyangle.

• They should be mono-polar and there should beno risk of sparking

• They should be able to withstand hightemperatures in the false ceilings.

• They would not need a power connection.

3.7 Power Supply. Provision for 230 VAC and 24 VDC

Page 39: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 39 of 68

17. Complete Installation, testing & commissioning of Data Centre

Installation and Training :

(i) Installation of the Data Centre and the relevant components has to be carried out by

qualified technicians

Page 40: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 40 of 68

ANNEXURE – A

GENERAL COMPLIANCE SCHEDULE

Sl.No.

Item Vendor’sConfirmation

Deviation (ifany)

General Terms & Conditions Agreed/Not agreed

EMD Receipt Deposited/NotDeposited

Latest Income Tax clearance and Sales Taxregistration &clearance certificates

Deposited/NotDeposited

Payment Terms Agreed/Not agreed

Liquidated Damage Clause Agreed/Not agreed

Price Validity minimum 180 days Agreed/Not agreed

Delivery & Installation Schedule Agreed/Not agreed

Warranty & Post Installation clause Agreed/Not agreed

Infrastructure at Bhubaneswar (for Installationand attendance of Support calls)

Yes/No

Training and Documentation Agreed/Not agreed

AMC support for 2 years beyond 3 yearsWarranty

Agreed/Not agreed

Credentials with documentary support as perEligibility Clause .

Submitted/Notsubmitted

Authorized manufacturer ship / System Integratorship certificate in respect of all items quoted

Submitted/Notsubmitted

Original specification sheets for all items Submitted/Notsubmitted

Equipment working environment : The powerprovided will be 220V ac (nominal)

Agreed/Not agreed

A vendor must quote all the items. Agreed/Not agreed

Page 41: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 41 of 68

Technical viability of the project for all theequipment offered by the vendor.

Submitted/Notsubmitted

Manufacturers Authorization Certificate in respectof all products quoted

Submitted/Notsubmitted

_____________________ ________________________ _____________________

Signature with date Name in block letters Seal of the Company

Note: In case the vendor's confirmation is negative, specific comments are to be filled in the Deviation column

Page 42: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 42 of 68

ANNEXURE - B

BIDDERS QUALIFICATION FORM

PART - I

OSCB

TENDER ENQUIRY NO :

Due to open on :

Bidder's Ref No :

ToThe Managing DirectorOdisha State Cooperative Bank Ltd.Pandit Jawaharlal Nehru MargBHUBANESWAR- 751001.

Dear Sir,

Having examined the conditions of contract as in Bid Documents and specificationsincluding Addenda Nos.____________ _ the receipt of which is duly acknowledged, weundersigned offer to “Tender for Supply, Installation, Commissioning and Management ofInfrastructure for Near Line Disaster Recovery” conformity with the said drawings conditionsof contract and specifications for the sum of mentioned in the Annexure -K, or suchother sums as may be ascertained in accordance with the schedule of prices attachedherewith and made part of this Bid.

We undertake, if our Bid is accepted to commence supplies within 4 weeks from thedate of issue of your Firm Order and to complete delivery and successfulimplementation of all the ordered items by us specified in the contract within 16WEEKS calculated from the date of issue of Firm Order.

If our Bid is accepted, we will furnish the performance guarantee of a Schedule Bank fora sum of Ten percent (10%), of the overall contract value. inclusive of all items offeredby the vendor.

Page 43: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 43 of 68

We agree to abide by this Bid for a period of 180 days from the date fixed for openingof the Tender and it shall remain binding upon us and may be accepted at any timebefore the expiration of that period.

Until a Firm Order or contract is prepared and executed, this Bid together with yourwritten acceptance thereof in your notification of award shall constitute a bindingcontract between us.Bid submitted by us is properly sealed and prepared so as to prevent any subsequentalteration and replacement.

We understand that you are not bound to accept the lowest or any bid you may receive.

Date This ____________________day of ’2016.

