Download as pdf or txt
Download as pdf or txt
You are on page 1of 253

Provision shall be made in the meter for an Emergency Credit facility that allows the customer

to draw on an emergency credit should the credit in the register be consumed.


The specific requirements of this facility are:
1. When the credit register value reaches a programmable Emergency Credit Threshold the
meter should sound an audible alarm, and prompt the user to accept the use of the Emergency
Credit facility (button depression). The meter should not supply energy against emergency
credit unless acknowledged by the customer.
2. If all the available credit in the credit register is expired and power disconnected, the facility
to activate the Emergency Credit should remain an option to the user.
3. The meter should remain in service until the Emergency Credit Limit has been reached, after
which the supply should be disconnected.
4. If the Emergency credit limit is set to zero, the Emergency Credit Threshold shall function as
a low credit warning and provide the user with a visual and audible alarm that credit is low.
The user shall have the option to silence the alarm by inserting a card or pressing a button to
accept the alarm.
5. If emergency credit has been previously consumed, then the value of emergency credit used
shall be deducted from the next token inserted into the meter.
6. Once emergency credit has been exhausted, no further credit facilities shall be available until
the full emergency credit allocation has been paid for.
Energy Register
1. Cumulative energy consumption
a. This register records the cumulative consumption since the meter was commissioned.
b. The unit is kWh, rounded to three decimal points (1 Wh).
2. Load profile
a. Number of channels that can be configured locally and remotely is 2 at least.
b. The interval shall be configurable from daily to hourly.
c. It shall be possible for the meter to store hourly load profile for at least 60 days.
3. Maximum demand
a. It shall be possible for the meter to register maximum demand.
4. Monthly consumption
a. The meter shall have at least 12 monthly consumption data.
b. The data shall include monthly consumption (cumulative) and maximum demand
together with date and time.
Tariff
All tariff calculation must be done within the meter.
The meter is required to support stepped tariffs structures as well as time-of-use and maximum
demand.
The tariff structure consists of the following records:
1. Each tariff must be uniquely identified using the tariff code
2. Each tariff shall have an activation date, being the date on which the tariff becomes effective.

242
3. Each tariff has up to seven steps (in kWh) for different levels of energy pricing.
4. The rate describes the cost per kWh for energy consumption in that step.

Tariff management in the meter


1. Tariffs shall be entered into the meter via HHU or from remote. The meter should not allow
tariffs to be manually entered using the push buttons.
• When the meter is active, the current cannot be overwritten.
• The meter must time and date stamp when the tariff is loaded into meter.
2. In general, when a tariff has expired in the meter, the tariff is automatically deleted by the
meter.
Tariff switchover
When the meter detects that a new tariff is applicable (using the tariff activation date), the
meter should execute the following steps:
1. The meter shall begin the billing against the new tariff.
2. The current tariff code shall be updated to reflect the new tariff code.
3. The old (expired) tariff should be deleted.
4. New tariffs will only be activated at 00:00 on the first day of a month.
Other Requirements
Time synchronization
The meter shall provide local and remote time synchronization function.
Over/Under-voltage monitoring
It shall be possible for meter to detect and register under-voltage/over-voltage.
Events shall be registered into a special event log (electricity quality log) with the date/time of
event, with the capacity of at least 100 entries. Under-voltage and overvoltage thresholds shall
be adjusted.
Meter firmware upgrade
Meter shall support firmware upgrade option. Firmware upgrade option in the meter is realised
not to alter in any way the metering characteristics (metrology) of the meter, data memorised in
the meter (metering data, statuses, etc.), configuration parameters or operational parameters of
the meter – all these data remain unchanged even after firmware upgrade. New firmware
upgrade in the meter shall be done locally or remotely.
Meter Identification Card
Along with the meter, two meter identification cards shall be provided.
1. It shall comply with NRS 009-4: 1995.
2. The printed details and graphic design of the cards shall be submitted to the utility prior to
producing the cards for approval.
Meter Numbering
The meter number scheme shall be the unique and be followed by a convention of the Employer.
The basic of the convention of the meter number scheme will be provided after signing of the
contract. It must be possible to program the meter with an 11 digit meter number. The first two
digits is utility ID. The third digit corresponds to meter type. (1=Smart Card based, 2=Keypad
243
type, 3=online). The next 8-digit is a sequence number used to identify each meter and will consist
of number (0 - 9) only.

Meter Software Requirement


Meter programming software
The software shall
• enable full programming, backup and retrieve the measuring data of the meter and events
from the meter;
• enable to export the metering data, events and configurations from the meters to text files
(.TXT, .CSV, .HTML);
• enable to save configuration as file for future use for Employer’s needs;
• enable to upgrade meter firmware;
• run on HHU, or laptop with Windows 10 or later version.
The Supplier shall, without additional compensation, provide software to BREB and/or its sub-
contractors for programming/reading the meter. The number of license for the software must be
unlimited for use by the Employer.

Meter firmware
The meter must be able to decode information from encoded keys typed through the keypad.
Quality Assurance
The Bidder shall comply with and be certified to the following ISO levels:
1. ISO 9001
2. ISO 17025
The Bidder shall submit copies of certificate with their proposal to this effect. If the Bidder is not meter
manufacturer, the Bidder must get the copy of the certificate from meter manufacturer together with
Manufacturer’s Authorization and submit.

244
SPECIFICATIONS FOR 3P LT AMI SPM METER

Overview
This specification covers the design, manufacture, testing and supply of direct connected whole
current three phase prepayment energy meter (hereafter the “meter”) of accuracy Class 1 in low
voltage networks for LT AMI SPM system.
It shall be possible to read meter data and configure meter parameter from remote and local.
The meter shall be able to communicate with Head End System (HES) via data concentrator,
gateway or access point using RF mesh or 2G/3G technologies.
The meter together with communication module shall support meter communication protocols as
per DLMS/COSEM standards.
It shall be possible to switch payment mode between prepaid and postpaid from remote and local.
Prepayment shall comply with IEC 62055, Standard transfer specification (STS).
Scope of Supply
The Supplier shall be responsible for supply, installation, testing & commissioning with related
services packing, loading, shipment, custom clearance if necessary, and transportation, insurance
and unloading at site. .
The meter shall be installed and commissioned according to the minimum guidelines as set out in
technical specification. Prior to installation of meters, customers shall be forewarned by delivery of
a notice explaining what will happen. Public relations will be responsibility of the Employer.
The installation team shall have a work order sheet instructing them what to do. The following
information shall be printed on the works order from:
• Customer Name: Supplied by the Employer and verified by the Supplier
• Customer address: Supplied by the Employer and verified by the Supplier
• Old Account Number: Supplied by the Employer
• Old Meter Number & Reading: Supplied by the Employer
• Tariff Code: The specific tariff to be allocated to the customer must be identified by the
tariff code
Installation of meter means:
1. Remove old meter,
2. Fix new meter, and
3. Install new meter.
The following guide lines must be followed by the supplier during installation of the meters:
1. The meters shall be sealed with Ferrule Type/Twist type seals compatible with the
meters that uniquely identify the utility person who sealed the meters.
2. Meters shall be tested and commissioned by the installation supervisor using the data
from the works order form to program the tariff details.
3. At the time of meter installation the customer’s last metering data shall be captured/
noted on the order by the installation supervisor. The date of commissioning is also
entered onto the work order form.

245
4. Customers shall be registered to HES using the returned work order form within 24
hours of commissioning.
5. All meters shall be installed at a location convenient to the customer as well as service
personnel away from sources of heat and moisture.
6. The installation shall be symmetrical, vertical and parallel to respective walls and floors.
At the time of installation, on-site training and instruction shall be given to the Employer.

General Technical Requirements


Service conditions
The meters to be supplied against this specification shall be suitable for satisfactory continuous
operation under the following tropical conditions.
No. Condition Specification
1 Maximum ambient temperature (°C) 50
2 Minimum ambient temperature (°C) 5
3 Maximum daily average temperature (°C) 35
4 Maximum annual average temperature (°C) 30
5 Mean annual rainfall (mm) 2,500
6 Minimum annual rainfall (mm) 1,461
7 Maximum annual rainfall (mm) 4,127
8 Maximum relative humidity (%) 100
9 Average relative humidity (%) 80
10 Maximum wind velocity (km/h) 180
11 Maximum altitude above mean sea level (meters) 200

Environmental requirements
The meter shall conform to the environmental capability requirements as documented in IEC
62052-11, IEC 62053-21, IEC 62053-23, IEC 62055-21 and IEC 62055-31. In addition, the
following minimum requirements shall be met.
1. The meter shall be protected against malfunction due to the ingress of vermin, by conformal
coating of the printed circuit boards in the meter.
2. Any openings shall be as small as practically possible to prevent the ingress of dirt and
vermin and to limit the potential for vandalism or tamper following IP54 or higher.
Standards and codes of practice
All material and equipment supplied and all works carried out shall comply in every respect with
the technical codes of the International Organization for Standardization (ISO) and with the
recommendations of the International Electrotechnical Commission (IEC), which apply to the
electrical equipment.
Goods and special guarantees beyond the scope of ISO and IEC shall conform at least to one of
the following standards and codes in the following priority:
1. VDE and DIN standards
2. BS or ASTM
3. Other internationally accepted standards which ensure a quality equal to or higher than the
standards mentioned above, but only if these are submitted in the English language edition.
The recent edition of the following documents shall be read in conjunction with this
specification. All other relevant standards shall be applied unless otherwise specified in this
246
specification. In case of conflict, however, this document shall take precedence. Nothing in this
specification shall lessen the Supplier’s obligations detailed in any other documents forming part
of the contract.
• IEC 60068-2-1 Environmental testing - Part 2-1: Tests - Test A: Cold
• IEC 60068-2-2 Environmental testing - Part 2-2: Tests - Test B: Dry heat
• IEC 61000-4-2 Electromagnetic compatibility (EMC) - Part 4-2: Testing and
measurement techniques - Electrostatic discharge immunity test
• IEC 61000-4-3 Electromagnetic compatibility (EMC) - Part 4-3: Testing and
measurement techniques - Radiated, radio-frequency, electromagnetic field immunity test
• IEC 61000-4-4 Electromagnetic compatibility (EMC) – Part 4-4: Testing and
measurement techniques – Electrical fast transient/burst immunity test
• IEC 61000-4-5 Electromagnetic compatibility (EMC) - Part 4-5: Testing and
measurement techniques - Surge immunity test
• IEC 61000-4-6 Electromagnetic compatibility (EMC) - Part 4-6: Testing and
measurement techniques - Immunity to conducted disturbances, induced by radio-
frequency fields
• IEC 61000-4-8 Electromagnetic compatibility (EMC) – Part 4-8: Testing and
measurement techniques – Power frequency magnetic field immunity test
• IEC 61000-4-11 Electromagnetic compatibility (EMC) - Part 4-11: Testing and
measurement techniques - Voltage dips, short interruptions and voltage variations
immunity tests
• IEC 61000-4-30 Electromagnetic compatibility (EMC) - Part 4-30: Testing and
measurement techniques - Power quality measurement methods
• IEC 60529 Degrees of protection provided by enclosures (IP Code)
• IEC 62052-11 Electricity Metering equipment (a.c.) – General Requirements, Tests
and Test Conditions - PART 11: Metering equipment
• IEC 62052-21 Electricity metering equipment (a.c.) - General requirements, tests and
test conditions - Part 21: Tariff and load control equipment
• IEC 62052-31 Electricity metering equipment (a.c.) - General requirements, tests and
test conditions - Part 31: Product safety requirements and tests
• IEC 62053-21 Electricity metering equipment (a.c.) – Particular Requirements - Part
21: Static meters for active energy (Classes 1 and 2).
• IEC 62053-23 Electricity metering equipment (a.c.) - Particular requirements -Part 23:
Static meters for reactive energy (classes 2 and 3)
• IEC 62053-61 Electricity metering equipment (a.c.) - Particular requirements - Part 61:
Power consumption and voltage requirements
• IEC 62054-21 Electricity metering (a.c) – Tariff and Load Control- part 21: Particular
requirements for time switches
• IEC 62055-21 Electricity metering – Payment systems – Part 11: Framework for
Standardization
• IEC 62055-31 Electricity metering – Payment systems – Part 31: Particular
requirements – Static payment meters for active energy (classes 1 and 2).
• IEC 62055-41 Electricity metering – Payment systems – Part 41: Standard transfer
specification (STS) – Application layer protocol for one-way token carrier systems
247
• IEC 62055-51 Electricity metering – Payment systems – Part 51: Standard transfer
specification (STS) – Physical layer protocol for one-way numeric and magnetic card
token carriers
• IEC 62055-52 Electricity metering - Payment systems - Part 52: Standard transfer
specification (STS) - Physical layer protocol for a two-way virtual token carrier for direct
local connection
• IEC 62056-21 Electricity Metering – Data exchange for meter reading, tariff, and load
control – Part 21: Direct local data exchange.
• IEC 62056-46 Electricity metering – Data exchange for meter reading, tariff and load
control – Part 46: Data link layer using HDLC protocol
• IEC 62056-53 Electricity metering – Data exchange for meter reading, tariff and load
control – Part 53: COSEM Application layer
• IEC 62056-61 Electricity metering – Data exchange for meter reading, tariff and load
control – Part 61: OBIS object identification system
• IEC 62056-62 Electricity metering – Data exchange for meter reading, tariff and load
control – Part 62: Interface classes
• Others - All other relevant IEC specifications for metering equipment

248
Specific Technical Requirements
The meters to be supplied against this specification shall meet the requirements specified in this clause.
Electrical requirements

No. Description Specification


1 Connection 3-phase, 4-wire, direct connected whole current
(unidirectional)
2 Number of element 3 (three)
3 Rated voltage 230 V phase to neutral
400 V phase to phase
4 Variation in voltage -30% to – +30%
5 Continuous over voltage Should withstand 400 volts for 48 hours without
causing any damage or degrading of its operating
life, or causing changes of more than 0.01 kWh in its
credit registers (excluding the possible decrement of
credit due to power being consumed)
6 Base current, Ib 10 A
7 Maximum continuous current, 100 A
Imax
8 Starting current 40 mA (0.4% Ib)
9 Rated frequency 50 Hz
10 Variation in frequency ± 4%
11 Power factor 0.5 lag – unity – 0.8 lead
12 Accuracy 1.0 for Active, 2.0 for Reactive
13 Clock Built-in real time clock with 10 years battery backup
14 Display LCD; Visibility should be sufficient to read the
meter mounted at height of 0.5 to 2.0 m.
Pin type; trans-reflective HTN or STN type
industrial grade; temperature range –20°C to +70°C
15 Period of display Continuous
16 Digits W x H: 6 mm x 10 mm (minimum)
17 Maximum viewing angle 160 degrees
18 Number of display digits 6+2
19 Display parameters i) kWh for the current billing period
ii) Total kWh used since installation
iii) Current electricity rate
iv) Credit level
v) Date and time
vi) Instantaneous load
vii) Instantaneous voltage, current & P.F.
20 Power consumption in the ≤5W
voltage circuit ≤ 10 VA
21 Memory Non-volatile memory that retain information up to
10 years in the absence of power
22 Power limiting Meter shall disconnect the load when a
preprogramed threshold power is reached. The
threshold shall be programmable in the step of 500W
or less.

249
23 Limit of Current Shall be programmable within the range of 0.04 A to
100 A
24 Tamper detection Sensor to detect that terminal cover, and/or
communication compartment cover have been
opened
25 Load disconnection Latching relay
26 Audible alarm Buzzer
27 Lightning Protection In accordance to IEC 62053-21 of latest version of
IEC
28 Sealing Condition The meter body shall be ultrasonically welded to
avoid unauthorized opening of meter cover.
29 Communication Compartment Meter shall have communication compartment to
plug-in RF or 2G/3G/4G
30 Communication Protocol DLMS/COSEM
31 Installation/Replacement of It shall be possible to install/replace without
Communication module interrupting power supply to customer

Mechanical requirements
The enclosure shall be tamper resistant and shall be suitable for outdoor mounting. The meter shall be
such that the internal components in the active part of the meter shall be protected against unintentional
damage or tamper during handling and installation.

Furthermore, Meter supplied shall meet the following mechanical requirements.


No. Description Specification
1 Meter Case The meter shall be constructed by employing flame retardant
and high impact strength material.
The base, body and frame including terminal block shall be of
heat resistive; shock proof and rust proof good quality hard
material e.g. unbreakable engineering or stamped metal or
moulded phenol resin which shall be capable of withstanding
of 145°C.
The base shall be provided with 3 (three) screw mounting
holes, 1 (one) slotted meter support bracket at the top and 1
(one) round hole on each side in the bottom half of the base for
securely mounting the meter to the meter board so that any by-
pass conductors can not be entered from bottom side free
space.
The meter cover shall be of poly-carbonate.
The meter cover shall be provided with a window of poly-
carbonate or toughened glass for LCD display.
The meter shall be effectively sealed to prevent entrance of
moisture, rain and dust into its internal parts.
2 Terminal Side/bottom entry connection type; minimum 8 terminals to
accommodate 16 mm2 duplex; terminal cover shall be
extended type;
Terminal block shall be polycarbonate grade 500R or
equivalent bakelite; brass or copper current terminals; two flat-
250
head brass screws at each terminal; terminal bore diameter 8.5
mm.
3 Minimum free space 60 mm
between bottom of
terminal and terminal
cover
4 Connections diagrams Every meter shall be indelibly marked with a diagram of
and terminal marking connection.
Meter terminals shall be marked, this marking shall appear on
the diagram.
5 Protection class Class II
6 Protection against Conform to the degree of protection of IP54 or higher
penetration of dust (outdoor)
and water
7 Top cover sealing Should be properly sealed if there is top cover
8 Pulse output Flashing LED visible from the front.
9 Maximum pulse Shall not exceed 2000 imp/kWh (kvar)
frequency
10 Protection against Accuracy shall not be affected by AC/DC magnetic field on all
magnetic field sides of meter. Meter working shall not be affected by
permanent magnet of 0.5 mT.
11 Temperature range Operation: -25°C to 60°C
Storage and transport: -25°C to 70°C
12 Battery It shall be possible to replace battery at the end of battery life
without opening meter cover. And the cover that hides battery
shall be sealed independently from meter cover.
13 Optical port The meter shall have an IEC 62056-21 compliant optical
communication port. This should allow the utility to access for
information stored inside the meter and to upload it into a hand
held unit (HHU) or laptop.
14 Name plate Every meter shall have clearly visible, indelibly and distinctly
marked name plate containing the following information:
i) Manufacturer’s name
ii) Meter type
iii) Number of phases and number of wire
iv) Meter serial number and year of manufacture
v) Rated voltage of the system
vi) Basic current and maximum current
vii) Reference frequency in hertz
viii) Meter constant in imp/kWh
ix) Class index of the meter
x) Over-current breaking capacity (in kA)
xi) BREB / UTILITY logo
xii) Reference Standard

251
Latching relay specifications
The specification for the three phase latching relay is as follows:
No. Description Specification
1 No. of coils 2 (two)
2 Rated coil voltage 12 VDC
3 Rated coil power 9W
4 Pulse to set 30 ms
5 Contact Material Silver alloy
6 Maximum Switching Power 15000 VA
7 Maximum Switching Voltage 250 V AC
8 Maximum Switching Current (rms) 120 A
9 Contact resistance ≤ 2 mΩ
10 Electrical Cycle 5x103
11 Mechanical Cycle 1x105
12 Insulation resistance ≥ 1000 MΩ
13 Dielectric Strength between contacts ≥ 2000 VAC
14 Dielectric Strength between contact and coil ≥ 3000 VAC
(50 Hz)
15 Dielectric Strength between contacts assembly ≥ 4000 VAC
16 Ambient temperature -40 °C to +65 °C
17 Operating humidity 40 to 90%
18 Temperature rise at rated current 60°C
(assuming 300C room temp.)
19 Sealing Complete sealing excepts terminals

Meter sealing
1. Provision shall be for sealing the meter at least two Ferrule steel seals.
2. The stainless steel seals shall be applied in such a way that it will not be possible to undo/loosen the
mounting screws used to secure the meter without breaking these seals.
3. The stainless steel seals shall be applied in such a way that they will be easily visible when viewing
an installed meter from the front.
4. The terminals shall also have Ferrule/TT sealing arrangement.
Electromagnetic compatibility
The meter shall be designed in such a way that conducted or radiated electromagnetic disturbances as
well as electrostatic discharge do not damage or substantially influence the meter. The meter also shall
not generate conducted or radiated noise which could interfere with other equipment. The following
requirement shall be met.
 Electrostatic discharges according to IEC 61000-4-2: Contact discharge - 8 kV
 Electromagnetic RF fields according to IEC 61000-4-3: 80 MHz to 2 GHz – 10 and 30 V/m
 Fast transient burst test according to IEC 61000-4-4
 Current and voltage circuits at no load: 4 kV
 Auxiliary circuits >40V: 1 kV
 Fast transient surge test according to IEC 61000-4-5
 Current and voltage circuits: 4 kV
252
 Auxiliary circuits >40V: 1 kV
 Insulation strength at 50 Hz during 1 min: 4 kV
 Pulse voltage at 1.2/50μs according to IEC 62052-11: Current and voltage circuits: 6kV
Accuracy requirements
1. Limits of error due to variation of the current
The percentage errors shall not exceed the limits for the relevant accuracy class stipulated in IEC
standard.
2. Limits of error due to other influence quantities
The additional percentage error due to the change of influence quantities shall not exceed the limit for
the reference accuracy class stipulated in IEC standard.
3. Limits of error due to ambient temperature variation
The limits of error shall not exceed the limits stipulated in IEC standard.
4. Starting and running with no-load
Initial start-up of the meter: The meter shall be fully functional within 5 seconds after the voltage is
applied to the meter terminals.
Running with no load: When the voltage is applied with no current flowing in the current circuit the
test output of the meter shall not produce more than one pulse.
Starting: The meter shall start and continue to register at 0.4Ib% at power factor of 1.
5. Meter constant
The relation between the test output and the indication in the display shall comply with the marking
on the name-plate.
Meter display subsystem
1. General requirements
a) The design philosophy of the meter display subsystem should be that a suitable message or
indication must be displayed or annunciated for every meter event and alarm without exception.
b) The meter should make provision for the customer or utility personnel to scroll through the
displays.
c) The meter should have a default display that displays the following minimum information:
i. The Remaining Credit
ii. The Total Consumption, kWh to date
iii. The power limit
iv. The current Tariff
2. Liquid crystal display
a) A liquid crystal display is required to display status alarm and event information.
b) An illuminated display with a minimum lifetime of ten years is required.
c) The size (number of rows and characters per row) should be appropriate for the display and
interpretation of the messages and meter information, and should be legible from a distance of at
least 500 cm with a viewing angle of no less than 30º.