Signature___________________________________

(Name in Block Letters of the Signatory)

In capacity of

Duly authorized to sign the bid for and on behalf of ___ Attach Power of Attorney/Extract ofBoard Resolution duly certified

(Documentary proof enclosed)

Witness __________________________________

Page 44: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 44 of 68

Address: _________________________________

_________________________________________

_________________________________________

Signature__________________________________

Page 45: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 45 of 68

BIDDERS QUALIFICATION FORM

PART - II

1.0 Tender is to be submitted in this Form only. Tender submitted by the Bidder in their own proformais liable to be rejected. Separate sheets may be attached where space provided against anyclause is insufficient.

1.1 Tender Enquiry No. & Date :

1.2 Offer No. & date :

2.0 Name and address of the Firm :

2.1 Name of the Firm :

Office Address :

Telephone No. :

Fax No. :

2.2 Factory Address :

Telephone No. :

Fax No. :

The offer as per Performa in Part III is enclosed in sealed covers for individual item separately(Read instruction and important points).

Particulars of Central Excise Tariff Rules under which ED is leviable.

Whether

i) Proprietorship firm :

ii) Partnership firm :

Page 46: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 46 of 68

iii) Company :

iv) Consortium :

Necessary valid documents must be enclosed along with the tender offer.

The bidders must quote in a separate sheet the details of such supplies for the particular item made bythem during dd/mm/yyyy to dd/mm/yyyy in the proforma given below. They maybe deprived of any orderagainst thistender if the information furnished is found to be incorrect. Please enclose copies of inspectioncertificate in support of your Claim.

Bidders should refrain from quoting any irrelevant reference (i.e. for any item not inTender) in the under mentioned column.

Performa for furnishing information in respect of the purchase orders :

Sl.No.

P.O No. & DATE QTYORDERED

QTYSUPPLIEDWITHINS.D.D

CHALLANNO. &DATE

I.C No. & DATE REMARKS

Income Tax Clearance Certificate :VAT Clearance Certificate :Proof of Latest Service Tax Challan :

Please indicate your Permanent Account No. and enclose Photostat copy of the current Income TaxClearance Certificate duly attested.

LIST OF ENCLOSURES:

I)II)III)IV)

Page 47: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 47 of 68

Signature of the Authorized Signatory :

NAME IN BLOCK LETTERS :

Status of the Signatory :

Page 48: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 48 of 68

BIDDERS QUALIFICATION FORM (EARNEST MONEY DEPOSIT DETAILS)

PART - III

To,

The Managing DirectorOdisha State Cooperative Bank Ltd.Pandit Jawaharlal Nehru MargBHUBANESWAR- 751001.

The undersigned hereby tenders for job and agrees to hold this tender open for youracceptance for 180 days from the date of opening of the tender.

Details of EMD is given below : (Package I)

Demand Draft / BG No: _________ dated _________ Month 2016 of ____________________for Rs. 5,00,000/ = (Rupees Five Lacs only) is enclosed as EARNEST MONEY DEPOSIT.

Signature : __________________

Name: ______________________

COMPANY NAME :__________

ADDRESS : _________________

Page 49: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 49 of 68

ANNEXURE - C

ORGANIZATION DETAILS

(To be submitted along with the tender)

1 Name of the Firm

2 Registered Office address

Telephone Number

Fax Number

e-mail

3 Correspondence/ contact address

4 Details of Contact person

(Name, designation, address etc.)

Telephone Number

Fax Number

e-mail

5 Is the firm a registered company? If yes, submit documentary proof.

Year and Place of the establishment of the company

6 Former name of the company, if any.

Page 50: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 50 of 68

7 Is the firma Government/ Public Sector Undertakinga propriety firma partnership firm (if yes, give partnership deed)a limited company or limited corporationa member of a group of companies (if yes, give name and address, anddescription of other companies)a subsidiary of a large corporation (if yes give the name and address ofthe parent organization) If the company is subsidiary, state whatinvolvement if any, will the parent company have in the project.a consortia (if yes, give name and address of each partner)

8 Is the firm registered with sales tax department? If yes, submit valid VATregistration certificate.

9 Is the firm registered for service tax with Central Excise Department (Service TaxCell)? If yes, submit valid service tax registration certificate.