253
3. Rate LED
The meter should include a consumption rate indicator LED that emits visible red light.
4. Supply status display
The meter should provide a visible indication of the status of the incoming supply.
5. Status/alarm/event display
In addition to the displays required above the meter must display the following minimum information
in an intuitive way such that an inexperienced user can understand and interpret the information
intelligibly. Laminated instruction cards are to be provided for each unit.
a) Meter ID.
b) Out of Credit message
c) Invalid token entered
d) Duplicate token entered
e) Meter tamper state
f) Meter failure and/or fault code
The Bidder must submit a detailed specification of the way in which the display are structured and laid
out.

Functional Requirement
The meters to be supplied against this specification shall meet the requirements specified in this clause.
Security
All credit and meter management tokens shall be meter specifically encrypted to guarantee security of
the system. Encrypted tokens shall not be reusable. Tokens to display status and test the meter may be
un-encrypted and reusable.
The meter shall have at least 3 levels of passwords with access levels that allow:
• Read only: The meter can be read. No alteration of data or programming is allowed.
• Billing read: The meter can be read. Some basic data–altering activity relating to billing functions is
allowed.
• Unrestricted: The meter can be read. Full programming of the meter is allowed.
Token validation
If a token not meant for the meter is applied, the meter should display a message to that effect. Similarly,
if a valid token is re-entered into the meter then the meter must display an appropriate message.

Meter personalization
In addition to factory personalization and personalization via encrypted tokens, it shall be possible to
personalize the meter from a hand held unit (HHU)/laptop provided the HHU/laptop is authorized/
programmed to communicate with the meter.
Operation modes
The meter shall be required to support at least three modes of operation, namely the prepayment mode,
postpayment mode and the meter test mode.
254
1. Prepayment mode
The basis of this mode is that credit is transferred to the meter, and provided the meter remains in
credit, the meter provides supply. The credit register is decremented against current consumption
with the countdown total being displayed on the meter display.
2. Postpayment mode
In this mode, the meter provides supply to the customer always except when disconnected according
to predefined conditions in the meter, and normal billing process is applied using billing information
in the meter.
3. Meter test mode
The meter should support a test mode that is activated either from a dedicated test token, dedicated
button on the meter or using the HHU. This test should be automated in the meter and should include
a full diagnostic test, testing of the all the active and inactive functionality, metering accuracy test (1
minute load test), and connection validation tests. Meter test mode shall also display following
information:
i. Meters software version
ii. Current limit
iii. Switch open and close count
iv. Token acceptance & rejection count
Load disconnection
The meters shall be capable of disconnecting/ reconnecting load locally and remotely. In addition:
1. The load shall be disconnected by a latching relay under the following conditions:
i. The credit in the meter has expired and grace facilities also expired.
ii. The load power threshold has been exceeded.
iii. The meter is in a tampered state.
iv. Neutral missing at source side.
2. The meter shall indicate whether the load is connected or not and shall display the reason for
disconnection.
3. The customer shall not have the option to switch the contactor manually. Under over– current
conditions the mechanism to automatically reconnect the load must ensure that the number of
switching cycles is limited. The meter shall attempt to reconnect the load up to 5 times at 30-second
intervals. If the over-current condition still exits the meter shall wait a period of 30 minutes before
attempting to reconnect the load.
Load limit
1. It shall be possible to configure power limit in the step of 500 W for disconnection due to the
over load.
2. When consumed power exceed the contracted power limit, the relay shall automatically
disconnect. The time duration to measure and allow the overload before automatic
disconnection shall be configurable in the meter.
3. The relay status (connected/disconnected) shall be indicated and visible at all the time on the
meter display.
4. After automatic disconnection due to excess of the load, the relay shall be automatically re-
connected after a predefined time duration, configurable in the meter. The number of
255
allowable automatic reconnections due to over load disconnection in a short period of time
shall also be configurable, to limit the consecutive disconnection and reconnections.
5. It shall be possible to open and close the relay locally from remote.

Tamper detection
Tamper shall be detected with power supply.
When the meter detects a tamper condition, it shall register the event with time stamp, and
display tamper with proper symbol in the display. The tamper event shall be reset only locally
using HHU and from remote. The followings shall be considered as tamper.
1. Terminal cover/Communication compartment cover open
2. Current reverse
3. Neutral missing at line side as well as load side
Meter should detect reverse flow of power and measure correctly by forward registration.
Meter should measure current for phase and neutral both so that current bypass tamper taken
care off.
Meter should provide tamper log data with date and time and it should be sent to main system
through HHU.
Removal of battery shall be considered as a temper.
The meter shall operate normally under the following conditions:
• Phase Sequence Reversal: The meter should work accurately irrespective of phase sequence
of the supply.
• Shorting / By Passing: The meter shall have capability to record bypassing / shorting and
opening of current coil(s) of one or any two phases with date, time.
• Missing Potential: The meter shall be capable of detecting and recording occurrences and
restorations of missing potential (1 phase or 2 phases) which can happen due to intentional/
accidental disconnection of potential leads with date and time along with total no. of such
occurrences for all phases during the above period.
Date and time management
The meter shall be equipped with a real time clock (RTC) supporting the date and time as per
IEC standard together with battery. Pseudo-clock using mains crossing detection is not
acceptable. The maximum drift of the clock shall be less than 30 seconds per month.
The battery shall be used only for RTC and operate maintenance free for a period of at least 10
years. It shall not be used for meter display in case of no line power supply/
The meter must be equipped with a battery monitoring system that monitors the battery’s
condition and initiates a “Change Battery Alarm” to register and display when the battery
approaches the end of its operating life. If the battery is not replaced, the failure of the battery is
deemed to constitute a meter failure, and the meter should be shut down.
It shall be possible to change date and time locally using HHU and from remote. Date and time
changes shall be flagged with previous date/time and new date/time.

256
Energy Accounting
Credit register
The credit register is the “operating account” of the meter being decremented by the metering
process. The specific requirements of this register are:
1. This register must be decremented for the equivalent of every credit unit consumed.
2. When the available credit has been consumed, the meter must open the latching relay and
isolate supply from the customer (unless the Friendly hours or Emergency Credit option is
invoked).
3. This register can become negative from use of emergency credit.
4. The balance of this register should be written to the token.

Friendly hours, weekend, holidays


The meter shall accommodate the “Friendly hours”, “Weekend” and “Holidays” features. These
are time periods during which the meter shall not cut-off power to consumer if the credit becomes
negative. Details of the features are described in the following table.
1. Friendly hours
There shall be provision to define ‘Friendly hours’ in the meter. The utility shall be able to
define the ‘Friendly hours’ and shall be communicated to the meter through token.
2. Weekend
There shall be provision to define ‘Weekend’ in the meter. The utility shall be able to define
the weekend and shall be communicated to the meter through token.
3. Holidays
There shall be provision to define ‘Holidays’ in the meter. At the end of a year the utility shall
be able to define new holiday dates and these shall be communicated to meter through token.

Emergency credit
Provision shall be made in the meter for an Emergency Credit facility that allows the customer to
draw on an emergency credit should the credit in the register be consumed.
The specific requirements of this facility are:
1. When the credit register value reaches a programmable Emergency Credit Threshold the
meter should sound an audible alarm, and prompt the user to accept the use of the Emergency
Credit facility (button depression). The meter should not supply energy against emergency
credit unless acknowledged by the customer.
2. If all the available credit in the credit register is expired and power disconnected, the facility
to activate the Emergency Credit should remain an option to the user.
3. The meter should remain in service until the Emergency Credit Limit has been reached, after
which the supply should be disconnected.
4. If the Emergency credit limit is set to zero, the Emergency Credit Threshold shall function as
a low credit warning and provide the user with a visual and audible alarm that credit is low.
The user shall have the option to silence the alarm by inserting a card or pressing a button to
accept the alarm.
5. If emergency credit has been previously consumed, then the value of emergency credit used
shall be deducted from the next token inserted into the meter.

257
6. Once emergency credit has been exhausted, no further credit facilities shall be available until
the full emergency credit allocation has been paid for.

Energy Register
1. Cumulative energy consumption
a. This register records the cumulative consumption since the meter was commissioned.
b. The unit is kWh, rounded to three decimal points (1 Wh).
2. Load profile
a. Number of channels that can be configured locally and remotely is 2 at least.
b. The interval shall be configurable from 30 min to hourly.
c. It shall be possible for the meter to store hourly load profile for at least 60 days.
3. Maximum demand
a. It shall be possible for the meter to register maximum demand.
4. Monthly consumption
a. The meter shall have at least 12 monthly consumption data.
b. The data shall include monthly consumption (cumulative) and maximum demand
together with date and time.

Tariff
All tariff calculation must be done within the meter.
The meter is required to support stepped tariffs structures as well as time-of-use and maximum
demand.
The tariff structure consists of the following records:
1. Each tariff must be uniquely identified using the tariff code
2. Each tariff shall have an activation date, being the date on which the tariff becomes effective.
3. Each tariff has up to seven steps (in kWh) for different levels of energy pricing.
4. The rate describes the cost per kWh for energy consumption in that step.

Tariff management in the meter


1. Tariffs shall be entered into the meter via HHU or from remote. The meter should not allow
tariffs to be manually entered using the push buttons.
• When the meter is active, the current cannot be overwritten.
• The meter must time and date stamp when the tariff is loaded into meter.
2. In general, when a tariff has expired in the meter, the tariff is automatically deleted by the
meter.
Tariff switchover
When the meter detects that a new tariff is applicable (using the tariff activation date), the meter
should execute the following steps:
1. The meter shall begin the billing against the new tariff.

258
2. The current tariff code shall be updated to reflect the new tariff code.
3. The old (expired) tariff should be deleted.
4. New tariffs will only be activated at 00:00 on the first day of a month.

Other Requirements
Time synchronization
The meter shall provide local and remote time synchronization function.

Over/Under-voltage monitoring
It shall be possible for meter to detect and register under-voltage/over-voltage.
Events shall be registered into a special event log (electricity quality log) with the date/time of
event, with the capacity of at least 100 entries. Under-voltage and overvoltage thresholds shall
be adjusted.

Meter firmware upgrade


Meter shall support firmware upgrade option. Firmware upgrade option in the meter is realised
not to alter in any way the metering characteristics (metrology) of the meter, data memorised in
the meter (metering data, statuses, etc.), configuration parameters or operational parameters of
the meter – all these data remain unchanged even after firmware upgrade. New firmware
upgrade in the meter shall be done locally or remotely.

Meter Identification Card


Along with the meter, two meter identification cards shall be provided.
1. It shall comply with NRS 009-4: 1995.
2. The printed details and graphic design of the cards shall be submitted to the utility prior to
producing the cards for approval.
Meter Numbering
The meter number scheme shall be the unique and be followed by a convention of the Employer.
The basic of the convention of the meter number scheme will be provided after signing of the
contract. It must be possible to program the meter with an 11 digit meter number. The first two
digits is utility ID. The third digit corresponds to meter type. (1=Smart Card based, 2=Keypad type,
3=online). The next 8-digit is a sequence number used to identify each meter and will consist of
number (0 - 9) only.

Meter Software Requirement


Meter programming software
The software shall
• enable full programming, backup and retrieve the measuring data of the meter and events
from the meter;
• enable to export the metering data, events and configurations from the meters to text files
(.TXT, .CSV, .HTML);
• enable to save configuration as file for future use for Employer’s needs;
• enable to upgrade meter firmware;

259
• run on HHU, or laptop with Windows 10 or later version.
The Supplier shall, without additional compensation, provide software to BREB and/or its sub-
contractors for programming/reading the meter. The number of license for the software must be
unlimited for use by the Employer.

Meter firmware
The meter must be able to decode information from encoded keys typed through the keypad.
Quality Assurance
The Bidder shall comply with and be certified to the following ISO levels:
1. ISO 9001
2. ISO 17025
The Bidder shall submit copies of certificate with their proposal to this effect. If the Bidder is not
meter manufacturer, the Bidder must get the copy of the certificate from meter manufacturer
together with Manufacturer’s Authorization and submit.

COMMUNICATION INFRASTRUCTURE
This section describes requirements for communication infrastructure, i.e., communication module
for LT AMI SPM meters, repeaters and data concentrator unit.
General
The equipment shall be tested and/or certified/approved by corresponding authority (BSTI/BTRC
or any other) in Bangladesh before delivery.
The Bidder shall comply with and be certified to the following ISO levels:
1. ISO 9001
The Bidder shall submit copies of certificate with their proposal to this effect. If the Bidder is not
meter manufacturer, the Bidder must get the copy of the certificate from the manufacturer together
with Manufacturer’s Authorization and submit.
Communication Module
There are two different communication modules in the scope of this project: RF mesh and 2G/3G.
RF mesh communication module
1. Overview
Bangladesh Telecommunication Regulatory Commission (BTRC) allocated the following
frequencies considering National Frequency allocation plan (NFAP) for non-cellular IoT:
• 433.05 - 434.79 MHz
• 866 - 868 MHz
• 922 - 925 MHz
• 2400 - 2483.5 MHz
• 5725 - 5875 MHz
In order to ensure interoperability not only for this project but also future procurement,
BREB decided to use 922 – 925 MHz frequency band for LT AMI SPM system.
2. Electrical requirements: The module shall be powered by LT AMI SPM meter.
3. RF requirements
• The module shall be Wi-SUN FAN product certified for FCC band. If not certified yet,
260
certification shall be submitted before 2 (two) weeks of Factory Acceptance Test.
Platform certificate is not acceptable.
• The frequency shall be 922-925 MHz.
• Output power shall be from 500 mW to 1 W.
• Minimum date rate shall be 100 kbps.
4. Functional requirements
• It shall communicate with HES via DCU.
• It shall be field replaceable.
• It shall be plug-and-play.
• It shall support auto registration.
• It shall support auto routing.
• It shall support IPv6.
• It shall support two-way communication.
• It shall support over the air firmware upgrade.
• It shall support time synchronization with NTP.
• It shall support DTLS.
• It shall support self-optimization and self-healing.
• It shall support Adaptive Gear Shifting technology.
• It shall support traffic prioritization
• It shall support Frequency Hopping Spread Spectrum (FHSS)
• It shall support backward compatibility.
• It should be possible to retrieve directly connected neighbours.
• It should be possible to communicate with the meters directly using DLMS/COSEM and
CoAP.
• It should be possible both to unicast (upgrade one meter node) and multicast (upgrade a
group of meter nodes simultaneously) using software and common configurations.
• It shall support security (SHA-256, RSA-1024 or ECC-256) and encryption (AES-128 or
AES-256).
• It shall have a built-in antenna so that a separate external antenna is not necessary.
• It shall support “last gasp”.

2G communication module
1. Overview
2G module will be used for where RF mesh can’t cover.
2. Electrical requirements: The module shall be powered by LT AMI SPM meter.
3. RF requirements
• Frequency: Quadband 850/900/1800/1900 MHz
• GPRS class: 10
• Output power: Class 4 (2 W) for 850/900 MHz, Class 1 (1 W) for 1800/1900 MHz
4. Functional requirements
• It shall communicate directly with HES.
• It shall be field replaceable.
• It shall be plug-and-play.
• It should be possible to communicate with the meters directly using DLMS/COSEM
• It shall support two-way communication.
• It shall support over the air firmware upgrade.
• It shall support time synchronization.

261
• It shall have a built-in antenna so that a separate external antenna is not necessary.
• It shall support “last gasp”.
Repeater/Relay
Repeater is to be used if communication between LT AMI SPM meter and DCU is not possible but
it is possible to do communication when repeater is used.
1. Electrical requirements: Input power – 230V AC (+/-30%), frequency – 50 Hz (+/-4%)
2. RF requirements
• Repeater shall be Wi-SUN FAN product certified for FCC band. If not certified yet,
certification shall be submitted before 2 (two) weeks of Factory Acceptance Test.
Platform certificate is not acceptable.
• The frequency shall be 922-925 MHz.
• Output power shall be from 500 mW to 1 W.
• Minimum date rate shall be 100 kbps.
3. Environmental & mechanical requirements
• Operating temperature: -25 °C - +70 °C
• Protection degree: IP65. If IP65 is not met by itself, use of external enclosure that meets
the IP degree is acceptable. The dimension shall be less than 400 x 300 x 150 (H x W x D,
in mm) except antenna.
• It shall be possible to install on pole and wall.
4. Functional requirements
• It shall be plug-and-play.
• It shall support auto registration.
• It shall support auto routing.
• It shall support IPv6.
• It shall support two-way communication.
• It shall support over the air firmware upgrade.
• It shall support time synchronization with NTP.
• It shall support self-optimization and self-healing.
• It shall support Adaptive Gear Shifting technology.
• It shall support traffic prioritization
• It shall support Frequency Hopping Spread Spectrum (FHSS)
• It shall support backward compatibility.
• It shall support external battery backup.
• It shall support security (SHA-256, RSA-1024 or ECC-256) and encryption (AES-128 or
AES-256).
• It shall support “last gasp” and outage notification, and shall be operate at least 4 hours
during power outage for communication with data concentrator.
5. Other requirements

262
• All accessories such as power cable, antenna, for mounting and etc. required for
installation shall be supplied together with.
• Software to read/configure repeater/relay shall be supplied together with.

a. Data Concentrator Unit/Access Point

DCU handles two-way communication between the HES and the LT AMI SPM meters. The
communication between the meters and DCU is by RF mesh while that between concentrators and
HES is by 2G/3G/4G and/or fiber optical through Ethernet.
1. Electrical requirements: Input power – 230V AC (+/-30%), frequency – 50 Hz (+/-4%)
2. RF requirements
• DCU shall be Wi-SUN FAN product certified for FCC band. If not certified yet,
certification shall be submitted before 2 (two) weeks of Factory Acceptance Test.
Platform certificate is not acceptable.
• The frequency shall be 922-925 MHz.
• Output power shall be from 500 mW to 1 W.
• Minimum date rate shall be 100 kbps.
3. 2G/3G/4G requirements
• Frequency:
- LTE: 2100(B1), 1800(B3), 2600(B7), 900(B8), 800(B20) MHz
- WCDMA: 2100(B1), 1900(B2), 850(B5), 900(B8) MHz
- GSM/GPRS/EDGE: Quad-band – 850/900/1800/1900 MHz
4. Environmental & mechanical requirements
• Operating temperature: -25 °C - +70 °C
• Protection degree: IP65. If IP65 is not met by itself, use of external enclosure that meets
the IP degree is acceptable. The dimension shall be less than 600 x 400 x 200 (H x W x D,
in mm) except antenna.
• It shall be possible to install on pole and wall.
5. Functional requirements
• It shall be able to be installed at power poll as well as on wall.
• It shall have external/extension antennas for neighbour area network and backhaul network.
• It shall be plug-and-play.
• It shall support auto discovery of meters and repeaters.
• It shall support auto registration.
• It shall support auto routing.
• It shall support IPv6.
• It shall support two-way communication.
• It shall support over the air firmware upgrade of the equipment itself as well as smart meter,
communication module and repeater.
• It shall support time synchronization with NTP.
263
• It shall support self-optimization and self-healing.
• It shall support Adaptive Gear Shifting technology.
• It shall support traffic prioritization
• It shall support Frequency Hopping Spread Spectrum (FHSS)
• It shall support backward compatibility.
• It shall support external battery backup.
• It shall be able to support at least 500 meters.
• It shall support signal level for connected meters.
• It shall support security (SHA-256, RSA-1024 or ECC-256) and encryption (AES-128 or
AES-256).
• It shall support SNMP v2.
• It shall support IPSec VPN.
• It shall support “last gasp” and outage notification, and shall be operate at least 8 hours
during power outage.
6. Other requirements
• All accessories such as power cable, antennas, for mounting and etc. required for installation
shall be supplied together with.
• Software to read/configure DCU/access point shall be supplied together with.

DATA CENTRE
Overview

The figure below illustrates conceptual architecture of LT AMI SPM system. It includes data
center (production site) and DR center (backup site). The architecture and components of the two sites
shall be identical except that DR center also has development & test environment and education
environment. The two sites are connected via dedicated links.
Development and test environment is used for development of HES, MDMS, VS and SMS, and test
of the software. Once the test is completed and approved, the software is to be installed on production
servers in the two sites.
Education environment is used for the education of BREB staffs. It can be used for the education by
the Supplier during project implementation period, and also for the education by BREB itself during
and after project implementation period.

264
HES, MDMS and VS should consist of a three-tier architecture.
1) Presentation Layer: which is responsible for providing portable presentation logic.
2) Business Layer: which allows users to share and control business logic by isolating it from
the actual application. The application shall be installed on a separate (physical or virtual)
server as minimum. The number of servers can increase if necessary for performance and
reliability needs.
3) Database Layer: which provides access to dedicated services, such as a database server. The
database servers should be grouped into a cluster. The database server should support
Scalability, Load Balancing and High Availability. The database should support Storage
Area Network, standard SQL and partitioning of Tables and Indexes.
The Presentation Layer should work with Windows Operating System from Microsoft and with
Internet Explorer or similar. The Business Layer should work with Windows Server Operating
System from Microsoft or Linux operating system. The Database Layer should run on ows Server
Operating System from Microsoft or Linux Operating system.
The Supplier shall be accountable and responsible for acquiring all necessary equipment, managing
installation, and coordination with BREB.
i. Specifications: The specifications for IT equipment and other equipment for data centre are
provided in this section but the Supplier shall specify the IT equipment, software including
operating system, database and etc., LAN/WAN, and other infrastructure requirements for
supporting the technical and performance requirements of the LT AMI SPM system.
ii. Acquisition: The Supplier shall acquire the IT hardware and infrastructure enhancements per
the above specifications.
iii. Installation: The Supplier shall install the infrastructure enhancements per the specifications.
iv. Configuration and version control including operating system, database management, IP
communication to field devices and other infrastructure software: Bidder shall submit the
recommended configurations to BREB for approval and make the approved configuration
changes.