10 Is the firm registered under Labor Laws Contract Act? If yes, submit validregistration certificate.

11 Attach the organizational chart showing the structure of the organization.Total number of employees

12 Number of years of experience:

as a prime contractor

13 Are you registered with any Government/ Department/ Public Sector Undertaking(if yes, give details)

14 How many years has your organization been in business under your presentname? What were your fields when you established your organization? Whendid you add new fields (if any)?

Page 51: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 51 of 68

15 What type best describes your firm? (OSCB reserves the right to verify theclaims if necessary)

1. Manufacturer2. Supplier3. System Integrator4. Consultant5. Service Provider (pl. specify details)6. Software Development7. Total solution provider (Design, Supply, Integration, O&M)8. IT Company

16 Number of Offices / Project Locations

17 Do you have a local representation /office in Bhubaneswar? If so, pleasegive the address and the details of staff, infrastructure etc in the office andno. of years of operation of the local office

18 Do you intend to associate/sub-contract any other organization for the works forwhich you are bidding? If so, please give full particulars of that organizationseparately.

19 Please give details of Key Technical and Administrative staff who will be involvedin this project, their role in the project, their Qualifications & experience and thecertification attained from network product vendor. (documentary proof to besubmitted)

20 Is your organization has ISO 9000 certificates? If so, attach copies of thecertificates. State details, if certified by bodies, other than that stated.

21 List the major clients with whom your organization has been/ is currentlyassociated.

22 Were you ever required to suspend a project for a period of more than threemonths continuously after you started? If so, give the names of project andreasons for the same.

23 Have you in any capacity not completed any work awarded to you? (If so, givethe name of project and reason for not completing the work)

24 The bidder/ prime member of the consortium shall disclose details pertaining toall contingent liabilities. If nil, an undertaking from the bidder/ prime member ofthe consortium mentioning the same.

25 Whether your organization has Bank’s certificate of solvency. OSCB reservesthe right to seek documentary proof if contract is awarded.

Page 52: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 52 of 68

26 Have you ever been denied tendering facilities by any Government/ Department/Public sector Undertaking? (Give details)

_____________________ _______________________ _____________________

Signature with date Name in block letters Seal of the Company

Page 53: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 53 of 68

ANNEXURE - D

DECLARATIONS

It is declared that I, Sri/ __________________________________________________, beingthe Bidder/Authorized Signatory/Authorized Supplier/ Proprietor/ Manager ofM/s____________________________________________________________________ Of(address of the Bidder) ___________________________________________________ havegone through and understood all the Terms & Conditions laid down in the revised Tenderdocument no.Tender Notice No., dated andwould abide by the same terms andconditions throughout the period of contract.

I, hereby also agree to execute a “Contractual Agreement’’ with OSCB based on all the termsand conditions laid down in the revised Tender Document no.datedin the event of beingselected as a successful Bidder.

______________________________

Signature with date

______________________________

Name in block letters

_____________________________

Seal of the Company

Page 54: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 54 of 68

ANNEXURE - E

QUERIES

Name of the bidder: _____________________________

Sr.No.

ClauseNo.

PageNo.

Details as per RFP Queries Remarks

1

2

3

.

.

.

.

N

Page 55: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 55 of 68

ANNEXURE - F

MANUFACTURER’S AUTHORIZATION LETTER

Date:TENDER DOCUMENT No.:

To,

The Managing DirectorOdisha State Cooperative Bank Ltd.Pandit Jawaharlal Nehru MargBHUBANESWAR- 751001.