265
Overall Solution
No. Name Description
Integrated All components of the systems should act as a single LT AMI SPM
1
Solution solution.
All Master Data must be inserted only once to the LT AMI SPM
solution. Copies of these master data must distributed automatically to
2 Master Data
all systems requiring them. Masterdata can be added, changed, deleted or
retired.
All Master Data for the system like meter, register, communication,
Initial Load of parameterization, etc. must be inserted automatically. The
3
Master Data manufacturesfactory file of via the Deployment Management System or
via other methods must dothis.
The LT AMI SPM solution shall have diagnostic capability within the
solution components to show for example:
 Which processes are currently running on which system.
4 Diagnostics  Category of Alarms and automated action based on the alarms.
 Automatic problem solving functionality is required to prevent
manual work.
Solution should support different kind of user as listed below, as with
following minimum simultaneous access, per each system, and per each
PBS:
 System Administrators (2 per system)
 Super Users/Managers (2 per PBS and per system)
5 Users
 Operators (2 per PBS/UCC/UVS, per system)
 Visitors (4 per PBS/UCC/UVS, per system)
The users are located in the data cente and in the remote offices of
BREB.
The HES and MDMS systems shall support 90 days of data retention.An
online data archival storage solutions (e.g., Data Domain), decoupled
6 Archiving
from the application and Database shall support for three years. After
that period, the data must be archived outside the system for five years.

Business Requirements
Head End System
No. Name Description
1 Frequency of HES shall be designed to read meter periodically in a day such that all
Meter Data meter data for 0.
Acquisition 5 million metering points can be acquired in a day.
2 Success Rate 95% of all meter must be successfully collected within one day; 99.5%
of all meter within 3 days.
3 Authentication Password for all level of meter devices and concentrators must be stored
in encrypted format in the system
4 Confidentially The communication from the HES to the meters and to the data
concentrators should be encrypted by Advanced Encryption Standard;
minimum AES-128

266
5 Integrity The meter data should not change between HES and meter or DCU.
6 Access to the The HES can be accessed by using username and password, only. The
system administrator can enforce to use passwords with small and capital letters,
number andspecial signs. The system administrator also can enforce the
user to chance its password on regular base
7 User Roles The HES should be able to give user rights to users directly or to assign
user roles to a user. The user rights shall allow the usage of a certain
functionality for the user; examplethe user role "Visitor" shall allowed to
read meter data only
8 Data The HES shall have user privileges assigned to users vertically (i.e. by
Segmentation function within the system).
9 Multilanguage The GUI and the Online Help should be in English language. It should
be possible to introduce other languages.
10 User friendly The Graphical User Interface (GUI) must be modern and user friendly.
11 Meter protocols HES should support many meter protocols, but as a minimum:
DLMS/COSEM
12 Communication Support of RF, 3G/4G communication, and TCP/IP between HES and
methods DCU and meters.
13 Meter Data The HES shall collect the following data at least from the meters:
 Billing Values
 Value from Actual Register for all tariffs
 Remaining credit register
 "frozen" value end of the month for all tariffs
 Maximum demand for all tariffs
 Load Profile
 Daily and/or hourly value for all registers for meters
 Alarms and Messages especially tampering detection, power off and
on
14 Time Capability to synchronize all meters, repeaters, DCUs via a centralized
synchronization clock
15 Disconnection Send disconnection and reconnection commands and receive messages
from the meter about successful or not successful execution of that
command
16 Load limitation Configure the device in that way that load limitation in the device is
executed when load exceeds a contracted load for a given time
17 ToU download Support ToU download with valid from date. Receive messages per
meter if new ToU was downloaded successfully
18 Remote All meters and data concentrators should be fully configured remotely.
Parameterization HES should receive messages about successful change of
parameterization with the configuration date andstore the date in the
master data for meters and data concentrators
19 Firmware update Support of download new firmware version for meters and data
concentrators. Receive messages if new firmware was downloaded
successfully
20 Meter change HES should store the meter values independent with the Point of
Delivery, independent of the physical meter
267
Vending System
No. Name Description
1 Overall Vending System (VS) must process all vending request within 30
Performance seconds. New or changed data must be applied as soon as they are
inserted into the database of the VS.
2 Scalability The database and the application of the VS must be scalable, so that
future extension of system functionality and higher number of
metering point and vending request can be handled even if the
number of customers are increased to 20 million.
3 Access to the VS should be accessed by using username and password, only. The
system system administrator can enforce to use passwords with small and
capital letters, number and special signs. The system administrator
also can enforce the user to chance its password on regular base.
4 User Roles VS should be able to give user rights to users directly or to assign user
roles to a user. The user rights shall allow the usage of a certain
functionality for the user; example the user role "Visitor" shall
allowed to read vending data only.
5 Data Segmentation VS should be segmented in that way that users can see a certain
amount of vending data which belongs to the user’s jurisdiction only.
Ex.: Only meters in PBS "ABC".
6 User friendly GUI must be modern and user friendly:
Easy to use forms for data requests of all, grouped or specific meters
(data request methods: on-demand, historical data).
7 Online Help Online help should be context sensitive to the cursor or to the screen
from where the online help is invoked.
8 Token parameter It must be possible to configure parameters such as tariff type, base
setting service charge, tax and etc. to generate STS token from received
amount of currency.
9 Limitation of It must be possible to configure the VS to limit purchasing:
purchase Minimum vend amount
Maximum vend amount
Currency or unit vend only per vendor
10 Token generation VS must be able to generate CTS currency credit token, CTS units
credit token, and CTS engineering tokens.
11 Reports Set of standard reports. Reports should be exportable as PDF, EXCEL
or CSV. Provision should be made to accommodate additional reports
as required for operational purposes.
12 Automatic report The following reports should be generated automatically per
cashier/UVS/PBS.
Daily sales report
Monthly sales report
13 Traceability All history of token generation must be recorded with timestamp,
amount including deducted amount, cashier, UVS, PBS and so on.
14 HES interface VS must have interface to MDMS for all data transfer including
token.
15 MDMS interface VS must have interface for MDMS to exchange new/changed
metering point information.
16 Editing It should be possible to edit metering point information manually and
automatically:
17 API API for external systems shall be provided.
18 Overall Vending System (VS) must process all vending request within 30
Performance seconds. New or changed data must be applied as soon as they are
inserted into the database of the VS.
19 “Thin” prepayment Besides the capability of generating CTS tokens for the CTS meters,
Management the VS shall allow meter's prepaid “wallet” to be managed, meaning
the capability of calculating credits for each meter/accounts, based on
daily meter consumption readings and credits purchases. The VS shall
be able to send commands to HES for opening a meter contact when
268
its respective credit balance is below a pre-defined threshold, or to
close the meter contact when the respective credit balance is over the
pre-defined threshold.
20 Tariff Management The VS shall allow prepayment tariff management, including support
for complex tariffs, block/stepped tariffs with unlimited tariff blocks,
fixed charges and taxes.
21 Debt Management The VS shall allow Debts to be managed with multiple debt items and
various methods shall be used to recover debt, such as deductions on
the purchase credit amount, based on pre-configured percentage of the
vend, percentage of the remaining debt balance or an ad-hoc amount
in currency.
22 Integration with Beside the capability of integration with HES and MDM, the VS shall
vending channels also provide flexible and open integration tools (API) to interface
and electronic with other payment systems and third-party vending channels.
payment channels There are many sales channels that can be integrated. Such channels
include: Point of Sale (Windows and Android), Third-party sales
terminal (bank terminals, supermarket counters, pharmacies, lotto,
etc.), Mobile phone, Web consumer portal (mobile and fixed) and
Electronic Fund Transfer or TEF (e.g. PayPal).
The integration module shall support the ISO8583 protocol, the
international standard for exchange messaging generated by financial
transaction cards. The solution shall also certified to PCI DSS Level 1
security standard for payment via debit cards, credit cards and other
electronic transfer transactions of funds (TEF).
23 Customer Portal The VS shall include a client portal module. This is a consumer-
focused website for high-end mobile devices, supported by larger web
browsers.
This portal allows a consumer to: Manage a profile which can include
several accounts and meters, View all purchase transactions, See
tariffs and Buy energy and recharge wallets using on-line electronic
payment methods (if integrated).
24 SMS The VS shall send customer notifications, via SMS and E-mails, for
Email Notification low credit warnings. At least two credit thresholds shall be configured
(e.g. low credit and negative credit).
The SMS number and E-mail account shall be configured by the
utility operator or by the consumer him/herself via the Customer
Portal.
The system shall also allow integration with SMS Gateways, local or
international.
25 Tokens Tokens should only be used for credit transfer. All other functions
should be DLMS/COSEM based.

269
Metering Data Management System
No. Name Description
1 Access to the MDMS User access should use Windows Active Directory for
system authentication to reduce maintenance and align usernames and
passwords with corporate security policy.
2 User Roles MDMS should be able to give user rights to users directly or to assign
user roles to a user. The user rights shall allow the usage of a certain
functionality for the user; example the user role "Visitor" shall allowed
to read meter data only.
3 Data MDMS should be segmented in that way that users can see a certain
Segmentation amount of meter data which belongs to the user’s jurisdiction only.
Ex.: Only meters in PBS "ABC".
4 User friendly GUI must be modern and user friendly:
Easy to use forms for data requests of all, grouped or specific meters
(data request methods: on-demand, schedule (cyclic), historical-stored
data).
Navigation option and Graphical data representations of historical data
(configurable).
5 Online Help Online help should be context sensitive to the cursor or to the screen
from where the online help is invoked.
6 VEE MDMS must validate the data. Non-validated date must be substituted.
Validation Algorithm: Possibility to define validation algorithm, but
standard validation algorithms must be implemented, also:
Zero Consumption, Negative Consumption, Gap Detection for load
profiles, Load Profile Comparison with Billing Values, Main and Check
Meter Comparison, "broken or manipulated meter", lower and upper
limit (for example: 15% deviation from previous period) .
Substitution: Possibility to define substitution rules, but standard
substitution must be implemented, also:
Substitution rules like "broken or manipulated meter" where billing
value shall be substituted by max (average last year, same month of last
week ), check meter, value from defined calendar period, interpolation
for non-valid load profiles values, etc.
7 Balances Balance reports must be calculated based on different balance
methodologies.
8 Alarming Reports The alarming reports should show alarms as part of its Validation
process, and either puts an item in the queue or auto sub-directory.
9 Reports Set of standard reports and user defined reports. PDF, Word, EXCEL
and HTML reports should be supported. Custom CSV extracts shall be
created and provided via email.
10 Calculation Strong module for calculation should be support for:
Calculation of billing determents out of load profiles and tariff
agreement.
Cross sums calculation like sum per user group or balances.
11 Load Limitation MDMS should be able to configure the device via HES in that way that
load limitation in the device is executed when load exceeds a contracted
load for a given time.
12 Tariff MDMS should have the functionality to store tariff agreements. Tariff
Agreements agreements should be created by graphical user interface.
Tariff agreements must be downloaded via HES to the meters.
13 Update of Meters Calculations and reports such as the balance report should be updated
in Reports with new meters automatically.
14 Meter change MDMS should store the meter values independent of metering point,
independent of the physical meter.
15 Snapshots MDMS must present the data how the data was stored on a certain time
(data versioning).
16 Repeatability Calculation of the data should bring the same results for the same period.
270
For instance: Balance of feeder in a substation should have the same
result for a certain period, even if the number of consuming devices has
changed after that period.
17 Traceability All changes of meters’ data in the system must be recorded: old value,
new value, reason for change, username or process name that changed
the value and timestamp when the value was changed.
18 Automatic update Changed values in the meter data (due to substitution for instance) must
of Calculations result in changed values of the calculations automatically.
19 CIM Support MDMS must have CIM interface to integrate HES. MDMS to HES
integration shall support a two-way integration flow to provide an end-
to-end seamless integration. MDMS and HES must share a data transfer
format enabling read data to be shipped in native format and Meters in
MDMS must be linked to HES to allow MDMS to be issued from the
MDMS GUI by users. Utility systems such as OMS, Billing and ADMS
must be able to request MDMS via a published Web API.
20 Vending System MDMS must be master metering point information and exchange the
interface information with Vending System.
21 GIS interface MDMS should be able to interface with GIS system (ArcGIS) to present
device information such as device name, type, current state, location and
so on.
22 Data collection MDMS must have the capability to access the collected data, in the
meter, HES, database as well as manual meter readings via HES.
23 Interval data MDMS should support processing of interval data in high volumes
- Manage and store interval data for 3 years online and archive for 5
years
- Manage and store interval data for 20 million meters
- Ability to re-import archived data via UI.
24 Editing It should be possible to edit meter data manually and automatically:
- Replace or change intervals
- Copy and replace intervals
- Add or delete intervals
- Factor intervals
25 Billing MDMS should summarize interval data into billing determinants.
determinants
26 Limit load MDMS should be able to limit load of meter(s) via HES.
27 Disconnection/ MDMS should be able to send via HES disconnection and reconnection
Reconnection commands and receive messages from the meter about successful or not
successful execution of that command.

271
TEST
Test Responsibilities
Both the Employer and the Supplier shall designate, in writing and prior to the start of the test, a test
coordinator. The test coordinators shall:
• Ensure that the tests are conducted in accordance with the requirements of this Contract.
• Have the authority to make binding commitments for their employer such as approvals of
test results and scheduling for variance corrections or, as a minimum, to cause such
commitments to be expeditiously made.
The Supplier shall be responsible for all site tests with the exception of the Availability Test. This
responsibility shall include the conduct of the tests and all record keeping and document production.
The Employer shall support the site testing by supplying staff to monitor the tests. The Employer
expects that at least two Supplier staff will be on-site during these tests.
Test Documents
Test plans, procedures, and records shall be provided by the Supplier for all tests to ensure that each
test is comprehensive and verifies the proper performance of the system under test.
The test plans and test procedures shall emphasize the testing of each functional requirement,
checking error conditions, and documenting the simulation techniques used.
The test plans and test procedures shall be modular to allow individual test segments to be repeated as
necessary.
All test plans and test procedures (standard, modified standard, and custom functions) shall be
submitted to the Employer for approval at least fifteen (15) days prior to the test and shall be subject
to the approval process.
Variance Recording and Resolution
The Supplier shall establish a process to record and track variances.
Variances shall be used to record system deficiencies, including but not limited to:
• Documentation deficiencies.
• Functional deficiencies.
• Performance deficiencies.
• Procedural deficiencies.
• Test deficiencies (as when the system cannot satisfactorily complete a test procedure due to a
problem with the test).
The variance process shall produce reports of all variance information and shall produce reports of
subsets of the variances based on searches of the variance parameters singly and in combination.
The variance recording and tracking system shall allow the on-demand production of reports of all
variance information. Variance recording and reporting shall be available to the Employer at all times
via the Internet subject to secure access.
The Supplier shall periodically distribute a variance summary that lists for each variance the report
number, a brief overview of the variance, its category, and its priority.
Test Schedule
The Supplier shall provide a detailed system test schedule that is consistent with project phasing.
• The test schedule shall cover all aspects and components of the HES, including backup modes
of operation, full integrated operation and engineering.
• The detailed test schedule shall be subject to Employer approval.
All equipment documentation shall be completed, reviewed and approved by the Employer before any
testing.
Factory Acceptance Test
Factory Acceptance Test (FAT) shall be carried out as prescribed in the technical specifications.

272
The Supplier shall arrange for three (3) participants from the Employer and the Project Manager to
witness tests of major equipment/systems listed below in the manufacturer’s plant. All routine tests
shall be carried out in the presence of the Employer’s representatives. Therepresentatives shall
approve shipment of the equipment if they are satisfied that the requirements of the specification are
fully met.
The Supplier shall arrange and meet the full cost of the air tickets, local transportation and etc.The
cost of per diem and accommodation shall be met by the Employer. The cost of anyadditional
inspections other than above, if any, at the bidder premises should be at the purchasercost and not
part of this contract.
Before FAT, the Supplier MUST complete integration of Smart Prepayment System API (seeAnnex
E), and all other functions including three-level password function MUST beimplemented.
FAT shall be carried out for the following;
• Meters
• Desktop/Laptop computers
• Handheld unit
FAT shall be carried out as prescribed in the particular technical specifications of theequipment. In
particular, all the functions of Smart Prepayment Metering operation usingSmart Prepayment
System API shall be carried out. In addition, three-level password functionshall be demonstrated.
Routine Test
Routine Test shall be performed on equipment (hardware and software) as set out in the scope of
supply including testing items and standards.
The Supplier shall supply the Routine Test before shipping.
Post Landing Inspection
The Supplier shall inform the Employer immediately after arrival of the goods at thedesignated store
of the Employer (as per delivery schedule). An Inspection team of the Employer shall perform the
post-landing inspection in presence of the Supplier'srepresentative. The Supplier shall arrange the
program of post landing inspection. Anydefect or damage have been found at post-landing inspection,
the defective or 0damaged materials/ goods to be replaced by the Supplier at his own cost within the
stipulated time.
The Employer’s right to inspect, test (where necessary) and reject the goods after delivery at the
designated store of the Employer shall in no way be limited or waived by reason of the goods having
previously been inspected, tested and passed by the Employer prior to the good's delivery. In case of
reject, the cost incurred for this inspection shall be borne by the Supplier.
Site Acceptance Test
Site Acceptance Test (SAT) will be conducted after the system has been installed and successful
start-up of the system. The system will be subjected to a subset of the functional performance tests.
The SAT will also include any type of testing that could not be performed in the factory.
Unstructured tests will be employed by the Employer, as necessary, to verify overall system
operation under field conditions. Any defects or design errors discovered during the SAT shall be
corrected by the Supplier.
After the system loaded (in-service) test procedures and plans to be conveyed to the Employer.
General Site Acceptance Test
The Site Acceptance Test (SAT) will be conducted once the Supplier had installed the 10% of the
total meters requested.
Scheduled meter data reading
Pass Criteria: Meter data of minimum of 95% of the target meters shall be collected before
08:00 for seven (7) consecutive days.

273
On-demand meter data reading
Pass Criteria: On-demand reading will be performed for up to 100 meters and valid meter
data will be returned for all meters for which data is received. Validation will be conducted
by manually reading the meter value and compared with the on request read. A minimum
of 95% of the tested meters shall return valid data with the first attempt. In the event that
95% successful reads are not obtained, two more retry will be allowed for each
unsuccessfully meter read. The final value for acceptance test is 98%.
Specific Site Acceptance Test
Real time alarm notification
Pass Criteria: Real time alarm test will be executed on two (2) DCUs and five (5) three phase
meters. For each DCU, terminal cover of five (5) single phase meters will be open to generate
real time alarm. And also, it also is applied to five (5) three phase meters. The alarm from single
phase meters shall be collected within five (5) minute, and the alarm from three phase meters
shall be within two (2) minute.
Token transfer
Pass Criteria: Tokens should only be used for credit transfer. All other functions should be
DLMS/COSEM based. Token test will be executed on two (2) DCUs and one (1) 2G/3G phase
meters. For each DCU, test token to check remaining credit will be sent to one (1) DCU for one
(1) RF meter respectively, and to one (1) 2G/3G phase meters respectively. The result shall be
collected within one (1) minute respectively.
Availability Test
A 1440-hour (sixty days) availability test shall be conducted for the complete system after the
completion of the implementation. The test shall be performed under actual operating conditions.
The Supplier shall have his qualified representatives available at all times during the test, the purpose
of which is to verify the reliability of the system hardware and software.
The Supplier shall bear the responsibility for all corrective maintenance on the system; the Employer,
however, may correct problems under the supervision of the Supplier.
The Employer will be responsible for the system restart, notification to the Supplier of service
requirements, and preventive maintenance.
Test criteria of the availability test
The system shall meet an availability of at least 99.99%.
This availability shall be calculated pro-rata for the actual duration of the test. System availability
shall be computed using the following formula:
𝑇𝑒𝑠𝑡_𝑡𝑖𝑚𝑒 – 𝐷𝑜𝑤𝑛_𝑡𝑖𝑚𝑒
𝑆𝑦𝑠𝑡𝑒𝑚_𝐴𝑣𝑎𝑖𝑙𝑎𝑏𝑖𝑙𝑖𝑡𝑦 = ∗ 100%
𝑇𝑒𝑠𝑡_𝑡𝑖𝑚𝑒
No more than a total of two automatic or manual failovers or restarts of the central processorsshall
be permitted during the test in order to recover from problems with the system operation.
The test shall be considered to have failed if this number is exceeded.
Test completion requirements
If the guaranteed availability cannot be demonstrated at the end of 1440 hours, the Suppliermay
continue the test by moving the starting time of the test forward and continuing the testuntil the
1440 consecutive hours have been accumulated.
If this exceeds 3 starting times orthis period exceeds 180 days, the system shall be deemed to have
failed the test.If the system fails the test, the Supplier shall make all needed hardware and
softwarecorrections, and the test shall be rerun and repeated until successful. The Supplier shall
bearall correction and test rerun costs.
On successful completion of the Final Acceptance Test, the Employer will take over the
systemand the warranty period shall begin. In addition, communication cost for
DC/DR/UCC/UVS, 2G/3G and DCU will be taken over to the Employer.
274
DOCUMENTATION
Documentation shall be provided for all equipment and functions provided by the Supplier as part of
this procurement.All documentation shall be in English and shall be subject to review and approval by
the Employer to guarantee an acceptable level of written English is delivered.
The documentation shall describe meters, communication and DC/DR/UCC/UVS, including all of its
hardware, software, and interfaces and shall cover functionality, testing, configuration, installation,
system start-up, operations, and maintenance, interface protocols and all other deliverables. All
equipment within the scope of supply shall include documentation.
All documentation shall have an electronic copy and shall be suitable for integration in a web portal.
All documentation shall be structured and have a common root with indexes per subject. This shall
include original equipment manufacturer (OEM) documents as well. System shall include
documentation control tools including search, version management and update control.The intent of the
documentation and the ensuing review and approval process is to ensure that it is of a standard and
coverage so that when coupled with the delivered Training will ensure that the Employer will be self-
sufficient in maintenance of the System. Where it is deemed by the Employer that the documentation
fails to fulfil this intent, the Supplier shall make good and shall deliver additional documentation as
directed by the Employer.
In addition, documentation as-built for DC/DR/UCC/UVS shall be submitted after implementation for
approval.