WHEREAS _______________________________________ who are official producers of_______________________________________________ and having production facilities at__________________________________________________________ do hereby authorize__________________________________________________________________ located at_____________________________________________________ (hereinafter, the “Bidder”) tosubmit a bid of the following Products produced by us, for the Supply Requirements associatedwith the above Tender

When resold by ____________________________, these products are subject to ourapplicable standard end user warranty terms .We assure you that in the event of _________________________, not being able to fulfill itsobligation as our Service Provider in respect of our standard Warranty Terms we would continueto meet our Warranty Terms through alternate arrangements and also provide spares inaccordance with the Tender for the period of 10 years.

Name In the capacity of

Signed

Duly authorized to sign the authorization for and on behalf of : ________________________

Dated on _______________________________ day of ______________________, ______.

Note: This letter of authority must be on the letterhead of the Producer, must be signed by aperson competent and having the power of attorney to bind the Producer, and must be includedby the Bidder in its bid as specified in the Instructions to Bidders.

Page 56: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 56 of 68

ANNEXURE - G

PERFORMANCE BANK GUARANTEE(To be stamped in accordance with Stamp Act)

Ref: Bank Guarantee No.

Date:

ToThe Managing DirectorOdisha State Cooperative Bank Ltd.Pandit Jawaharlal Nehru MargBhubaneswar - 751001

Dear Sir,

WHEREAS ............................. (Name of bidder) hereinafter called “the bidder" has undertaken,in pursuance of Contract dated………... 2016 (hereinafter referred to as "the Contract") toimplement the Data Center at OSCB

AND WHEREAS it has been stipulated in the said Contract that the Bidder shall furnish aContract Performance Guarantee ("the Guarantee") from a scheduled bank for the sumspecified therein as security for the performance of Data Centre as per the agreement.

WHEREAS we __________ ("the Bank", which expression shall be deemed to include itsuccessors and permitted assigns) have agreed to give OSCB

the Guarantee:

THEREFORE the Bank hereby agrees and affirms as follows:

1. The Bank hereby irrevocably and unconditionally guarantees the payment of all sumsdue and payable by the Bidder to OSCB, under the terms of their Agreement dated_______________ on account of any breach of terms and conditions of the said contract relatedto partial non-implementation and/ or delayed and/ or defective implementation. Provided,

Page 57: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 57 of 68

however, that the maximum liability of the Bank towards OSCB under this Guarantee shall not,under any circumstances, exceed ___________________________ in aggregate.

2. In pursuance of this Guarantee, the Bank shall, immediately upon the receipt of a writtennotice from OSCB stating full or partial non-implementation and/ or delayed and/ or defectiveimplementation, which shall not be called in question, in that behalf and without delay/demur orset off, pay to OSCB any and all sums demanded by OSCB Under the said demand notice,subject to the maximum limits specified in Clause 1 above. A notice from OSCB to the Bankshall be sent at the following address:

___________________________

___________________________

Attention Mr __________________.

3. This Guarantee shall come into effect immediately upon execution and shall remain inforce for a period of 12 months from the date of its execution. However, the Guaranteeshall, not less than 30 days prior to its expiry, be extended by the Bank for a furtherperiod of 12 months. The Bank shall extend the Guarantee annually in the mannerhereinbefore provided for a period of eight years from the date of issue of thisGuarantee.

4. The liability of the Bank under the terms of this Guarantee shall not, in any mannerwhatsoever, be modified, discharged, or otherwise affected by:

i) Any change or amendment to the terms and conditions of the Contract or the executionof any further Agreements.

ii) Any breach or non-compliance by the Bidder with any of the terms and conditions of anyAgreements/credit arrangement, present or future, between Bidder and the Bank.

5. The BANK also agrees that OSCB at its option shall be entitled to enforce thisGuarantee against the Bank as a Principal Debtor, in the first instance withoutproceeding against Bidder and not withstanding any security or other guarantee thatOSCB may have in relation to the Bidder’s liabilities.

Page 58: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 58 of 68

6. The BANK shall not be released of its obligations under these presents by reason of anyact of omission or commission on the part of OSCB Or any other indulgence shown byOSCB Or by any other matter or thing whatsoever which under law would, but for thisprovision, have the effect of relieving the BANK.