275
ANNEX A: GUARANTEED TECHNICAL SCHEDULE (GTS) for Lot-1

276
230 V 5(60) A Single Phase LT AMI SPM Meter
(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)
Full Technical
Sl. Specification
Name of Item Unit Required specifications
No. &Standard
(to be mentioned)
1 Reference Standard - IEC
2 Country of Origin - To be mentioned by Bidder
3 Manufacturer’s Name & address - To be mentioned by Bidder

4 Place of Manufacturer - To be mentioned by Bidder


5 Starting Year of Manufacture & Testing - To be mentioned by Bidder

6 Model of Meter - To be mentioned by Bidder


7 Type - To be mentioned by Bidder
8 Installation - Outdoor installation under Shelter
9 Connection - 1- phase, 2-wire (unidirectional)
10 Rated voltage V 230
11 Variation of voltage % -30% - + 30%
12 Basic Current A <= 5
13 Maximum Current A >= 60
14 Frequency Hz 50 (± 4%)
15 Number of Terminal No. 4
16 Diameter of Terminal; Bore mm 6 mm to accommodate 10 mm2 cable

17 No. of Element (minimum) No. 2


(One in Phase & other in Neutral)
18 Voltage circuit loss at rated VA / W <= 5 VA / 2W
voltage
19 Current circuit loss at rated VA <= 2.5
current
20 Variation of Power factor 0.5 lag to 0.8 lead
21 Performance Curve To be submitted
22 Impulse withstand voltage kV 6
23 Starting current (minimum) mA 0.4% of basic current
24 IP degree IP54 or higher
25 Display LCD
26 Meter constant Impulse/ To be mentioned
kWh, kVarh

27 Accuracy class Class 1 (active), 2(reactive)


28 Built in clock & accuracy Real Time Clock (RTC) as per IEC 62054-
21
Accuracy: +/- 5 sec/day

29 Type of Battery Lithium Battery


30 Battery Reserve & Life year 10
31 No. of Digits 6+2
32 Token transfer System CTS (Credit)
In addition, TID rollover shall be
supported.
33 Keypad Yes/No Yes
34 Tariff Structure Utility’s tariff structure

277
35 Front Page Indications - Credit Status
- Accept/Reject
- Low credit warning
- Consumption Rate
- Tamper Indication

36 Disconnection Facility - On credit expiry


- Exceeded Power threshold
- When tampered

37 Provision for emergency To be mentioned by Bidder


Friendly Credit
38 Configuration of friendly hours support Yes/No Yes
To be mentioned by Bidder
39 Time interval of recalibration yr >= 10
40 Service life yr >= 10
41 Support of load limit Yes/No Yes
To be mentioned by Bidder
42 Meter body sealing Ultrasonic Welded to prevent unauthorized
condition opening of meter cover.

43 Latching relay As per specification


44 Communication protocol DLMS/COSEM
45 Communication compartment For RF & 2G/3G
46 No. of channel for load profile No. At least 2
47 No. of load profiles days At least 60 days for hourly LP for 2
channel

48 Support of maximum demand Yes/No Yes


49 No. of monthly billing data No. 12
50 Weight Kg To be mentioned by Bidder

51 Overall dimensions (height, width, depth) mm To be mentioned by Bidder

52 Warranty yr 3

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

278
1. 400 V 10(100) A Three Phase LT AMI SPM Meter
(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)
Full Technical
Specification
Sl.
Name of Item Unit Required specifications &Standard
No.
(to be
mentioned)
1 Reference Standard - IEC
2 Country of Origin - To be mentioned by Bidder
3 Manufacturer’s Name & address - To be mentioned by Bidder
4 Place of Manufacturer - To be mentioned by Bidder
5 Starting Year of Manufacture & Testing - To be mentioned by Bidder

6 Model of Meter - To be mentioned by Bidder


7 Type - To be mentioned by Bidder
8 Installation - Outdoor installation under Shelter
9 Connection - 3- phase, 4-wire (unidirectional)
10 Rated voltage V 3 x 230
11 Variation of voltage % -30% - + 30%
12 Basic Current A <= 10
13 Maximum Current A >= 100
14 Frequency Hz 50 (± 4%)
15 Number of Terminal No. 8
16 Diameter of Terminal; Bore mm 8.5 mm to accommodate 25 mm2 cable

17 No. of Element (minimum) No. 3


18 Voltage circuit loss at rated VA / W <= 10 VA / 5W
voltage
19 Current circuit loss at rated VA <= 2.5
current
20 Variation of Power factor 0.5 lag to 0.8 lead
21 Performance Curve To be submitted
22 Impulse withstand voltage kV 6
23 Starting current (minimum) mA 0.4% of basic current
24 IP degree IP54 or higher
25 Display LCD
26 Meter constant Impulse/ To be mentioned
kWh, kVarh

27 Accuracy class Class 1 (active), 2(reactive)


28 Built in clock & accuracy Real Time Clock (RTC) as per IEC
62054-21
Accuracy: +/- 5 sec/day

29 Type of Battery Lithium Battery


30 Battery Reserve & Life year 10
31 No. of Digits 6+2
32 Token transfer System CTS (Credit)
In addition, TID rollover shall be
supported.
33 Keypad Yes/No Yes
34 Tariff Structure Utility’s tariff structure
35 Front Page Indications - Credit Status
- Accept/Reject
- Low credit warning
- Consumption Rate
- Tamper Indication

279
36 Disconnection Facility - On credit expiry
- Exceeded Power threshold
- When tampered
37 Provision for emergency To be mentioned by Bidder
Friendly Credit
38 Configuration of friendly hours support Yes/No Yes
To be mentioned by Bidder
39 Time interval of recalibration yr >= 10
40 Service life yr >= 10
41 Support of load limiting Yes/No Yes
To be mentioned by Bidder
42 Meter body sealing Ultrasonic Welded to prevent
condition unauthorized opening of meter cover.

43 Latching relay As per specification


44 Communication protocol DLMS/COSEM
45 Communication compartment For RF & 2G/3G
46 No. of channel for load profile No. At least 2
47 No. of load profiles days At least 60 days for hourly LP for 2 ch

48 Support of maximum demand Yes/No Yes


49 No. of monthly billing data No. 12
50 Weight Kg To be mentioned by Bidder

51 Overall dimensions (height, width, depth) mm To be mentioned by Bidder

52 Warranty yr 3

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

280
2. RF Mesh Communication Module for LT AMI SPM Meters
(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)
Full Technical
Sl. Specification
Name of Item Required specifications
No. &Standard
(to be mentioned)
1 Country of Origin USA/UK/EU/Switzerland/Australia/Japan
2 Manufacturer’s Name & address To be mentioned by Bidder
3 Place of Manufacturer To be mentioned by Bidder
4 Starting Year of Manufacture & To be mentioned by Bidder
Testing
5 Model & Version To be mentioned by Bidder
6 Operating power Shall be supplied by meter
7 Operating temp. -25 °C to +65 °C
8 Frequency range (in MHz) 922 - 925 MHz
9 Max output power (EIRP) 500 – 1000 mW
10 Data rage >= 100 kbps
11 Certification Wi-SUN FAN
12 Communication with application HES via DCU / Gateway / Access Point
13 Replacement Field replaceable
14 Operation Plug-and-play
15 Registration Auto registration
16 Routing Auto routing
17 IP support IPv6
18 Communication Two-way communication
19 Firmware upgrade Over the Air
20 Time sync With HES or Access Point (AP) / Gateway
21 DTLS support Yes
22 CoAP support Yes
23 Topology information Yes
24 Communication with meter DLMS/COSEM
25 Unicast/Multicast support Yes
26 Security SHA-256, RSA-1024 or ECC-256
27 Encryption AES-128 or AES-256
28 Antenna Built-in
29 Last gasp support Yes
30 Warranty 3 years

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

281
3. 2G Communication Module for LT AMI SPM Meters
(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)
Full Technical
Sl. Specification
Name of Item Required specifications
No. &Standard
(to be mentioned)
1 Country of Origin To be mentioned by Bidder
2 Manufacturer’s Name & address To be mentioned by Bidder
3 Place of Manufacturer To be mentioned by Bidder
4 Starting Year of Manufacture & To be mentioned by Bidder
Testing
5 Model & Version To be mentioned by Bidder
6 Operating power Shall be supplied by meter
7 Operating temp. -25 °C to +65 °C
8 Frequency range (in MHz) Quad band: 850/900/1800/1900 MHz
9 Output power (EIRP) 2 W for EGSM850/EGSM900
1 W for GSM1800/GSM1900
10 GPRS Class 10
11 Communication with application Directly with HES
12 Replacement Field replaceable
13 Operation Plug-and-play
14 Communication Two-way communication
15 Firmware upgrade Over the Air
16 Time sync With HES
17 Communication with meter DLMS/COSEM
18 Antenna Built-in
19 Last gasp support Yes
20 Warranty 3 years

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

282
5. DCU/Access Point/Gateway for RF Mesh LT AMI SPM Meters

(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)
Sl. Full Technical Specification &Standard
Name of Item Required specifications
No. (to be mentioned)
1 Country of Origin USA/UK/EU/Switzerland/Austr
alia/Japan

2 Manufacturer’s Name & address To be mentioned by Bidder

3 Place of Manufacturer To be mentioned by Bidder

4 Starting Year of Manufacture & To be mentioned by Bidder


Testing

5 Model & Version To be mentioned by Bidder

6 Operating power 230V AC (+/-30%)

7 Operating frequency 50 Hz (+/-4%)


8 Operating temp. -25 °C to +70 °C

9 Protection degree IP65

RF

10 Frequency range (in MHz) 922 - 925 MHz

11 Max output power (EIRP) 500 – 1000 mW

12 Data rage >= 100 kbps

13 Certification Wi-SUN FAN

2G/3G/4G

14 To be mentioned by Bidder
Frequency (in MHz)
- LTE: 2100(B1), 1800(B3),
2600(B7), 900(B8), 800(B20)
MHz
- WCDMA: 2100(B1), 1900(B2),
850(B5), 900(B8) MHz
- GSM/GPRS/EDGE: Quad-band
– 850/900/1800/1900 MHz

14 Operation Plug-and-play

283
15 Registration Auto registration

16 Meter discovery Auto discovery

17 No. of meters supported At least 500

18 Routing Auto routing

19 IP support IPv6
20 Communication Two-way communication
21 Firmware upgrade Over the Air,
DCU/repeater/comm. module/
meter
22 Time sync With HES

23 Topology information Yes

24 SNMP v2 support Yes

25 Web browser support Yes

26 IPsec VPN support Yes

27 Security SHA-256, RSA-1024 or ECC-


256

28 Encryption AES-128 or AES-256

29 Antenna External

30 Last gasp support Yes

31 Backup battery operation At least 8 hours

32 Required accessories for installation All accessories should be


and operation supplied together.
To be mentioned by the Bidder

33 Warranty 3 years

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

284
6. Repeater/Relay for RF Mesh LT AMI SPM Meters

(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)
Full Technical
Sl. Specification
Name of Item Required specifications
No. &Standard
(to be mentioned)
1 Country of Origin USA/UK/EU/Switzerland/Australia/Japan
2 Manufacturer’s Name & address To be mentioned by Bidder
3 Place of Manufacturer To be mentioned by Bidder
4 Starting Year of Manufacture & To be mentioned by Bidder
Testing
5 Model & Version To be mentioned by Bidder
6 Operating power 230V AC (+/-30%)
7 Operating frequency 50 Hz (+/-4%)
8 Operating temp. -25 °C to +70 °C
9 Protection degree IP65
10 Frequency range (in MHz) 922 - 925 MHz
11 Max output power (EIRP) 500 – 1000 mW
12 Data rage >= 100 kbps
13 Certification Wi-SUN FAN
14 Operation Plug-and-play
15 Registration Auto registration
16 Routing Auto routing
17 IP support IPv6
18 Communication Two-way communication
19 Firmware upgrade Over the Air
20 Time sync With HES or Access Point (AP) / Gateway
21 Topology information Yes
22 Security SHA-256, RSA-1024 or ECC-256
23 Encryption AES-128 or AES-256
24 Antenna External
25 Last gasp support Yes
26 Backup battery operation At least 4 hours
27 Required accessories for installation All accessories should be supplied together.
and operation To be mentioned by the Bidder
28 Warranty 3 years

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

285
7. Head End System Software

(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)
Sl. Full Technical Specification
No Name of Item Required specifications &Standard
. (to be mentioned)
1 Country of Origin USA/UK/EU/Switzerland/Australia/Japan

2 Manufacturer’s Name & To be mentioned by Bidder


address
3 Place of Manufacturer To be mentioned by Bidder
4 Model & Version To be mentioned by Bidder
5 Frequency of meter data HES should be designed in that way that all meter data
collection could be acquired once a day:
Billing, load profile and maximum demand values for 0.5
million metering points.
6 Scalability The database and the application of the HES must be
scalable, so that future extension of system functionality,
higher acquisition frequency and higher number of
metering data can be handled within the performance
requirements.
7 Authentication Password for all level of meter devices and concentrators
must be stored in encrypted format in the system
8 Confidentially The communication from the HES to the meters and to the
data concentrators should be encrypted by Advanced
Encryption Standard; minimum AES128
9 Integrity The meter data should not change between HES and meter
or data concentrator.
10 Access to the system The HES should be accessed by using username and
password, only. The system administrator can enforce to
use passwords with small and capital letters, number and
special signs. The system administrator also can enforce
the user to chance its password on regular base.
11 User Roles The HES should be able to give user rights to users
directly or to assign user roles to a user. The user rights
shall allow the usage of a certain functionality for the user;
example the user role “Visitor” shall allowed to read meter
data only.
12 Data Segmentation The HES should be segmented in that way that users can
see a certain amount of meter data which belongs to the
user’s jurisdiction only. The access to the data segment
should be controlled by the user rights.
13 User friendly The Graphical User Interface (GUI) must be modern and
user friendly.

14 Online Help Online help should be context sensitive to the cursor or to


the screen from where the online help is invoked.
14 Meter protocol HES should support many meter protocols, but as a
minimum: DLMS/COSEM.
15 Communication methods HES should support of 2G/3G/4G, Wi-SUN and TCP/IP
between HES and DCU and meters.
16 Meter Data HES should collect from the meters:
Billing values
Value from actual register for all tariffs
“Frozen” value end of the month for all tariffs
Maximum demand for all tariffs

286
Load profile values
Daily/ hourly/ 30 min value for all registers
Possibility to change the integration period
Alarms and events especially fraud detection, power off
and on (number and duration of blackouts)
17 Raw data saving HES should save raw data and it should be possible to
analysis the data using the tool provided by HES.
18 Logical Names HES should support OBIS reference numbers for the meter
registers and metering point
19 Time synchronization HES should be able to synchronize all meters and DCU
via a centralized clock
20 Disconnection/ HES should be able to send disconnection and
Reconnection reconnection commands and receive messages from the
meter about successful or not successful execution of that
command.
21 Load Limitation HES should be able to configure the device in that way
that load limitation in the device is executed when load
exceeds a contracted load for a given time.
22 ToU download HES should support ToU download with valid from and
valid to date. Receive messages per meter if new ToU was
downloaded successfully. Change of ToU with valid from
date should be stored with the master data of the meter
devices.
23 Remote Parameterization All meters and data concentrators should be fully
configured remotely. HES should receive messages about
successful change of parameterization with the
configuration date and store the date in the master data for
meters and data concentrators.
24 Firmware update HES should support of download new firmware version
for meters and data concentrators. Receive messages if
new firmware was downloaded successfully. Change of
firmware with change date should be stored with the
master data of the meter devices.
25 Repeatability HES shall contain built-in mechanism to repeat the data
collection to/from meters in case of connection failure.
26 Topology Traceability HES shall track the meter communication path (and record
changes) and record the latest communication timestamp,
origin and status (success/failure) on a by-meter basis
27 Push or Pull Push and Pull modes for data acquisition should be
supported.
28 Token transfer HES must be able to receive STS token from Vending
System and to transfer to the corresponding meter, and
return the messages that comes from the meter to Vending
System.
29 CIM support HES must support Common Information Model (IEC
61968-9) to interface to the MDMS
30 HES database Data in HES database should be available for a period of 3
(previous) + 1 (current) months.
31 Meter reads Meter read access/query time from HES database must be
no more than 30 seconds for any data that resides in it for
one day.
32 Switch-over Switch-over from primary data center to disaster recovery
center through active-passive mode to allow for manual
failover in case of occurrence of disaster.
33 Raw values HES must store the raw values of the meter data and the
associated meter multipliers (if any). Raw values have to
be protected against changes.
34 Concurrent users HES must have the capability to support 160 concurrent
users at minimum.
35 SMS integration HES shall interface with SMS software to send short
message to end-customer.
36 API HES integration with DCU & 2G/3G modem/meter and

287
external systems through WEB API.
37 Warranty 3 years

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

288
8. Meter Data Management System Software
(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)
Full Technical
Sl. Specification
Name of Item Required specifications
No. &Standard
(to be mentioned)
1 Country of Origin USA/UK/EU/Switzerland/Australia/Japan

2 Manufacturer’s Name & To be mentioned by Bidder


address
3 Place of Manufacturer To be mentioned by Bidder
4 Model & Version To be mentioned by Bidder
5 Overall Performance MDMS must process all data within one day. New or
changed data must be (re-) calculated as soon as they
are inserted into the database of the MDMS
6 Scalability The database and the application of the MDMS must be
scalable, so that future extension of system
functionality and higher number of metering data can
be handled even if the number of customers are
increased to 20 million and the frequency of data
accusation is enhanced to number of times a day within
the performance requirements.
7 Access to the system MDMS should be accessed by using username and
password, only. The system administrator can enforce
to use passwords with small and capital letters, number
and special signs. The system administrator also can
enforce the user to chance its password on regular base.
MDMS User access should use Windows Active
Directory for authentication to reduce maintenance and
align usernames and passwords with corporate security
policy.
8 User Roles MDMS should be able to give user rights to users
directly or to assign user roles to a user. The user rights
shall allow the usage of a certain functionality for the
user; example the user role "Visitor" shall allowed to
read meter data only.
9 Data Segmentation MDMS should be segmented in that way that users can
see a certain amount of meter data which belongs to the
user’s jurisdiction only.
Ex.: Only meters in PBS "ABC".
10 User friendly GUI must be modern and user friendly:
- Easy to use forms for data requests of all, grouped or
specific meters (data request methods: on-demand,
schedule (cyclic), historical-stored data).
- Navigation option and Graphical data representations
of historical data (configurable).
11 Online Help Online help should be context sensitive to the cursor or
to the screen from where the online help is invoked.
12 VEE MDMS must validate the data. Non-validated date must
be substituted.
Validation Algorithm: Possibility to define validation
algorithm, but standard validation algorithms must be
implemented, also:
Zero Consumption, Negative Consumption, Gap
Detection for load profiles, Load Profile Comparison
with Billing Values, Main and Check Meter
Comparison, "broken or manipulated meter", lower and
upper limit

289
(for example: 15% deviation from previous period) .
Substitution: Possibility to define substitution rules, but
standard substitution must be implemented, also:
Substitution rules like "broken or manipulated meter"
where billing value shall be substituted by max
(average last year, same month of last week ), check
meter, value from defined calendar period,
interpolation for non-valid load profiles values, etc.
13 Balances Balance reports must be calculated based on different
balance methodologies.
14 Alarming Reports The alarming reports should show alarms as part of its
Validation process, and either puts an item in the queue
or auto sub-directory.
14 Reports Set of standard reports and user defined reports. PDF,
Word, EXCEL and HTML reports should be supported.
Custom CSV extracts shall be created and provided via
mail
15 Calculation Strong module for calculation should be support for:
Calculation of billing determents out of load profiles
and tariff agreement.
Cross sums calculation like sum per user group or
balances.
16 Load Limitation MDMS should be able to configure the device via HES
in that way that load limitation in the device is executed
when load exceeds a contracted load for a given time.
17 Tariff Agreements MDMS should have the functionality to store tariff
agreements. Tariff agreements should be created by
graphical user interface.
Tariff agreements must be downloaded via HES to the
meters.
18 Update of Meters in Reports Calculations and reports such as the balance report
should be updated with new meters automatically.
19 Meter change MDMS should store the meter values independent of
metering point, independent of the physical meter.
20 Snapshots MDMS must present the data how the data was stored
on a certain time (data versioning).
21 Repeatability Calculation of the data should bring the same results for
the same period. For instance: Balance of feeder in a
substation should have the same result for a certain
period, even if the number of consuming devices has
changed after that period.
22 Traceability All changes of meters’ data in the system must be
recorded: old value, new value, reason for change,
username or process name that changed the value and
timestamp when the value was changed.
23 Automatic update of Changed values in the meter data (due to substitution
Calculations for instance) must result in changed values of the
calculations automatically.
24 CIM Support MDMS must have CIM interface to integrate HES.
MDMS to HES integration shall support a two-way
integration flow to provide an end-to-end seamless
integration. MDMS and HES must share a data transfer
format enabling read data to be shipped in native
format and Meters in MDMS must be linked to HES to
allow MDMS to be issued from the MDMS GUI by
users. Utility systems such as OMS, Billing and ADMS
must be able to request MDMS via a published Web
API.

25 Vending System interface MDMS must be master metering point information and
exchange the information with Vending System.
26 GIS interface MDMS should be able to interface with GIS system

290
(Arc GIS) to present device information such as device
name, type, current state, location and so on.
27 Data collection MDMS must have the capability to access the collected
data, in the meter, HES, database as well as manual
meter readings via HES.
28 Interval data MDMS should support processing of interval data in
high volumes
- Manage and store interval data for 3 years online and
archive for 5 years
- Manage and store interval data for 20 million meters
- Ability to re-import archived data via UI.
29 Editing It should be possible to edit meter data manually and
automatically:
- Replace or change intervals
- Copy and replace intervals
- Add or delete intervals
- Factor intervals
30 Billing determinants MDMS should summarize interval data into billing
determinants.
31 Limit load MDMS should be able to limit load of meter(s) via
HES.
32 Disconnection/ Reconnection MDMS should be able to send via HES disconnection
and reconnection commands and receive messages
from the meter about successful or not successful
execution of that command.
33 Concurrent users MDMS must have the capability to support 160
concurrent users at minimum.
34 API API for external systems shall be provided.
35 Warranty 3 years

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

291
9. Hand Held Unit

(To be filled up and signed by the Bidder& manufacturer, otherwise the offer will not be acceptable)

Full Technical
Sl Specification
Name of Item BREB requirement &Standard
No
(to be mentioned)
01 Manufacturer Name To be mentioned by the bidder
02 Manufacturer Address To be mentioned by the bidder
03 Model no. To be mentioned by the bidder
04 Country of Origin To be mentioned by the bidder
05 Type To be mentioned by the bidder
06 Memory The hardware shall have sufficient
memory for loading the Operating
System/ Application software’s/
And for downloading and storing of
at least 1000 meters of data at any
time and for programming
07 Rechargeable Battery 8 hours
08 Communications Interface USB or RS232 to interface with
meter and upload read data
09 Meter software CD including To read and download meter data,
manual, device driver configure meter, upload firmware to
meter, and save configuration file.
To interface with UCC computer
10 Optical probe To interface with meter
USB or RS232 interface
IEC 62056-21 compliant
11 Warranty 3 (three) years

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

292
10. Database Server

(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

Full Technical Specification


Required Technical Specification and &Standard
Name of Item
Standards (to be mentioned)
Brand Mentioned by bidder
Model Mentioned by bidder
Country of
Mentioned by bidder
Origin
Bidder can propose converged/ hyper
Hardware Type converged/ Fully Engineered Infrastructure as
per solution requirement.
2 x Database Nodes/Servers each with
Processor Type Intel Xeon x86
Processor
64-bit
Architecture
Processor
2.40 GHz or Above
Frequency
Processor
24 cores or above per processor
Cores
No. of
2 (Two) or Above per server
Processors

Minimum 768 GB DDR4 and must be scalable


Memory
upto 2 TB

Host Channel
2x 16G/32G/40G/100G QSFP28 ports
Adapter (HCA)
Client
2 x Dual port 10/25 G Optical Ethernet
Connectivity
Management 1 GbE Management ports
Database Storage
Min 3 (Three) independent storage Servers with
minimum total 96 core cpu and usable storage
Storage
capacity 500TB or an equivalent SAN storage
with SAN architecture.
Warranty 3 (Three) Years

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

293
11. DMZ Server (Web Applications)

(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

Full Technical
Specification
Name of Item Required Technical Specification and Standards &Standard
(to be mentioned)
Brand Reputed International Brand
Model Bidder should mention
Country of Origin Bidder should mention

Intel(R) Xeon(R) Processor 8286 (24 core) or higher in


Processor
terms of Core

Chipset Intel chipset compatible with the offered processors.


No of Processor Min. 02 (Two)
Clock speed Min. 2.9 GHz
Cache Memory Minimum 35 M Cache
Installed Min. 1 TB (16x 64GB) Memory DDR4
RAM
The system should support maximum 3TB memory (24
DIMM Slots)

Min.6x960 GB 12K SAS SSD


HDD
12Gbps Hot-plug Hard Drive

Hardware RAID Controller, 2GB or similar Cache


RAID Controller
supporting or similar RAID Level 0,1,5, 6, 10, 50, 60

Optical drive DVD+/-RW, SATA, Internal


Graphics Bidder should mention
I/O slots Minimum 6 PCIe slots
Bays Minimum Eight (08) SAS Hot Plug drive bays
2 x dual port 10GbE SFP+ adapter
NIC and 2 x dual port 10GbE Base T adapter
with Transceiver or similar

HBA 2x 16 Gb Fiber channel HBA port with OEM modules

Hot-plug, Server compatible with Redundant Power


Power supply
Supply
Rack mountable with Rail Kit and cable management
Rack support
arm

Should support out of band upgrades, Agentless out-of-


Server
band management, integrated diagnostics and Power
management
monitoring and reporting.

294
Full Technical
Specification
Name of Item Required Technical Specification and Standards &Standard
(to be mentioned)
Should support industry standard management
protocols like IPMI v2 and SNMPv3

Should have One 1-Gbps RJ-45 management port


Should support multiple management interfaces
including web user interface and command line
interface.
The rack server management should provide policy
template for deployment of single policy to multiple
servers simultaneously
Form Factor Min. 2U

Microsoft Windows server 2012/2012 R2/2016/2019,


Operating systems
SuSe Linux, Enterprise Server (Latest), Red Hat
Support
Enterprise Linux (Latest) Supported.

Certification ISO, FCC Class A/B certification


Warranty 3 (Three) years

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

295
12. Private Zone Application Server (Server for HES, MDM and related software /application
etc.)
(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

Full Technical Specification


Required Technical Specification and &Standard
Name of Item
Standards (to be mentioned)
Brand Mentioned by bidder
Model Mentioned by bidder
Country of Origin Mentioned by bidder
Form Factor/Node Type Rack mountable chassis
The solution must provide hyper converged
software that allows delivery of enterprise-
class storage services using latest x86
Hardware Type server infrastructures. Or equivalent
software defined storage appliance which
includes computes, memory, network and
storage.
Compute Nodes: Quantity 6 (scalable minimum 22 Nodes)
Processor Type Intel Xeon
Processor Frequency 2.3 GHz or Above
Processor Cores 24 cores or above per processor
No. of Processors 2 (Two) or Above
Total Memory Minimum 1 TB RAM or Above
Hard Disk Drive 2 x 400 GB HDD or above
Host Channel Adapter 1 (One) Dual-port 32G/ 100G HCA or CNA
(HCA) card.
Management 1 GbE Base-T Management port
Networking Switch: Quantity 2
Form factor Mention by bidder
Should have minimum 16 x 10/25/40/100
Port Gbps flexible speed switches using QSFP28
ports
Must have centralized management
Management Interface
environment GUI as well as CLI
General Requirement
Total CUP Minimum 288 physical core
Total Memory 6 TB
Minimum total 400TB (minimum 150TB
Total Storage
SSD & 250 TB SAS)
Bidder must provide required Hypervisor
Hypervisor License
License for this solution
Warranty 3 (Three) years

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date
296
13. Development, Test, SIT, UAT Servers

(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

Full Technical Specification


Name of Item Required Technical Specification and Standards &Standard
(to be mentioned)
Brand Reputed International Brand
Model Bidder should mention
Country of Origin USA/UK/EU/JAPAN
Assembled Bidder should mention
Intel(R) Xeon(R) Processor 8260 (24 core) or higher
Processor in terms of
Core

Chipset Intel chipset compatible with the offered processors.


No of Processor Min. 02 (Two)
Clock speed Min. 2.4 GHz
Cache Memory Minimum 35M Cache
Installed Min. 1 TB (16x64GB) Memory DDR4
RAM
The system should support maximum 3TB
memory(24 DIMM Slots)

Min.6x1.2 TB 10K RPM SAS


HDD
12Gbps Hot-plug Hard Drive

Hardware RAID Controller, 2GB or similar Cache


RAID Controller
supporting or similar RAID Level 0,1,5, 6, 10, 50, 60

Optical drive DVD+/-RW, SATA, Internal


Graphics Bidder should mention
I/O slots Minimum 6 PCIe slots
Bays Minimum Eight (08) SAS Hot Plug drive bays

2 x dual port 10GbE SFP+ adapter


NIC and 2 x dual port 10GbE Base T adapter
with Transceiver or similar

HBA 2x 16 Gb Fiber channel HBA port with OEM modules

Hot-plug, Server compatible with Redundant Power


Power supply
Supply
Rack mountable with Rail Kit and cable management
Rack support
arm

297
Full Technical Specification
Name of Item Required Technical Specification and Standards &Standard
(to be mentioned)

Should support out of band upgrades, Agentless out-


of-band management, integrated diagnostics and
Power monitoring and reporting.

Should support industry standard management


protocols like IPMI v2 and SNMPv3

Server
Should have One 1-Gbps RJ-45 management port
management

Should support multiple management interfaces


including web user interface and command line
interface.

The rack server management should provide policy


template for deployment of single policy to multiple
servers simultaneously

Form Factor Min. 2U

DCrosoft Windows server 2012/2012 R2/2016/2019,


Operating systems
SuSe Linux, Enterprise Server (Latest), Red Hat
Support
Enterprise Linux (Latest) Supported.

Certification ISO, FCC Class A/B certification


Warranty 3 (Three) years

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

298
14. SAN Switch

(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

Full Technical
Required Technical Specification and Specification &Standard
Descriptions
Standards (to be mentioned)

Brand International reputed brand SAN Switch

Model Should be mentioned by the bidder


Country of Origin USA/UK/EU/JAPAN

Min. 32 X 16 Gbps Short Wave


Ports SFP transceiver with activated port
license or equivalent.

Performance Auto-sensing of 4, 8,16 Gbps port speeds,

Minimum 380 Gbps with up to 24 ports x


Aggregate Bandwidth
minimum 16 Gbps (Data rate)

Class 2, Class 3, Class F (inter-switch


Classes of service
frames)

FL Port, F Port, and E Port; self-discovery


Port types
based on switch type (U Port) or equivalent.

Minimum 24 Pcs Fiber Cable


FC Cable
LC/LC 3M multimode

Management access 10/100 Ethernet (RJ-45), serial port

POST and embedded online/offline


Diagnostics
diagnostics

All required peripherals and accessories


Peripherals and Accessories
should be supplied with the products

Chassis Min. 1U Rack Mountable


Warranty & Support 3 (Three) years

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

299
15. Storage
(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

Full Technical
Descriptions Required Technical Specification and Standards Specification &Standard
(to be mentioned)
Brand To be mentioned by the bidder
Model To be mentioned by the bidder
Country of Origin To be mentioned by the bidder
Storage Quality The Storage OEM should be established in the
Certification Gartner Leader Quadrant for last 5 years
The storage system should have minimum 2
controllers in redundant controller configuration
running in active-active mode/automatic failover
Storage capabilities. The Storage system should be a
Controller unified system supporting all Block and File
protocols scaling to at least 12 controllers (6 HA
Pairs) in the same cluster in active-active
configuration.
The unified system should have minimum 512 GB
data cache post protection overheads across
supplied controllers with an ability to protect data
on cache if there is a controller failure or power
outage. Cache should be protected for Writes
Cache required
either through a battery backup or by de-staging
to flash/disk. The system should also have
minimum 2 TB Onboard Flash Cache (latest gen
like based on NVMe technology) and can scalable
up to 16TB per HA pair.
The unified system must support intermixing of
SSD, SAS and SATA drives to meet the capacity
Drive Support and performance requirements of the applications.
The system must support a minimum of 1440
disks in a dual controller architecture.
The storage should a true unified storage
configured with FC, iSCSI, NFS (NFSv3, NFSv4,
NFSv4.1) SMB (SMB2 & SMB3) and
pNFS protocols for use with different applications
Protocols
and should support the maximum capacity offered
by the storage system. Any hardware/software
required for this functionality shall be supplied
along with it in No Single Point Of Failure mode.
RAID Should support various RAID levels (1,5,6) or
configuration equivalent double/triple disk protection RAID.
The unified storage system must be configured to
continuously serve data in event of any controller
failure. In addition to this, it must also be possible
High Availability to withstand failure of any 2 disks or 3 disks per
RAID-Group of size not more than 20
disks. System should offer capability for 2 disks
and 3 disks data parity protection.
The Storage Array shall be offered with minimum
Storage
200 TB Usable SSD, 200 TB SAS disk and 350
Capacity
TB NLSAS disk.The usable capacity should be

300
provided on RAID 6 or Equivalent double disk
parity RAID. The storage Scalable to 15 PB Raw
or above under the same pair of controllers by
only adding hard disks + disk enclosures.
The proposed unified storage system should have
Front-End and minimum 8 x 16Gb FC and 8 X 10G Ethernets
Backend Ports, for host connectivity per controller/node and
connectivity 4 X 12 Gbps Backend ports (Not lanes) per
controller for Disk drive connectivity
The unified storage should be supplied with rack
mount kit. All the necessary patch cords (Ethernet
Rack Mountable
and Fiber) shall be provided and installed by the
vendor.
1. The unified proposed system should be field
upgradeable to a higher model through data-in-
place upgrades.
2. The unified Storage should be a true scale-out
Storage
architecture allowing mixing of Controller/Nodes
Scalability and
within same product line with higher
Upgradability
configurations.
3. Unified Storage system should allow re-usage
of Disk Shelves with higher models of the same
product line.
The unified storage shall have the ability to
expand LUNS/Volumes on the storage online and
instantly.
The unified storage shall have the ability to create
logical volumes without physical capacity being
available or in other words system should allow
over-provisioning of the capacity. The license
required for the same shall be supplied for the
maximum supported capacity of the offered
storage model.
The unified storage should be configured with
Quality of Service feature for IOPs/Throughput for
both Block and File. Should supports QoS across
multiprotocol environment. The proposed Storage
array should support Large-scale single
Storage
namespace (at least 20 PB) management with
functionality
local and remote caching
The unified storage shall support logical
partitioning of controllers in future such that each
partition appears as a separate Virtual storage in
itself for both block and file.
The storage should be configured with data tiering
with real-time movement of hot data to high
performing drives. It should offer the capability to
move data between one tier of drives to another
tier of drives.
The proposed unified storage system should be
configured to provide data protection against two
and three simultaneous drive failures.
The required number hard disks for parity &
spares, should be provided exclusively of the

301
usable capacity mentioned. At least 2% of the
usable capacity requested on each tier should be
configured as spare drives with the subsequent
disk types
Unified Storage system should support remote
replication for both file and block. For optimal
usage of bandwidth and to reduce operating
expenses remote replication should provide
compression any additional hardware or software
required to achieve the same should be provided
along with replication solution. Replication solution
should also offer storage base lining for initial
replication.
Unified System should provide Data - at - Rest
encryption with no extra cost.
Unified System should have redundant hot
swappable components like controllers, disks,
power supplies, fans etc.
The proposed storage solution must have
protection mechanism from ransomware for file
data. The proposed solution must provide a file
blocking mechanism to filter or block traffic based
on file extensions and file metadata. The solution
must have capability of ransomware remediation
by restoring from images that are known to be
uninfected.
The proposed solution should have the capability
to block and filter following infamous ransom ware
extensions; .DCro .encrypted .locked .crypto .cryp
t .crinf.r5a .XRNT .XTBL .R16M01D05 .pzdc .goo
d .LOL! .OMG! .RDM .RRK. encrypted RSA.
crjoker. EnCiPhErEd. LeChiffre._crypt.locky.
SUPERCRYPT. CTBL. CTB2 etc.
The unified storage should have the requisite
licenses to create point-in-time snapshots. The
storage should support minimum 250 snapshots
per volume/LUN. The license proposed should be
Point-in-times
for the complete supported capacity of the unified
images
system for both block and file.
The unified system should support instant creation
of clones of active data, with near zero
performance impact for both block and file.
Single management, easy to use GUI based and
web enabled administration interface for
configuration, storage management and
Management performance analysis tools for both block and
file.The proposed management software should
also include AI-informed predictive analytics with
proactive support and corrective action
Storage management should support "Call home"
facility with web-based self-service portal
Remote Support
providing an integrated, efficient monitoring and
& Diagnostics
reporting capability and supporting data collection.
Management software should provide features

302
like:
1. Automated call home feature
2. Nonintrusive alerting
3. Performance and Capacity reports
4. Ongoing health check analysis
1. The proposed Storage array should support
Multifactor Authentication, role based Access
control, secure multitenancy, and storage level file
security
2. The proposed storage array should support
Security
SED and achieve FIPS 140-2 compliance (Level 1
and Level 2) with both software level encryption
and SEDs
3. License or hardware if required to enable
volume encryption shall be supplied.
Support for industry-leading Operating System
platforms including: LINUX, Microsoft Windows,
HP-UX, SUN Solaris, IBM-AIX, etc.
OS support
Any Multi-pathing software required for the
solution must be supplied for unlimited host
connectivity
Proposed unified storage should
De-Duplication
support both inline and post process data de-
and
duplication and compression for all kinds of data
Compression
(structured & unstructured) on both block and file.
1. The proposed Storage array should support
tiering to the external object based
Cloud storage/AWS/Azure
Connectivity 2. The Proposed solution should support 3 way
DR and D2D backup to cloud natively.
Move data between major public cloud services
Unified storage system should support integrated
D2D backup solution with capabilities to de-
duplication and remote replication.
1. The backup solution should offer management
software to manage backup or should be able to
integrate with backup software like Commvault,
Backup Solution
Veeam & Others
and Support
2. Unified storage system should support
integration with application such as MS-
Exchange, SharePoint, SQL Server, Oracle, SAP
and Virtual Infrastructure for consistent backup.
3. Storage system should support LAN free
backup
Warranty 3 (Three) years
[The Bidder should complete all the columns as required]
Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

303
16. HSM

(To be filled up and signed by the Bidder, otherwise the offer will not be acceptable)

Full Technical
Specification
Descriptions Required Technical Specification and Standards &Standard
(to be mentioned)
Brand International reputed brand SAN Switch
Model Should be mentioned by the bidder
Country of Origin Should be mentioned by the bidder
Windows, Linux, Solaris, AIX
Supported operating
Virtual system Support
Systems
VMware, Hyper-V , Xen, KVM
TCP/IP Network based appliance – 4 Gigabit Ethernet ports
Host connectivity with Port Bonding and support for both Ipv4 and Ipv6.
Optional 10G fiber network connectivity with port bonding
Should comply to standards like FIPS 140-2 Level 3 (Multi-
Factor (PED)),
Safety, Security and UL, CSA, CE
Environmental FCC, CE, VCCI, C-TICK, KC Mark
RoHS2, WEEE
TAA
Should have exposed REST API’s for Management Functions
and Monitoring.
Full Suite B support
• Asymmetric: RSA, DSA, Diffie-Hellman, Elliptic Curve
Cryptography (ECDSA, ECDH, Ed25519, ECIES) with named,
user-defined and Brainpool curves, KCDSA, and more
• Symmetric: AES, AES-GCM, Triple DES, DES, ARIA, SEED,
RC2,
Cryptographic
RC4, RC5, CAST, and more
Standards
• Hash/Message Digest/HMAC: SHA-1, SHA-2, SM3, and
More
• Key Derivation: SP800-108 Counter Mode
• Key Wrapping: SP800-38F
• Random Number Generation: designed to comply with AIS
20/31 to DRG.4 using HW based true noise source alongside
NIST 800-90A compliant CTR-DRBG
• Digital Wallet Encryption: BIP32
Full Suite B Implementation with fully licensed Elliptic Curve
Cryptography ECC
Cryptography (ECC), ECDSA and ECDH
Cryptographic
Compliance to FIPS 140-2 Level 3
module Security
Application Compatibility: PKCS#11, DCrosoft CAPI and CNG, OpenSSL,
Interfaces (APIS) JCE/JCA
Ability to generate and Store RSA keys (2048 and 4096) on
board on demand.
Key Generation and All Keys must be stored and protected in its FIPS 140-2 level
Storage 3 certified cryptographic memory
Should support multiple hardware based partitions.
No additional licenses for algorithms
Speed Signing Speed: RSA 2048 bit – minimum 5000
304
Full Technical
Specification
Descriptions Required Technical Specification and Standards &Standard
(to be mentioned)
Signatures/Second
Load Balancing Clustering, Load Balancing
Synchronization of keys between two HSMs on real time basis
Key Synchronization
(without backup device)
Contents can be securely stored on backup device to simplify
backup, cloning and disaster recovery.
Key Backup
Should have ability to do backup and restore on FIPS
compliance devices only
On board key generation, Digital Signing & Verification
Key Process process to be done inside the HSM only, for better
performance and security.
Multiple HSMs to be supportable for DR, Key backup, key
Support for Multiple update, and key processes, load balancing and failover.
HSMs No additional client based licenses for communication to
HSMs
Power Source Dual hot-swap power supplies, field serviceable
Storing of event based audit logs and standard mechanisms
Monitoring
for viewing logs
Reliability MTBF: Minimum 150000 hrs
Provide new version upgrades, updates, patches, etc for all
the components/ sub-components through the period of
Support
contract. 24/7 telephonic and email OEM support
infrastructure based out of India.

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

305
17. WAN Switch
(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

Full Technical
Item Description Technical Specification Specification &Standard
(to be mentioned)
Brand To be mentioned by the bidder
Model To be mentioned by the bidder
Country of Origin To be mentioned by bidder
Maintain International Quality Environmental Safety
Environmental
standard

Form Factor Rack Mountable with Rack Mounting Kit

Bidder should submit BOQ of proposed device


including the details part numbers. Bidder should
Part No
submit the required performance document for the
proposed device.

Should be highly performed fixed switch with wire rate


Layer 2 and Layer 3 throughput on all the ports on the
chassis.

Should have minimum of 24x 1/10G transceiver-


based ports from Day 1.

Each Switch should have 8x 1000BASE-LX/LH , 4 x


Architecture 1000BASE-SX & 4 x 10GBASE-SR Cables Installed
from day one. All the SFP should be OEM original
SFP Module.

Dual redundant platinum rate power supply and


redundant Fans from day 1.