7. This Guarantee shall be governed by the laws of India and only the courts ofBhubaneswar shall have exclusive jurisdiction in the adjudication of any dispute whichmay arise hereunder.

Dated this the ………………. Day of ……………………..2010

Witness

(Signature) (Signature)

(Name) Bank Rubber Stamp

(Name)

(Official Address) Designation with Bank Stamp

Plus Attorney as per Power of

Attorney No.

Dated:

Page 59: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 59 of 68

ANNEXURE - H

BILL OF MATERIAL

SlNoModel(Product Offered) Description

Line Itemwise Qty Qty Remarks

Cooling Solution 02

1

2

. Server Racks 01

1

2

Rack Power Distribution Unitswith accessories

01

1

2

.Data Center InfrastructureManagement Software withaccessories

01

1

2

. UPS Power Distribution Panel 02

1

2

Main MCCB / Isolation panel

. 20 kVA (N+N) UPS 02

1

2

Page 60: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 60 of 68

. Electrical Works

.

Civil Works

Fire Alarm ad Detection system 01

Very Early Smoke DetectionSystem

01

IP Based CCTV Camera 02

Door Access Control System viaTransponder Reade

02

Rodent Repellent 01

Manpower

1 Team Leader ( 3 years) 01

Page 61: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 61 of 68

2 Electrical ( 3 years) 01

3 BMS ( 3 years) 01

Note:

Line Item wise details of all subsystem need to be furnished. Part Numbers need to befurnished for all items wherever available and applicable.

Multiple tables can be used to list down different category components (e.g. Server items,Software items etc.)

Page 62: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 62 of 68

ANNEXURE - I

WORK SCHEDULE

Sr.No.

Activity 1 Weeks 2

1 2 3 4 5 6 7 8 9 10 11 12 n

1

2

3

4

5

N

Indicate all main activities of the assignment, including delivery of equipment, installationat Data Center, Site offices, Carry out test, generation of Test reports. For phasedassignments indicate activities, delivery of reports, and benchmarks separately for eachphase.

Duration of activities shall be indicated in the form of a bar chart.

______________________________Signature with date

___________________________

Name in block letters

_____________________________

Seal of the Company

Page 63: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 63 of 68

ANNEXURE - J

PROFORMA BANK GUARANTEE IN LIEU OF DD FOR EARNEST MONEY(on Non Judicial stamp paper of Appropriate value)

Ref: Date:

Bank Guarantee No.

ToThe Managing DirectorOdisha State Cooperative Bank Ltd.Pandit Jawaharlal Nehru MargBhubaneswar - 751001

Dear Sir,

In consideration of Odisha State Co-operative Bank having its Registered office atPandit Jawaharlal Nehru Marg Bhubaneswar - 751001 (hereinafter called the “Owner”which expression shall unless repugnant to the subject or context include its successors andassigns) having issued TenderNo_________________________________________dt.________________ toM/s____________________________________having its Registered / Head officeat_________________________________________________________________(hereinafter called the Bidder) who wishes to participate in the said tender for and you, as aspecial favour, have agreed to accept an irrevocable and unconditional Bank Bid Guarantee foran amount of Rs.________________________________ valid up to ___________________ Onbehalf of the Bidder, as a condition for participation in the said tender.

We, the _____________________ Bank incorporated under ________________ law andhaving one of our branches at _________________ and having our Registered office/Headoffice at _________________ do here by unconditionally and irrevocably guarantee and undertake to pay to the “ Owner” immediately on demand without any demur reservation, protest,contest and recourse to the extent of the said sum of Rs._____________ (Rupees_______________________ only). Any such claim/demand made by the said “Owner” on usshall be conclusive and binding on us irrespective of any

dispute or differences raised by the Bidder.