Switch should have stacking / virtual stacking feature


from Day 1

Minimum Switching capacity 470 Gbps or more


Switching Performance
Minimum Forwarding Throughput 355 Mpps or more

Layer 2 switch ports and VLAN trunks


IEEE 802.1Q VLAN encapsulation
Switch Layer 2
Should Support up to 4000 VLANs & 4000 SVIs
Services
Minimum 60,000 MAC Address
Support minimum 9198 bytes Jumbo frame

306
Full Technical
Item Description Technical Specification Specification &Standard
(to be mentioned)
Switch should have minimum 16 GB DRAM & Flash

Switch support Ethernet standards like IEEE802.1p,


IEEE802.1Q, Flow control, Jumbo frame, 802.1D,
802.1w, 802.1s, Jumbo frames, 802.3ad, private vlan.

Switch support Layer 2, Routed Access (RIP, OSPF –


Up to 2000 routes), PBR, PIM Stub Multicast (upto
32000 routes)), PVLAN, VRRP, PBR, CDP, QoS,
FHS, 802.1x, Macsec-128 , CoPP, SXP, IP SLA
Responder, SSO

Must have 30 MB of shared buffer for traffic/packet


Queuing and processing

Switch should have routing protocols like BGPv4,


OSPF (v2, v3), ISISv4, RIP, Static, ECMP, LISP,
VXLAN, PIM, SSM, DVMRP, BFD, VRF aware BFD
only with software up-gradation.

Switch should support VRRP/HSRP only with


software up-gradation.

Minimum Up to 60,000 indirect IPv4 route and 30,000


IPv4 direct/host IPv4 route

Minimum Up to 30,000 indirect IPv6 route and 15,000


IPv6 direct/host IPv6 route
Switch Layer 3 Services
Support minimum 4000 L3 VLAN Interfaces or
Switched Virtual Interfaces

Minimum 510,000 flow entries for security and traffic


visibility.
Support Dual-stack for IPv4/IPv6 for IPv4-to-IPv6
migration.

Switch should support RFC 7252 (CoAP).

Switch should support VRF, MPLS, Policy based


routing

Switch should support 8 queues per port

307
Full Technical
Item Description Technical Specification Specification &Standard
(to be mentioned)
Switch should have support Policy-based Automation
& Assurance for Wired & Wireless with software
upgrade .

Switch should have network assurance & analytics


features like loss, jitter etc with software up-grade.

Switch should support IPv4 and IPv6 QoS


classification and policing

Switch should support priority queuing, DSCP, traffic


shaping, WRED

Switch should support 802.1x for user authentication


and authorization, DynaDC vlan assignment, Guest
VLAN assignment, MAC based authentication

Support Control Plane Policing to protect from DOS


attack.

Should have Support L2 IEEE 802.1AE -256-bit


security with software upgrade

Switch should support Encrypted Traffic Analytics


(ETA)* feature.
Security features
Switch should support Policy-based Automation &
Assurance for Wired & Wireless

Switch should have unique secure identity so that its


authenticity and origin can be confirmed with OEM.
Switch BIOS, software image should be
cryptographically signed to ensure integrity and
switch should not boot with modified software
regardless of user's privilege level.
Switch should able to integrate with netflow based
campus visibility and threat detection solution and
should able to support threat detection within
encrypted traffic
Support SNMP, syslog, NetFlow or SFlow, Data
telemetry collection and correlation for performance
monitoring.
Management features
Switch should support API Driven configuration and
support Netconf and Restconf using YANG data
model. It should support automation tool like python

308
Full Technical
Item Description Technical Specification Specification &Standard
(to be mentioned)
Switch should support port mirroring based on
Inbound & outbound, mirroring based on ports, vlans,
RSPAN, ERSPAN

Switch should support automatic patch management


features.

The switch must have at least 315,790 hours Mean


Time Between Failure (MTBF) for hardware reliability.

Switch should support AC and DC power supplies


Warranty 3 (Three) years

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

309
18. Core Router

(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

Full Technical
Specification
Item Description Technical Specification &Standard
(to be mentioned)
Brand Any International reputed Brand
Model To be mentioned by the bidder
Country of Origin To be mentioned by bidder
Enclosure Type Rack-mountable – modular Chassis
Maintain International Quality Environmental
Environmental
Safety standard

Part No Bidder should mention part numbers

The router should be modular in architecture with


Architecture
a services-based hardware architecture

Dedicated Route processor with multi Core (more


Router Processor
than 2 core) Processor
Service Processor Dedicated services processor module
Should have 16 GB DRAM & upgradable 32 GB &
Default Memory
1Gb integrated flash Token.
Should have support redundant power supply at
Power supply
Day 1.
The Router Should have 80 Gbps from day 1 and
Forwarding throughput
upgradable to min 100 Gbps
Should have at least 8 x 1 GE SFP ports & 8x10G
SFP+ port from day 1. Should have 4 x 10G
Short Range SFP module. Module should be
OEM original.
Interface
The router should support wide variety of
interfaces including STM-1, STM-4, SDH and
Channelized E1, Fast Ethernet and Gigabit
Ethernet, 10 Gigabit Ethernet WAN Interface

No of slots Minimum 3 module/shared port adapter slots

Should have Enterprise service feature license


Router features
from day 1
Router support hardware encryption capabilities
VPN Capabilities with 24 Gbps crypto IPSec/crypto throughput
from Day 1.

310
Full Technical
Specification
Item Description Technical Specification &Standard
(to be mentioned)
Must have site-to-site and remote access VPNs,
GRE VPN, DynaDC routing protocols: Open
Shortest Path First [OSPF], , Border Gateway
Protocol [BGP]) over VPN tunnels, IKEv2-based
dynaDC routing, Per tunnel QoS for each spoke at
the VPN hub router

VPN dynaDC policy, encryption network policy,


Virtual Route Forwarding (VRF) selection, VRF
ware VPN

Support minimum 7900 L3VPN VRF instances

The router should have unique Access Control


List (ACL) or unified access control feature for
security with at least 3900 capacity is preferable in
a single device or cluster architecture.

The router should have Access Control Entries


(ACE) feature for security with at least 44,000
capacity is preferable in a single device or cluster
architecture.

Support minimum 4000 tunnel as per RFC 1701


or equivalent standard protocol.

Must have minimum 2,500,000 Ipv4 and Ipv6


Performance routes from day 1 and scaled up higher than
3,000,000 Ipv4 and Ipv6 routes in future if
required
Support minimum 4000 tunnel interface as per
standard RFC-2661 or equivalent standard
protocol

Firewalling or NAT minimum 5,500,000 sessions

Carrier Grade NAT Minimum 8,800,000 sessions

Support Multicast routes: minimum 60,000 routes


and minimum 40000 Multicast groups

Support minimum 7500 IPSec Tunnel

Should have RIPv2, OSPF, IS-IS, EIGRP and


BGP4 routing protocols, with support for all the
Routing Protocol features like OSPF on demand etc & IP multicast
routing protocols: DVMRP, PIM Version 2 (Sparse
Mode & Dense Mode), IGMP v1,v2,v3

311
Full Technical
Specification
Item Description Technical Specification &Standard
(to be mentioned)

Support IPsec standards include Digital


Encryption Standard (DES), Triple DES (3DES),
and Advanced Encryption Standard (AES; 128,
192, and 256) for encryption; Rivest, Shamir,
Security Protocol Aldeman (RSA) algorithm signatures and Diffie
Hellman for authentication; and Secure Hash
Algorithm 1 (SHA-1) or Message Digest Algorithm
5(MD5) hashing algorithms for data integrity with
the cryptographic engine in the router.

Minimum 3 levels of hierarchy QoS and


application detection/visibility

Minimum 3 levels of hierarchy QoS Support

Minimum Two Low Latency Queuing queues per


policy with more than 999 policies

Router should support more than 15,000 queues


QoS features

Should support dedicated QoS hardware for traffic


shaping and policing functions for thousands of
VPN spokes, as well as Low Latency Queuing
(LLQ) before and after cryptography

Router should support less than 150ms latency for


high-priority applications

All modules & Power supplies should be hot


swappable without the need of powering down the
chassis during replacement.

Should support port aggregation for higher


bandwidth and redundancy

Should support Software Redundancy/Routing


Engine Redundancy in future if required
Router general features

The router should support multiple level of


privileges and authentication for user access,
along with SSH support for secured device access

The software should support Network Address


Translation (NAT) and Port Address Translation
(PAT) & carrier grade NAT

312
Full Technical
Specification
Item Description Technical Specification &Standard
(to be mentioned)
Support Detection of and response to distributed-
denial-of-service (DDoS) attacks

Should support IEEE 802.1AE standards based


Layer 2 hop-by-hop encryption

Warranty 3 (Three) years

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

313
19. Core Switch
(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

Full Technical
Specification
Item Description Technical Specification &Standard
(to be mentioned)
Brand To be mentioned by the bidder
Model To be mentioned by the bidder
Country of Origin To be mentioned by bidder
Form Factor 1 RU Rack-mountable Chassis

Switch must have at least 32x 40/ 100 GE


QSFP form-factor ports Bidder has to
provide OEM original 6x 40G QSFP BIDI
SFP modules from day 1.

The Spine switch must have minimum of


6.2 Tbps throughput or more.

All relevant software, licenses and


hardware for mentioned features should be
quoted along with switch from Day-1.

The proposed switches must be using the


latest chipsets developed by the respective
switch OEM.

Switch Architecture Switch should support port-side intake air-


flow exhaust

Switch should be provided with 19" Rack


mountable with necessary mounting kit

Switch should have N+1 redundant, hot-


swappable fan modules and power supplies
with power cords provided as per site
requirement

Switch should support both AC and DC


power supply options. Bidders must
propose with dual AC power supply.

Switch should have 1 Gigabit RJ45 & 1G


SFP Port for OOB Management in separate
VRF
Switch throughput must be minimum of 6.2
Scalability & Tbps or more
Performance
Requirement Switch should support packet throughput of
2.2 bpps or more

314
Full Technical
Specification
Item Description Technical Specification &Standard
(to be mentioned)
Switch should support 40MB buffer or more.

Switch hardware should be capable of


supporting:
1. 32K multicast routes
2. 260 K ipv4 route prefixes
3. 260 K host routes
4. 90K Overlay MAC addresses
5. 1000 VRF's

Switch should automate the provisioning


process of configuration of switches that are
being deployed in the network for Day 1
deployment.

Should support Standard & Extended ACLs


using L2, L3 and L4 fields

Switch should have configurable Unified


forwarding table.
should support Rapid-Per Vlan Spanning
Tree protocol, MST, Root Guard, and
Bridge Assurance
Should support Private VLAN or Equivalent
feature.

Features should support LACP: IEEE 802.3ad


Requirement

Should Support line rate ingress and egress


ACL filtering: Allow and deny, port filters,
VLAN filters, and routed filters, including
filters on management port

Should support VRRPv3

Should support DynaDC Arp Inspection,


DHCP Snooping, IP Source Guard, IPv6
Security features like RA Guard and
DHCPv6 Snooping

Switch should be able to provide security


from layer 2 broadcast, multicast and
unknown unicast by rate limiting such
traffic.

315
Full Technical
Specification
Item Description Technical Specification &Standard
(to be mentioned)

Should have support for QoS policies


including shaping, weighted random early
detection, and explicit congestion
notification features.

Should support Modular QoS CLI or


equivalent mechanism wherein traffic can
be segregated into categories and policies
created per category, which can be applied
to ingress/egress interfaces.

Should support both static and dynaDC


NAT

Should support at least 256 VxLAN tunnel


endpoint 's in the fabric.

Switch must support VxLAN


Switching/Bridging and VXLAN Routing
without any performance degradation

Should support VxLAN Routing from Day 1

Should support Standard & Ext+C49ended


ACLs using L2, L3 and L4 fields . Controller
should have capacity to connect min 1000
endpoints connect from day 1 .
The solution should enables extending the
policy domain end-to-end across fabrics like
DC & DR .MP-BGP EVPN is used as the
control plane between sites, with data-plane
VXLAN encapsulation across sites.

Should support VxLAN Network with MP-


BGP EVPN Control Plane from Day 1

Should support VPC/Multi-chassis LAG with


active-active forwarding with VxLAN for
scalability and better traffic handling in data
center.

316
Full Technical
Specification
Item Description Technical Specification &Standard
(to be mentioned)

Should support Standard & Extended ACLs


using L2, L3 and L4 fields . Controller
should have capacity to connect min 1000
endpoints connect from day 1 . The solution
should enables extending the policy domain
end-to-end across fabrics like DC & DR
from day 1 .MP-BGP EVPN is used as the
control plane between sites, with data-plane
VXLAN encapsulation across sites.

Should have Open APIs to manage the


switch through remote-procedure calls
(JavaScript Object Notation [JSON] or XML)
over HTTPS after secure authentication for
management and automation purpose.

Should support SNMP v2 and v3

Should have Control plane Packet Capture


functionality for troubleshooting purpose

Management Should support syslog


SSH v2 for CLI access with Secure
interface login and password

Should support configurable telemetry for


various device and protocol parameters.

Should support Net flow version 9 or sFlow


v5

Should support Encapsulated Remote


SPAN with selective traffic mirroring using
ACL or filters

Warranty 3 (Three) years

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

317
20. Core Firewall

(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

Full Technical
Specification
Item Description Technical Specification &Standard
(to be mentioned)
Brand To be mentioned by the bidder
Model To be mentioned by the bidder
Rack-mountable Chassis and should not consume more
Enclosure Type
than 1RU of rack space
Country of Origin To be mentioned by the bidder
Part No. To be mentioned by the bidder

The Next-Gen Firewall (NGFW) security platforms


having full-fledged functions like Stateful Inspection,
Next-Generation IPS (NG-IPS), Network Behavior
Analysis, Anti-APT, URL Filtering and Application
Visibility and control. Should have future integration
option with Anti-APT for Endpoint to provide protection
on and off the Network for Critical Endpoints.

The appliance should support at least 8 x 10G


Interfaces. Should support 2x1/10G/40G interface for
future scalability.
Hardware
Architecture
The appliance hardware should be a multicore CPU
architecture, 64 GB memory with a hardened 64-bit
operating system to support higher memory.

Proposed Firewall should not be proprietary ASIC based


in nature & should be open architecture based on multi-
core CPU’s to protect & scale against dynaDC latest
security threats.

Firewall should have integrated redundant hot-


swappable power supply and redundant hot-swappable
fan tray / modules

Safety Certifications Appliance should have required Safety-UL, CE,


and Evaluations FCC,EMC –Emission and Immunity compliance.

318
Full Technical
Specification
Item Description Technical Specification &Standard
(to be mentioned)

Must have at least 35 Gbps NGFW performance


throughput considering firewall, Application Visibility &
IPS feature enabled. The performance should be based
IMIX traffic or real-world traffic type 1.5KB packet size.
Vendor must confirm that NGFW throughput of the
proposed model should not degrade by more than 70%
when compared with Stateful Inspection Firewall
throughput. The performance report should be tested by
Performance & industry standard third-party organization/company.
Scalability Bidder should have to give NGIPS & Advance malware
protection license from day 1. Appliance should have
facility to integrate DDoS module in future without HW
change.

NG Firewall should support at least 24 million concurrent


sessions and 265 000 connections per second with
Application visibility from day one. And IP Sec VPN
throughput at least 13 Gbps from day 1.

Firewall should support manual NAT and Auto-NAT,


static NAT, dynaDC NAT, dynaDC pat

Firewall should support Nat66 (IPv6-to-IPv6), Nat 64


(IPv6-to-IPv4) & Nat46 (IPv4-to-IPv6) functionality

Firewall should support Static, RIP, OSPF, OSPFv3 and


BGP, BGPv6 and Multicast protocols like IGMP, PIM, etc

Firewall should support capability to integrate with other


security solutions to receive contextual information like
security group tags/names
NG Firewall and
NGIPS Features
The solution should passively gather information about
network hosts and their activities, such as operating
system, services, open ports, client applications, and
vulnerabilities, to assist with multiple activities, such as
intrusion event data correlation, elimination of false
positives, and policy compliance. This feature should be
available without requiring any end-point agent.

Firewall should be capable of dynaDCally tuning IDS/IPS


sensors (e.g., selecting rules, configuring policies,
updating policies, etc.) with minimal human intervention.

319
Full Technical
Specification
Item Description Technical Specification &Standard
(to be mentioned)
Should support more than 25,000 (excluding custom
signatures) IPS signatures or more

Full-featured Network Behavior Analysis capability to


detect threats emerging from inside the network.
Automatic security threat remediation feature without
any human interaction.

Solution shall have capability to analyze and block


TCP/UDP protocol to identify attacks and malware
communications. At minimum, the following protocols
are supported for real-time inspection, blocking and
control of download files: HTTP, SMTP, POP3, IMAP,
NetBIOS-SSN and FTP

This includes the ability to establish “normal” traffic


baselines through flow analysis techniques (e.g.,
NetFlow/Sflow) and the ability to detect deviations from
normal baselines.

Should support the capability of dynamically tuning IPS


sensors (e.g., selecting rules, configuring policies,
updating policies, etc.) with minimal human intervention.

Should support the capability to quarantine end point by


integrating with other security solution like Network
Admission Control
Should be able to link Active Directory and/or LDAP
usernames to IP addresses related to suspected security
events.
Should must support DNS threat intelligence feeds to
protect against threats

Solution should support full-featured NBA capability to


detect threats emerging from inside the network. This
includes the ability to establish “normal” traffic baselines
through flow analysis techniques and the ability to detect
deviations from normal baselines.

320
Full Technical
Specification
Item Description Technical Specification &Standard
(to be mentioned)
Should support the capability of providing network-based
detection of malware by checking the disposition of
unknown files using SHA-256 file-hash or signature
(update to be provided in 300 seconds) as they transit
the network and capability to do dynaDC analysis on-
premise on purpose built-appliance

Anti-APT / Malware Solution shall have capability to analyze and block


Features TCP/UDP protocol to identify attacks and malware
communications. At minimum, the following protocols
are supported for real-time inspection, blocking and
control of download files: HTTP, SMTP, POP3, IMAP,
NetBIOS-SSN and FTP

Proposed solution shall have required subscription like


Threat Intelligence for proper functioning

The management platform must be accessible via a


web-based interface and ideally with no need for
additional client software and should be web-based
agentless system where unlimited user can login with
different privileged.”

The management platform must be a dedicated OEM


appliance and VM running on server will not be accepted

Hardware based Central Management for security


policy, configuration, backup and alert monitoring. All the
security solution and devices will communicate and
integrate with each other for security breach/incident.

The management platform must provide a highly


customizable dashboard.
Management
The management platform must provide multiple report
output types or formats, such as PDF, HTML, and CSV.

The management platform must be able to manage 280


security devices and capable to store record of 50 million
IPS events or more.

The management platform must be capable of


integrating third party vulnerability information into threat
policy adjustment routines and automated tuning
workflows

The centralized management platform must not have


any limit in terms of handling logs per day

321
Full Technical
Specification
Item Description Technical Specification &Standard
(to be mentioned)
The management platform must be capable of role-
based administration, enabling different sets of views
and configuration capabilities for different administrators
subsequent to their authentication.

Bidder must integrate the Firewall and Management


system to RADIUS or TACACS System

The management platform must risk reports like


advanced malware, attacks and network

Warranty 3 (Three) Years

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

322
21. Internet Router

(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

Full Technical
Specification
Item Description Technical Specification &Standard
(to be mentioned)
Brand Any International reputed Brand
Model To be mentioned by the bidder
Country of Origin To be mentioned by bidder
Enclosure Type Rack-mountable – modular Chassis
Maintain International Quality Environmental Safety
Environmental
standard

Part No Bidder should mention part numbers

The router should be modular in architecture with a


Architecture
services-based hardware architecture

Dedicated Route processor with multi Core (more


Router Processor
than 2 core) Processor
Service Processor Dedicated services processor module
Should have 8-GB DRAM & upgradable 16GB.
Default Memory
And 1Gb integrated flash Token.
Should have support redundant power supply at
Power supply
Day 1.
The Router Should have 10 Gbps from day 1 and
Forwarding throughput
upgradable to min 35 Gbps

Should have at least 6 x 1 GE SFP ports with 2 x


1G Copper SFP module + 4 x 1G Short Range
SFP module. Module should be OEM original.

The router must have 10G backbone capacity and


quote 2 x10GE interface with 2 x 10G multimode
Interface SFP+ module from day 1

The router should support wide variety of interfaces


including STM-1, STM-4, SDH and Channelized
E1, Fast Ethernet and Gigabit Ethernet, 10 Gigabit
Ethernet WAN Interface

No of slots Minimum 3 module/shared port adapter slots

Should have Enterprise service feature license


Router features
from day 1

323
Full Technical
Specification
Item Description Technical Specification &Standard
(to be mentioned)
Router support hardware encryption capabilities
with minimum 5 Gbps crypto IPSec/crypto
throughput from Day 1.

Must have site-to-site and remote access VPNs,


GRE VPN, DynaDC routing protocols: Open
Shortest Path First [OSPF], , Border Gateway
VPN Capabilities Protocol [BGP]) over VPN tunnels, IKEv2-based
dynaDC routing, Per tunnel QoS for each spoke at
the VPN hub router
VPN dynaDC policy, encryption network policy,
Virtual Route Forwarding (VRF) selection, VRF
ware VPN
Support minimum 7900 L3VPN VRF instances

The router should have unique Access Control List


(ACL) or unified access control feature for security
with at least 3900 capacity is preferable in a single
device or cluster architecture.

The router should have Access Control Entries


(ACE) feature for security with at least 44,000
capacity is preferable in a single device or cluster
architecture.

Support minimum 3900 tunnel as per RFC 1701 or


equivalent standard protocol.

Must have minimum 950,000 Ipv4 and Ipv6 routes


Performance
from day 1 and scaled up higher than 2,900,000
Ipv4 and Ipv6 routes in future if required

Support minimum 3500 tunnel interface as per


standard RFC-2661 or equivalent standard
protocol

Firewalling or NAT minimum 1,950,000 sessions

Carrier Grade NAT Minimum 1,800,000 sessions

Support Multicast routes: minimum 95,000 routes


and minimum 3000 Multicast groups

Support minimum 3500 IPSec Tunnel

324
Full Technical
Specification
Item Description Technical Specification &Standard
(to be mentioned)

Should have RIPv2, OSPF, IS-IS, EIGRP and


BGP4 routing protocols, with support for all the
Routing Protocol features like OSPF on demand etc & IP multicast
routing protocols: DVMRP, PIM Version 2 (Sparse
Mode & Dense Mode), IGMP v1,v2,v3

Support IPsec standards include Digital Encryption


Standard (DES), Triple DES (3DES), and
Advanced Encryption Standard (AES; 128, 192,
and 256) for encryption; Rivest, Shamir, Aldeman
Security Protocol (RSA) algorithm signatures and Diffie Hellman for
authentication; and Secure Hash Algorithm 1
(SHA-1) or Message Digest Algorithm 5(MD5)
hashing algorithms for data integrity with the
cryptographic engine in the router.
Minimum 3 levels of hierarchy QoS and application
detection/visibility

Minimum 3 levels of hierarchy QoS Support

Minimum Two Low Latency Queuing queues per


policy with more than 999 policies

Router should support more than 15,000 queues


QoS features

Should support dedicated QoS hardware for traffic


shaping and policing functions for thousands of
VPN spokes, as well as Low Latency Queuing
(LLQ) before and after cryptography

Router should support less than 150ms latency for


high-priority applications

All modules & Power supplies should be hot


swappable without the need of powering down the
chassis during replacement.

Router general features Should support port aggregation for higher


bandwidth and redundancy

Should support Software Redundancy/Routing


Engine Redundancy in future if required

325
Full Technical
Specification
Item Description Technical Specification &Standard
(to be mentioned)
The router should support multiple level of
privileges and authentication for user access, along
with SSH support for secured device access

The software should support Network Address


Translation (NAT) and Port Address Translation
(PAT) & carrier grade NAT

Support Detection of and response to distributed-


denial-of-service (DDoS) attacks
Should support IEEE 802.1AE standards- based
Layer 2 hop-by-hop encryption
Warranty 3 (Three) years
[The Bidder should complete all the columns as required]
Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

326
22. Internet Firewall
(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

Full Technical
Description of requirements Specification
Product Names/Items &Standard
(to be mentioned)
Brand To be mentioned
Model To be mentioned
Country of Origin To be mentioned by bidder
Form Factor 1 RU Rack-mountable Chassis
Proposed NGFW vendor must be Leader in
3rd Party Test Certification Gartner Magic Quadrant for Enterprise Network
NGFW's in all last 3 years

Platform should provide secure connectivity


between Internet & internal LAN network
ensuring web security & network security ( IPS,
URL & content filtering, Application control,
Malware protection) of internal user.

The device should have 16 x 10G Copper


ports, 16 x 10G SFP ports, 4 x 100G/40G
QSFP28 port from day 1.

Bidder should supply 2 x 100G/40G Multi mode


Hardware Architecture QSFP and 4 x 10G Multimode SFP+ module.
All SFP module should be OEM original.

Device should have 1 x 1 GE dedicated


management interfaces, 1 x Console interface
and 1 x USB interface
The device should support dual hot-swappable
power supplies from day 1
The device should support Carrier Grade NAT
(CGNAT)
The device should support mobile security for
4G, 5G and IOT
The Solution must have following system
performance from day 1:
Firewall Throughput: 120 Gbps or higher
IPS throughput in multiprotocol: 24 Gbps or
higher
Performance & Scalability Application Control Throughput : 50 Gbps or
higher
NGFW (FW + Application Control + IPS)
Throughput: 18 Gbps or higher
Total Concurrent Sessions : 24 Million or
higher
327
Full Technical
Description of requirements Specification
Product Names/Items &Standard
(to be mentioned)
New Sessions/Sec : 1 Million or higher
Virtual System/ Domains/Contexts: Minimum 10
or more
IPSec VPN Throughput : 50 Gbps or more
IPSec VPN tunnel: 10,000 or more
DPI Inspection Throughput : 18 Gbps
The solution should support Data Center SDN
integration with leading vendors such as Cisco,
SDN Features
Oracle, VMware, Nuage Networks, AWS, and
Azure
The system shall support high availability with
industry-standard VRRP.
The system shall support high availability by
setting up a cluster

High-Availability Features The system shall support active-passive


(failover HA) and active-active (load balancing
HA) high availability
The device shall support stateful session
maintenance in the event of a fail-over to a
standby unit.
The firewall should able to integrate with
RADIUS, LDAP, or TACACS+ server for user
authentication
The solution shall be capable of providing
Windows AD single sign-on by means of
collector agents which broker between users
when they log on to the AD domain and the
device.

The proposed system should be able to block,


allow or monitor only using IPS, Application
Control or AV/AMP scanning and file blocking
based on per firewall policy based or based on
Next-Generation Firewall firewall authenticated user groups with
Features configurable selection of different types of
traffic.

IPS Signatures should be updated via manually


and pull technology / push technology.

IPS solution should have capability to protect


against Denial of Service (DOS) and DDOS
attacks.

The proposed firewall should have flexibility to


configure threshold values for each of the
anomaly to prevent DOS and DDOS attacks.

328
Full Technical
Description of requirements Specification
Product Names/Items &Standard
(to be mentioned)

The solution must provide IP reputation feed


that comprised of several regularly updated
collections of poor reputation of IP addresses
determined by the proposed security vendor

The propose system should support Explicit &


Transparent Web Proxy for Secure Internet
access.
The Propose system should provide Web
Filtering and support at least 75 URL category
& 250,000 URL list.

The solution shall be capable of rating URLs by


domain and IP address which sends both the
URL and the IP address of the requested site
for checking, providing additional security
against attempts to bypass the rating system.

Should must support URL and DNS threat


intelligence feeds to protect against threats
The solutions should have the ability to detect,
log and take action against network traffic
based on over at least 2000 application
signatures
The solution should support port enforcement
check to block applications detected on non-
default ports
The solution should support protocol
enforcement to check networking services to
defined ports and a violation should be set to
block.
The firewall should have signature-based
detection engine to protect Web server from
known web application attacks.

NGFW OEM must have its own threat


intelligence analysis center and should use the
global footprint of security deployments for
more comprehensive network protection.

The system should provide robust visibility GUI


panels and dashboards.
The system should provide real time visibility of
Visibility and Monitoring physical & logical topology.
The system should provide information of top
user, session, application, source destination
etc in dashboard.
329
Full Technical
Description of requirements Specification
Product Names/Items &Standard
(to be mentioned)
The system should able to draws real-time and
historical data for displays of information in both
text and visual format
The system must be capable to inspect SSL
encrypted traffic option for IPS, application
control, antivirus, web filtering, DLP and other
security event
The proposed system shall have the ability to
perform hardware-based SSL offloading.
SSL Inspection & Offloading
Features The proposed solution should have minimum
18 Gbps SSL Inspection Throughput.

The proposed system should have minimum


15,000 SSL Inspection Connection Per Second

The proposed system should have minimum


2.5 Million SSL Inspection Concurrent Session

The management platform must be accessible


via a web-based interface and ideally with no
need for additional client software

The management platform must provide a


highly customizable dashboard.
The solution should store analytics data
minimum 30 days and one-year log retention
depends on disk utilization. Bidder can offer
Management Feature individual solution for log and reporting based
on OEM architecture to meet the requirements
The system must provide multiple report output
types or formats, such as PDF, HTML, and
CSV.
The system must support multiple mechanisms
for issuing alerts (e.g., SNMP, e-mail,
SYSLOG).
The Logs and Reporting platform support
running on demand and scheduled reports
Warranty 3 (Three) years

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date
330
23. DMZ Switch
(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

Full Technical
Product Specification
Description of requirements &Standard
Names/Items
(to be mentioned)
Brand To be mentioned by the bidder
Model To be mentioned by the bidder
Country of Origin To be mentioned by bidder
Form Factor 1 RU Rack-mountable Chassis

The Switch should support non-blocking


Layer 2 switching and Layer 3 routing

All relevant software, licenses and hardware


for mentioned features should be quoted
along with switch from Day-1.

The proposed switches must be using the


latest chipsets developed by the respective
switch OEM.

There switch should not have any single


point of failure like power supplies and fans
etc should have 1:1/N+1 level of redundancy
Solution Requirement
Switch support in-line hot insertion and
removal of different parts like
modules/power supplies/fan tray etc should
not require switch reboot and disrupt the
functionality of the system

Switch should support the complete STACK


of IPv4 and IPv6 services. Switch must have
IPv6 phase 2 ready logo certification.

The Switch and different modules used


should function in line rate and should not
have any port with oversubscription ratio
applied.

Switch should have the following interfaces:


Hardware and
a. Minimum 24 ports of 1GE/10GE/25GE
Interface
SFP+ ports
Requirement
b. Minimum 4 x 40/100GbE QSFP ports.

331
Full Technical
Product Specification
Description of requirements &Standard
Names/Items
(to be mentioned)

Bidder has to proposed required cable and


SFP modules as per designed Connectivity
architecture. Also, bidder need to propose at
least 2 x 1GE Base-T modules, 15 x 10GE
multimode mode SFP modules, 4 x 40GE
QSFP short wave Modules.

Switch should have console port,


management interface for Out of Band
Management

Switch should have adequate power supply


for the complete system usage with all slots
populated and used and provide N+1
redundant

Switch should have hardware health


monitoring capabilities and should provide
different parameters through SNMP

The switch should support 30,000 IPv4 and


IPv6 routes entries in the routing table
including multicast routes

Switch should support Graceful Restart for


OSPF, BGP etc.
Switch should support minimum 15000 VRF
instances

The switch should support uninterrupted


Performance forwarding operation for OSPF, BGP etc.
Requirement routing protocol to ensure high-availability
during primary controller failure

The switch must have hardware-based load


balancing at wire speed using LACP and
multi chassis ether channel/LAG

Switch Should have 4 Core CPU, 22Gb


minimum Memory ,39 MB minimum system
buffer , Minimum 63 GB SSD .

332
Full Technical
Product Specification
Description of requirements &Standard
Names/Items
(to be mentioned)
The switch must have minimum 3.5 Tbps
switching bandwidth and 2.5 Billion packets
per second (bpps).

a. Switching
b. IP Routing (Static/DynaDC)
c. IP Forwarding
d. Policy Based Routing
e. QoS
f. ACL and Other IP Services
g. IPv6 host and IPv6 routing

Switch should support Network Virtualization


using Virtual Over Lay

Network using VXLAN (RFC 7348)

Switch should support VXLAN (RFC7348)


and EVPN or equivalent for supporting
Spine - Leaf architecture to optimize the east
- west traffic flow inside the data center

Advance Features
Switch should support Open Flow/Open Day
light/Open Stack controller

Switch should support Data Center Bridging

Switch should support multi OEM hypervisor


environment and should be

able to sense movement of VM and


configure network automatically.
Spanning Tree Protocol (IEEE 8201.D,
802.1W, 802.1S

Switch should support VLAN Trunking


(802.1q) and should support 4096 VLAN

Switch should support basic Multicast IGMP


Layer2 Features v1, v2, v3
Switch should support minimum 253,000 no.
of MAC addresses

Switch should support 8 Nos. of link or more


per Port channel (using LACP) and support
48 port channels or more per switch

333
Full Technical
Product Specification
Description of requirements &Standard
Names/Items
(to be mentioned)
Switch should support Industry Standard
Port/Link Aggregation for All Ports across
any module or any port.

Switch should support Link Layer Discovery


Protocol as per IEEE 802.1AB for finding
media level failures

Switch should support all physical ports to


use either in Layer2 or Layer 3 mode and
also should support layer 3 VLAN Interface
and Loopback port Interface

Switch should support basic routing feature


i.e. IP Classless, default routing and Inter
VLAN routing

Switch should support static and dynaDC


routing using:
a. Static routing
b. OSPF V.2 using MD5 Authentication
c. ISIS using MD5 Authentication
d. BGP V.4 using MD5 Authentication
Layer3 Features

e. Should support route redistribution


between these protocols

f. Should be compliant to RFC 4760


Multiprotocol Extensions for BGP-4
(Desirable)

Switch should re-converge all dynaDC


routing protocol at the time of routing update
changes i.e. Non-Stop forwarding for fast re-
convergence of routing protocols

Switch should support multi instance MPLS


routing using VRF, VRF Edge routing and
should support VRF Route leaking
functionality

Switch should have provisioning for


Availability connecting to 1:1/N+1 power supply for
usage and redundancy

334
Full Technical
Product Specification
Description of requirements &Standard
Names/Items
(to be mentioned)
Switch should provide gateway level of
redundancy in IPv4 and IPv6 using VRRP

Switch should support for BFD For Fast


Failure Detection as per RFC 5880

Switch system should support 802.1P


classification and marking of packet using:

a. CoS (Class of Service)


b. DSCP (Differentiated Services Code
Point)
Quality of Service c. Source physical interfaces
Switch should support for different type of
QoS features for ream time traffic differential
treatment using

a. Weighted Random Early Detection


b. Strict Priority Queuing

Switch should support for deploying different


security for each logical and physical
interface using Port Based access control
lists of Layer-2 to Layer-4 in IPv4 and IPv6
and logging for fault finding and audit trail

Switch should support control plane i.e.


processor and memory Protection from
unnecessary or DoS traffic by control plane
Security protection policy

Switch should support for stringent security


policies based on time of day of Layer-2 to
Layer-4
Switch should support for external database
for AAA using RADIUS

Switch should support MAC Address


Notification on host join into the network for
Audit trails and logging

335
Full Technical
Product Specification
Description of requirements &Standard
Names/Items
(to be mentioned)

Switch should support to restrict end hosts in


the network. Secures the access to an
access or trunk port based on MAC address.
It limits the number of learned MAC
addresses to deny MAC address flooding

Switch should support DHCP Snooping

Switch should support DynaDC ARP


Inspection to ensure host integrity by
preventing malicious users from exploiting
the insecure nature of the ARP protocol

Switch should support for MOTD banner


displayed on all connected terminals at login
and security discrimination messages can
be flashed.

Switch should support for embedded


RMON/RMON-II for central NMS
management and monitoring

Switch should support for sending logs to


multiple centralized syslog server for
monitoring and audit trail

Switch should provide remote login for


administration using:
a. Telnet
Manageability b. SSH V.2

Switch should support for capturing packets


for identifying application performance using
local and remote port mirroring for packet
captures

Switch should support for predefined and


customized execution of script for device
mange for automatic and scheduled system
status update for monitoring and
management

336
Full Technical
Product Specification
Description of requirements &Standard
Names/Items
(to be mentioned)
Switch should support for IP V.6 connectivity
and routing required for network reachability
using different routing protocols such as

a. OSPF V.3
b. BGP with IPv6
c. IPv6 Policy based routing
d. IPv6 Dual Stack etc
e. IPv6 Static Route
IPv6 features f. IPv6 Default route

Switch should support for monitoring and


management using different versions of
SNMP in IP V.6 environment such as:

Switch should support for IPv6 different


types of tools for administration and
management such as: Ping, Telnet, SSH,
TFTP, DNS lookup

Warranty 3 (Three) years

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

337
24. Server Farm Switch
(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

Full Technical
Specification
Product &Standard
Description of requirements
Names/Items (to be
mentioned)
Brand To be mentioned by the bidder
Model To be mentioned by the bidder
Country of Origin To be mentioned by bidder
Form Factor 1 RU Rack-mountable Chassis

The Switch should support non-blocking Layer 2


switching and Layer 3 routing

The switch must be spine-leaf based Software Data


Centre architecture supported from day 1.

All relevant software, licenses and hardware for


mentioned features should be quoted along with
switch from Day-1.

The proposed switches must be using the latest


chipsets developed by the respective switch OEM.

There switch should not have any single point of


Solution failure like power supplies and fans etc should have
Requirement 1:1/N+1 level of redundancy

Switch support in-line hot insertion and removal of


different parts like modules/power supplies/fan tray
etc should not require switch reboot and disrupt the
functionality of the system

Switch should support the complete STACK of IPv4


and IPv6 services. Switch must have IPv6 phase 2
ready logo certification.

The Switch and different modules used should


function in line rate and should not have any port
with oversubscription ratio applied.

Hardware and
Switch should have the following interfaces:
Interface

338
Full Technical
Specification
Product &Standard
Description of requirements
Names/Items (to be
mentioned)
Requirement a. Minimum 48 ports of 1GE/10GE/25GE SFP+
ports

b. Minimum 6 x 40/100GbE QSFP ports.

Bidder has to proposed required cable and SFP


modules as per Spine Leaf Connectivity
architecture. Also, bidder need to propose at least 5
x 1GE Base-T modules, 15 x 10GE multimode
mode SFP modules, 6 x 40GE QSFP short wave
Modules.

Switch should have console port, management


interface for Out of Band Management

Switch should have adequate power supply for the


complete system usage with all slots populated and
used and provide N+1 redundant
Switch should have hardware health monitoring
capabilities and should provide different parameters
through SNMP

The switch should support 30,000 IPv4 and IPv6


routes entries in the routing table including multicast
routes

Switch should support Graceful Restart for OSPF,


BGP etc.
Switch should support minimum 15000 VRF
instances
The switch should support uninterrupted forwarding
operation for OSPF, BGP etc. routing protocol to
ensure high-availability during primary controller
failure
Performance
Requirement The switch must have hardware-based load
balancing at wire speed using LACP and multi
chassis ether channel/LAG
Switch Should have 4 Core CPU, 22Gb minimum
Memory ,39 MB minimum system buffer, Minimum
63 GB SSD.
The switch must have minimum 3.5 Tbps switching
bandwidth and 2.5 Billion packets per second
(bpps).
a. Switching
b. IP Routing (Static/DynaDC)
c. IP Forwarding
d. Policy Based Routing

339
Full Technical
Specification
Product &Standard
Description of requirements
Names/Items (to be
mentioned)
e. QoS
f. ACL and Other IP Services
g. IPv6 host and IPv6 routing
Each leaf should have connectivity to all spine
switches and the over subscription should not be
less then 4:1
Switch should support Network Virtualization using
Virtual Over Lay
Network using VXLAN (RFC 7348)
Switch should support VXLAN (RFC7348) and
EVPN or equivalent for supporting Spine - Leaf
architecture to optimize the east - west traffic flow
inside the data center

Switch should support Open Flow/Open Day


Advance Features light/Open Stack controller

Switch should support Data Center Bridging

Switch should support multi OEM hypervisor


environment and should be

able to sense movement of VM and configure


network automatically.
Spanning Tree Protocol (IEEE 8201.D, 802.1W,
802.1S

Switch should support VLAN Trunking (802.1q) and


should support 4096 VLAN

Switch should support basic Multicast IGMP v1, v2,


v3
Switch should support minimum 253,000 no. of
MAC addresses

Layer2 Features Switch should support 8 Nos. of link or more per


Port channel (using LACP) and support 48 port
channels or more per switch

Switch should support Industry Standard Port/Link


Aggregation for All Ports across any module or any
port.

Switch should support Link Layer Discovery


Protocol as per IEEE 802.1AB for finding media
level failures

340
Full Technical
Specification
Product &Standard
Description of requirements
Names/Items (to be
mentioned)

Switch should support all physical ports to use


either in Layer2 or Layer 3 mode and also should
support layer 3 VLAN Interface and Loopback port
Interface

Switch should support basic routing feature i.e. IP


Classless, default routing and Inter VLAN routing

Switch should support static and dynaDC routing


using:
a. Static routing
b. OSPF V.2 using MD5 Authentication
c. ISIS using MD5 Authentication
d. BGP V.4 using MD5 Authentication
Layer 3 Features

e. Should support route redistribution between


these protocols

f. Should be compliant to RFC 4760 Multiprotocol


Extensions for BGP-4 (Desirable)

Switch should re-converge all dynaDC routing


protocol at the time of routing update changes i.e.
Non-Stop forwarding for fast re-convergence of
routing protocols

Switch should support multi instance MPLS routing


using VRF, VRF Edge routing and should support
VRF Route leaking functionality

Switch should have provisioning for connecting to


1:1/N+1 power supply for usage and redundancy

Switch should provide gateway level of redundancy


Availability
in IPv4 and IPv6 using VRRP

Switch should support for BFD For Fast Failure


Detection as per RFC 5880

341
Full Technical
Specification
Product &Standard
Description of requirements
Names/Items (to be
mentioned)
Switch system should support 802.1P classification
and marking of packet using:

a. CoS (Class of Service)


b. DSCP (Differentiated Services Code Point)
Quality of Service c. Source physical interfaces
Switch should support for different type of QoS
features for ream time traffic differential treatment
using

a. Weighted Random Early Detection


b. Strict Priority Queuing

Switch should support for deploying different


security for each logical and physical interface using
Port Based access control lists of Layer-2 to Layer-
4 in IPv4 and IPv6 and logging for fault finding and
audit trail

Switch should support control plane i.e. processor


and memory Protection from unnecessary or DoS
traffic by control plane protection policy

Switch should support for stringent security policies


based on time of day of Layer-2 to Layer-4
Security
Switch should support for external database for
AAA using RADIUS

Switch should support MAC Address Notification on


host join into the network for Audit trails and logging

Switch should support to restrict end hosts in the


network. Secures the access to an access or trunk
port based on MAC address. It limits the number of
learned MAC addresses to deny MAC address
flooding

Switch should support DHCP Snooping

342
Full Technical
Specification
Product &Standard
Description of requirements
Names/Items (to be
mentioned)

Switch should support DynaDC ARP Inspection to


ensure host integrity by preventing malicious users
from exploiting the insecure nature of the ARP
protocol

Switch should support for MOTD banner displayed


on all connected terminals at login and security
discrimination messages can be flashed.