Page 64: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 64 of 68

This guarantee shall be irrevocable and shall remain valid upto _________________. If anyfurther extension of this guarantee is required, the same shall be extended to such requiredperiod on receiving instructions from M/s ____________________ on whose behalf thisguarantee is issued.

We, the said Bank lastly undertake not to revoke this guarantee during its currency except withthe previous consent of the owner in writing and agree that any change in the constitution ofthe said tenderer or the said Bank shall not discharge our liability. In witness where of theBank, through its authorized officer, has set its hand and stamp on this___________________________ day of _______________________20______

Witness:

(Signature) (Signature)

____________________ __________________

Name Name

__________________ (Designation with Bank stamp)

Official Address

Attorney as per Power of Attorney

No.___________________

Date__________________

Page 65: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 65 of 68

ANNEXURE - K

PRICE BID FORMAT

Sl No Model(ProductOffered)

Description LineItemwiseQty

Qty[Q}

Unit Value[A}

VATRate[B]

Sr.TaxRate[C}

TAXValueD=[A*B]+[A*C]

TotalwithTax[A+D]*Q

CoolingSolution 02

1

2

. Server Racks 01

1

2

Rack PowerDistributionUnits withaccessories

01

1

2

.

Data CenterInfrastructureManagementSoftware withaccessories

01

1

2

.

UPS PowerDistributionPanel 02

1

2

Main MCCB /

Page 66: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 66 of 68

Isolation panel

.

20 kVA (N+N)UPS 02

1

2

.

ElectricalWorks

.

Civil Works

Fire Alarm ad

Detection

system 01

Very EarlySmokeDetectionSystem

01

IP Based CCTV

Camera 02

Page 67: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 67 of 68

Door AccessControl SystemviaTransponderReade

02

Rodent

Repellent 01

Manpower

1

Team Leader (

3 years) 01

2

Electrical ( 3

years) 01

3 BMS ( 3 years) 01

Note: Line Item wise details of all subsystem need to be furnished. Part Numbers need to be

furnished for all items wherever available and applicable.

Multiple tables can be used to list down different category components (e.g. Serveritems, Software items etc.)

______________________________Signature with date

______________________________Name in block letters

_____________________________Seal of the Company

Page 68: THE ODISHA STATE COOPERATIVE BANK LTD. on 15.02.2016 RFP... · // Odisha State Cooperative Bank Ltd. Page 2 of 68 SECTION – A THE ODISHA STATE COOPERATIVE BANK LTD. (Scheduled Bank)

//Confidential (NLDR RFP)

// Odisha State Cooperative Bank Ltd. Page 68 of 68

ANNEXURE - L

List of Documents to be submitted along with the Tender

1. General Compliance Schedule (Annex. A).

2. Bidder’s Qualification ( Annex. B)

3. Information about the Bidder (Annexure-C).

4. Declarations (Annexure-D).

5. Pre- Bid Queries Format (Annexure-E).

6. Manufacture’s Authorization Form (Annexure-F).

7. Performance Bank Guarantee Format (Annexure-G).

8. Bill Of Materials (Annexure-H).

9. Work Schedule (Annexure-I).

10. EMD Bank Guarantee Format (Annexure-J).

11. Price Bid Format (Annexure-K).

12. List of Documents to be Submitted along with the Tender (Annexure-L).

13. ISO equivalent certificate.

14. Attested copy of latest Income Tax Clearance Certificate.

15. Attested copy of Sales Tax Registration Certificate.

16. Credentials regarding experience.

17. Copy of Purchase Orders showing compliance against minimum order valuecriteria

18. Proof of Annual turnover

19. Audited Balance Sheet and profit & loss statement.

20. List of reference customers with contact details.

21. Technical literature and Original Specification sheets of each item offered.

22. Details of Maintenance and support infrastructure in Bhubaneswar and in India.

23. Undertaking for providing comprehensive support for 5 years (3 years warranty +2 years AMC)..

24. Registered copy of Power of Attorney, if any.

25. Attested copy of Partnership Deeds, if any..