Switch should support for embedded


RMON/RMON-II for central NMS management and
monitoring
Switch should support for sending logs to multiple
centralized syslog server for monitoring and audit
trail
Switch should provide remote login for
administration using:
Manageability a. Telnet
b. SSH V.2
Switch should support for capturing packets for
identifying application performance using local and
remote port mirroring for packet captures
Switch should support for predefined and
customized execution of script for device mange for
automatic and scheduled system status update for
monitoring and management

Switch should support for IP V.6 connectivity and


routing required for network reachability using
different routing protocols such as

a. OSPF V.3
b. BGP with IPv6
c. IPv6 Policy based routing
d. IPv6 Dual Stack etc
IPv6 features
e. IPv6 Static Route
f. IPv6 Default route
Switch should support for monitoring and
management using different versions of SNMP in IP
V.6 environment such as:
Switch should support for IPv6 different types of
tools for administration and management such as:
Ping, Telnet, SSH, TFTP, DNS lookup
Warranty 3 (Three) years
343
[The Bidder should complete all the columns as required]
Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

344
25. Distribution Switch
(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

Full Technical
Specification
Item Description Technical Specification &Standard
(to be
mentioned)
Brand To be mentioned by the bidder
Model To be mentioned by the bidder
Country of Origin To be mentioned by the bidder.
Form Factor Rack Mountable with Rack Mounting Kit
Part No To be mentioned by the bidder.
Should be highly performed fixed switch with wire
rate Layer 2 and Layer 3 throughput on all the ports
on the chassis.
Should have minimum of 24 x 1/10/25G transceiver-
based ports from Day 1.

Switch should have modular uplink slot to support


4x40Gig ports or 4x100Gig ports
Architecture
Each Switch should have 15 x 10GBASE-CU SFP+ 5
meter & 4x 40 QSFP twinex cable Installed from day
one. All the SFP should be OEM original SFP
Module.
Dual redundant platinum rate power supply and
redundant Fans from day 1.
Switch should have stacking / virtual stacking feature
from Day 1

Minimum Switching capacity 1.5 Tbps or more


Switching Performance
Minimum Forwarding Throughput 900 Mpps or more
Layer 2 switch ports and VLAN trunks
IEEE 802.1Q VLAN encapsulation
Should Support up to 4000 VLANs & 4000 SVIs
Switch Layer 2 Services
Minimum 65,000 MAC Address
Switch should have minimum 16 GB DRAM & Flash

Switch should have routing protocols like BGPv4,


OSPF (v2, v3), ISISv4, RIP, Static, ECMP, LISP,
VXLAN, PIM, SSM, DVMRP, BFD, VRF aware BFD
Switch Layer 3 Services
Switch should support VRRP/HSRP
Support Dual-stack for IPv4/IPv6 for IPv4-to-IPv6
migration.

345
Full Technical
Specification
Item Description Technical Specification &Standard
(to be
mentioned)
Switch should support 802.1x for user authentication
and authorization, DynaDC vlan assignment, Guest
VLAN assignment, MAC based authentication

Support Control Plane Policing to protect from DOS


attack.
Security features
Switch should support Policy-based Automation &
Assurance for Wired & Wireless
Switch should able to integrate with netflow based
campus visibility and threat detection solution and
should able to support threat detection within
encrypted traffic

Support SNMP, syslog, NetFlow or SFlow, Data


telemetry collection and correlation for performance
Management features monitoring.

Switch should support AC and DC power supplies

Manufacturer's part
To be mentioned by the bidder
number
Installation, Testing and Bidder must carry out on site installation, testing and
Commissioning commissioning.
Warranty 3 (Three) years

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

346
26. Partner Firewall
(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

Full Technical
Specification
Item Description Technical Specification &Standard
(to be mentioned)
Brand To be mentioned by the bidder
Model To be mentioned by the bidder
Country of Origin To be mentioned by the bidder
Form Factor 1 RU Rack-mountable Chassis
Proposed NGFW vendor must be Leader
or challenger in Gartner Magic Quadrant
3rd Party Test Certification
for Enterprise Network NGFW's in all last 3
years
Platform should provide secure
connectivity between multiple external
network & internal datacenter network
ensuring network security (IPS, Application
filtering, Malware protection) and also
should maintain network segmentation.
Platform must be an appliance with
security-hardened OS
The device should be based on a
dedicated ASIC-based standalone
appliance.
Hardware Architecture
The device should have 14 x 1G Copper
ports, 8 x 1G SFP ports, 2 x 10G SFP+
port from day 1.
Bidder should supply 2 x 10G Multi mode
SFP+ and 8 x 1G Multi mode SFP module.
All SFP module should be OEM original.
Device should have 1 x 1 GE dedicated
management interfaces, 1 x Console
interface and 1 x USB interface
The device should support dual hot-
swappable power supplies from day 1
The Solution must have following system
performance from day 1:
Firewall Throughput: 10 Gbps or higher
IPS throughput in multiprotocol: 2 Gbps or
higher
NGFW (FW + Application Control + IPS)
Performance & Scalability Throughput: 1 Gbps or higher
Total Concurrent Sessions : 1.5 Million or
higher
New Sessions/Sec : 50,000 or higher
Virtual System/ Domains/Contexts:
Minimum 10 or more
IPSec VPN tunnel: 2,000 or more
High-Availability Features The system shall support high availability
347
Full Technical
Specification
Item Description Technical Specification &Standard
(to be mentioned)
with industry-standard VRRP.
The system shall support high availability
by setting up a cluster
The system shall support active-passive
(failover HA) and active-active (load
balancing HA) high availability
The device shall support stateful session
maintenance in the event of a fail-over to a
standby unit.
The firewall should able to integrate with
RADIUS, LDAP, or TACACS+ server for
user authentication
The solution shall be capable of providing
Windows AD single sign-on by means of
collector agents which broker between
users when they log on to the AD domain
and the device.
The proposed system should be able to
block, allow or monitor only using IPS,
Application Control or AV/AMP scanning
and file blocking based on per firewall
policy based or based on firewall
authenticated user groups with
configurable selection of different types of
traffic.
IPS Signatures should be updated via
manually and pull technology / push
technology.
IPS solution should have capability to
Next-Generation Firewall protect against Denial of Service (DOS)
Features and DDOS attacks.
The proposed firewall should have
flexibility to configure threshold values for
each of the anomaly to prevent DOS and
DDOS attacks.
The solution must provide IP reputation
feed that comprised of several regularly
updated collections of poor reputation of IP
addresses determined by the proposed
security vendor
The propose system should support
Explicit & Transparent Web Proxy for
Secure Internet access.
The Propose system should provide Web
Filtering and support at least 75 URL
category & 250,000 URL list.
The solution shall be capable of rating
URLs by domain and IP address which
sends both the URL and the IP address of
the requested site for checking, providing
additional security against attempts to
348
Full Technical
Specification
Item Description Technical Specification &Standard
(to be mentioned)
bypass the rating system.
Should must support URL and DNS threat
intelligence feeds to protect against threats
The solutions should have the ability to
detect, log and take action against network
traffic based on over at least 2000
application signatures
The solution should support port
enforcement check to block applications
detected on non-default ports
The solution should support protocol
enforcement to check networking services
to defined ports and a violation should be
set to block.
The firewall should have signature based
detection engine to protect Web server
from known web application attacks.
NGFW OEM must have its own threat
intelligence analysis center and should use
the global footprint of security deployments
for more comprehensive network
protection.
The system should provide robust visibility
GUI panels and dashboards.
The system should provide real time
visibility of physical & logical topology.
The system should provide information of
Visibility and Monitoring
top user, session, application, source
destination etc in dashboard.
The system should able to draws real-time
and historical data for displays of
information in both text and visual format
The system must be capable to inspect
SSL encrypted traffic option for IPS,
application control, antivirus, web filtering,
DLP and other security event
The proposed system shall have the ability
to perform hardware based SSL offloading.
The proposed solution should have
SSL Inspection &
minimum 8 Gbps SSL Inspection
Offloading Features
Throughput.
The proposed system should have
minimum 6,000 SSL Inspection
Connection Per Second
The proposed system should have
minimum 700,000 SSL Inspection
Concurrent Session
The management platform must be
Management Feature accessible via a web-based interface and
ideally with no need for additional client

349
Full Technical
Specification
Item Description Technical Specification &Standard
(to be mentioned)
software
The management platform must provide a
highly customizable dashboard.
The solution should store analytics data
minimum 30 days and one year log
retention depends on disk utilization.
Bidder can offer individual solution for log
and reporting based on OEM architecture
to meet the requirements
The system must provide multiple report
output types or formats, such as PDF,
HTML, and CSV.
The system must support multiple
mechanisms for issuing alerts (e.g.,
SNMP, e-mail, SYSLOG).
The Logs and Reporting platform support
running on demand and scheduled reports
Warranty 3 (Three) years

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

350
27. Out of Band Management Switch (OOBM)
(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

Full Technical
Specification
Item Description Technical Specification &Standard
(to be
mentioned)
Brand To be mentioned by the bidder
Model To be mentioned by the bidder
Country of Origin To be mentioned by the tenderer.
Form Factor Rack Mountable with Rack Mounting Kit
Part No To be mentioned by the bidder.
Should be highly performed fixed switch with wire rate Layer 2
and Layer 3 throughput on all the ports on the chassis.
Should have minimum of 24x 1GE ports from Day 1.
Switch must have modular uplink slot to with 8x10Gig ports
Architecture Each Switch should have 2 x 10GBASE-SR Cables Installed
from day one. All the SFP should be OEM original SFP Module.
Dual redundant platinum rate power supply and redundant Fans
from day 1.
Switch should have stacking / virtual stacking feature from Day 1
Switching Minimum Switching capacity 200 Gbps or more
Performance Minimum Forwarding Throughput 150 Mpps or more
Layer 2 switch ports and VLAN trunks
IEEE 802.1Q VLAN encapsulation
Should Support up to 4000 VLANs
Minimum 32,000 MAC Address
Support minimum 9198 bytes Jumbo frame
Minimum Up to 24000 Total number of IPv4 routes (ARP plus
learned routes)
Switch Layer 2 &
Support minimum 4000 L3 VLAN Interfaces or Switched Virtual
Layer 3 Services
Interfaces
Switch should support VRF, MPLS, Policy based routing
Switch should support 8 queues per port
Switch should have support Policy-based Automation &
Assurance for Wired & Wireless with software upgrade .
Switch should support IPv4 and IPv6 QoS classification and
policing
Switch should support 802.1x for user authentication and
authorization, DynaDC vlan assignment, Guest VLAN
assignment, MAC based authentication
Support Control Plane Policing to protect from DOS attack.
Switch should have unique secure identity so that its authenticity
and origin can be confirmed with OEM. Switch BIOS, software
Security features
image should be cryptographically signed to ensure integrity and
switch should not boot with modified software regardless of
user's privilege level.
Switch should able to integrate with netflow based campus
visibility and threat detection solution and should able to support
threat detection within encrypted traffic
Management Support SNMP, syslog, NetFlow or SFlow, Data telemetry
features collection and correlation for performance monitoring.
351
Full Technical
Specification
Item Description Technical Specification &Standard
(to be
mentioned)
Switch should support automatic patch management features.
The switch must have at least 300,000 hours Mean Time
Between Failure (MTBF) for hardware reliability.
Switch should support AC and DC power supplies
Warranty 3 (Three) years
[The Bidder should complete all the columns as required]
Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

352
28. Application Delivery Controller (ADC), Web Application Firewall (WAF) & Global Server Load
Balancing (GSLB)
(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

Full Technical
Specification
Item Description Technical Specification &Standard
(to be mentioned)
Brand To be mentioned by the bidder
Model To be mentioned by the bidder
Country of Origin To be mentioned by the bidder
Form Factor Rack Mountable with Rack Mounting Kit

Platform should provide application acceleration,


reducing load on websites/Application and
performing load balancing as well as other features
(SSL offload, proxy/reverse proxy, content routing,
web applications firewall and more). Platform also
should provide application availability to improve
user experience by using multiple technique that
used for business continuance and disaster
recovery between multiple sites.

The solution must be hardware appliance-based


solution and all the services like Server Load
Balancer, Link load Balance, Application Security
and WAF should be on single OS.

Platform Requirement
ADC should have minimum 4 x 40GE QSFP28, 8 x
10GE SFP+ interface from day 1.

Bidder should supply 4 x 10G Multi mode SFP+


and 4 x 40G Multi mode QSFP module. All SFP
module should be OEM original.

ADC should have a dedicated out-of-band Ethernet


management port.

ADC should have a minimum memory of 128 GB

ADC should have dual power supply from day 1

ADC should have hardware-based SSL


acceleration for strong encryption security and
hardware-based 45Gbps compression for faster
web-application acceleration.

353
Full Technical
Specification
Item Description Technical Specification &Standard
(to be mentioned)
Proposed device should be multi- tenanted
Appliance with VRF-instances or partitions for
complete isolation of Network partition.
SDN Features
The solution should support VXLAN functionality for
Data Center SDN integration with IPv6 VXLAN
multipoint tunnels.

Appliance must have the following traffic


Processing performance from day 1:

L4 throughput: 100 Gbps or more


L4 connection per second: 1.8 Million or more

System Security
L4 concurrent connections: 140M or more
Performance
L4/L7 Request Per Second: 5 M
L7 throughput: 80 Gbps or more
SSL CPS/TPS 2K keys : 60K or more
SSL Bulk Encryption: 50 Gbps or more
Virtual ADC/ Routing Domain / Virtual Domain: 20
or more

Solutions should support active-active and active-


backup high availability from day 1

Solution should support network-based failover for


session mirroring, connection mirroring, SSL
High Availability connection mirroring and heartbeat check.

Solutions should support full configuration and


session sync.

Solutions should able to synchronize of the ruleset,


configured policies objects in both units

The solution should support transport layer


protocols (IP, TCP, UDP) and application layer
Server Load Balancing & protocols such as HTTP, HTTPS, FTP
Application Optimization
Features The solution should supports Round robin,
weighted round robin, least connections, shortest
response load balancing methods

354
Full Technical
Specification
Item Description Technical Specification &Standard
(to be mentioned)
Solutions should provide application & server
health checks for well-known protocols like ICMP,
TCP, TCP_ECHO, HTTP, HTTPS etc.

Solutions should maintain server persistency using


Source-IP /Network, Hash Header, Cookie,
RADIUS Attribute, SSL Session ID persistency
options

Solutions should support scripting to provide


manipulation of HTTP request and response

The solution should supports one to one NAT,


Source NAT (change source IP), DNAT (change
destination IP) and Full NAT (change source &
destination IP)

The solution should support application


(JavaScript,xml) and text (CSS, html, xml, custom
plain) compression/decompression for web site
acceleration

Solution should support load balancing of servers


between different data centres based on DNS
query
The solution should support hardened DNS server
that can be deployed as the authoritative name
server
Solutions should have availability to determine of
virtual server health by real-time connectivity
checking
Global Server Load
Balancing The solution should have persistence response for
applications transactions across multiple hosts.

The solution should support dynaDC proximity


which is determined by application response time
(RTT probes), least connections, byte-per-second,
geo-location.

Solution should support dynaDC DNS-based load


balancing of inbound traffic based

355
Full Technical
Specification
Item Description Technical Specification &Standard
(to be mentioned)
Solutions should support all DNS queries like
CANME, A record, AAAA record, MX record,
CNAME record, NS record, TXT record, SRV
record.

Solution should support Response Rate Limit to


keeps the authoritative DNS server from being
used in amplifying reflection denial of service (DoS)
attack.

Solution should support DNSSEC

The solution should support DNS64 to allow the


resolution of addresses from the IPv4 world by
creating synthesized AAAA records for hosts where
no AAAA record is available.

Solution should support link load balancing for


outbound traffic using health checks and
persistence options to optimize link utilization.

Solution should support load balancing method like


weighted round robin, least connections, least
connection rate, least throughput and source-IP.

Link Load Balancing


Solution should support Inbound link load balance
with the help of DNS and Round Robin, Weighted
Round Robin, Proximity, and all GSLB functions
(Proximity, Region, etc.) method is used.

Solution should able to route traffic based on


source/target IP, port, protocol, priority to different
ISPs, failover, max throughput supported.

The solution should support a negative security


model (Attack Signatures)

The solutions should able to protects web server


from the below types of attack:

Web Application Firewall • Cross Site Scripting


Features • SQL Injection
• Generic Attacks
• Known Exploits
• Trojans
• Information Disclosure
• Bad Robot
356
Full Technical
Specification
Item Description Technical Specification &Standard
(to be mentioned)
• Credit Card Detection
• Application Attacks
The solutions should offer Web Application
Vulnerability Scanning.

Solution should provide API protection using


JASON, XML and SOAP detection and validation

WAF must have inbuilt VA scanner to ensure


application vulnerability is being covered by
automatic policy configuration.

Solution should have the option to verify and


enforce of the HTTP Header/Method objects

Solution should have the ability to prevent, detect


and restore web defacement with multiple protocols
(FTP/SSH/Windows File Share) supported.

Solution should have the ability to prevent, detect


and restore Brute Force Attack according to the
Host, URL Pattern, Login Failed Code, IP Access
Limit

Solution should able to support multiple type


( video, picture, texts, audio) file restriction using
action-based file enforcing and file size restriction

The solutions should defend against the OWASP


Top 10 Vulnerabilities

Solution should have application layer DDoS


prevention technique using HTTP flood protection,
HTTP Connection Limit, HTTP Access Flood.

Solution should have L4 IP firewall policy to allows


or denies traffic based on a source address,
Application Security destination address, and service

Solution should support user tracking and


authentication to provide accurate policies to
prevent fraud.

The solution should be capable of publishing web


applications and offering backend SSO access

357
Full Technical
Specification
Item Description Technical Specification &Standard
(to be mentioned)
Solution should support Two-Factor Authentication

The solution should be able to locally store event


(audit), alert & traffic information

The solution should be able to send all log types


above to an external syslog server
Log and Reporting Features

The Log & Reporting platform should suggest the


compromise endpoint/system information including
IP addresses, host name, group, OS, overall threat
rating and number of threats.

Should provide HTTP/HTTPS/SSH interface


management for administering the device

Should provide SSH interface management for


administering the device
Device Administration &
Management Solution should have In-build diagnostic utilities

Should support central management for multiple


ADC devices

Should support role based admin access.


Device should support SNMP

Bidder must offer necessary security license &


subscriptions that includes " Link Load Balance,
Server Load Balance, GSLB, Application
Licensing
Authentication Manager, Web Application Firewall,
DNS Security, DDOS protection & Stateful
Firewalling " for three years

Warranty 3 (Three) Years

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

358
29. Management Server
(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

Full Technical
Specification
Item Description Technical Specification &Standard
(to be
mentioned)
Brand To be mentioned by the bidder
Model To be mentioned by the bidder
Country of Origin USA/UK/EU/Japan
ISO 9001/9002 or higher for manufacturer, Energy Star for quality
Quality assurance Bidder must submit appropriate documents for the
certifications.
Certification CE/FCC class B product certification
Enclosure Type Rack-mountable Chassis
Should propose with Min Two (2) Intel latest Generation 6138
Processors Processors. Each Processor should have Min 2.0GHz Clock Speed
& Min 20 Cores
Chipset Intel chipset compatible with the offered processors
Server should be proposed with Min. 4 Nos. 1.2TB 10K RPM 12G
Internal Storage SAS Drives. And should support Min 10 Nos HDD/SSD as future
upgradability
RAID Controller should support RAID 0, 1, 5, 6, 10, 50, and 60
RAID Controller should be proposed with Min 2GB of Flash backed
write cache module
● Should support internal FlexFlash SD cards (32, 64 or 128 GB)
for installing an operating system or hypervisor
● Should support for RAID 0 mirroring between two SD cards
Other Storage
● Should support with dedicated Baseboard Management
Controller (BMC) DCroSD card (32 GB) for server utilities
● Should support dual M.2 SATA SSD or NVMe
Should have at least 24 DIMM slots per Server and support Min up
to 3TB of DDR4 2666 MHz memory
Memory Should be proposed with Min 128 GB of DDR4 Memory
Support for advanced memory redundant technologies like
Advanced Error-Correcting code (ECC) and Memory Mirroring
● Should have Min 2x 10 GbE (embedded) BaseT LAN ports &
Two 10/25 G SFP +Converged network port at Day 1
Network ● Should support Min 2x 40 Gbps converged network ports as
future upgradability.
Should have min. 2x16FC dual port from day 1.
PCIe Slots Should support up to 6 PCIe Generation 3.0 slots
Should support out of band upgrades, Agentless out-of-band
management, integrated diagnostics and Power monitoring and
reporting
Should support industry standard management protocols like IPMI
Management
v2 and SNMP v3
Should have One 1-Gbps RJ-45 management port
Should support multiple management interfaces including web user
interface and command line interface
Security Feature Should support Hardware Policy based security
359
Full Technical
Specification
Item Description Technical Specification &Standard
(to be
mentioned)
Should support anti-counterfeit measures to guarantee authenticity
Should support System Lock Down.
Should support Secure Debug BIOS and BMC Comms
Should have the following ports for server connectivity
●1 serial port
Ports
●2 USB 3.0/2.0 ports
●1 VGA video port
Power Supply Minimum 1050 W Dual Redundant Hot-plug, AC Power Supply
Others Should proposed hot swappable redundant fans
Operating Should support Microsoft Windows Server, Red Hat Enterprise
Systems Linux (RHEL), SUSE Linux Enterprise Server (SLES), VMware .
Manufacturer's
Bidder should mention the part numbers
part number
Warranty 3 (Three) Years

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

360
30. Database Backup System
(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

Name of Item Required Technical Specification and Full Technical Specification


Standards &Standard
(to be mentioned)
Brand Mentioned by bidder
Model Mentioned by bidder
Country of Origin Mentioned by bidder
General Bidder can propose as per below specifications or
Requirement bidder can propose alternate solution if required.
Form Factor An integrated, pre-built clustered system
comprising computer hardware, software, storage,
and networking components in a single racked
system from factory.
Hardware Type Hardware and software configuration built to
protect against single component failures such as
disk failures, CPU failures, memory failure,
network card failures, and system controller
failures.
Hot swappable components such as power units,
fans, storage disks.
Backup device / appliance should provide the
database data protection until last sub-second
committed transactions
Backup device / appliance should provide the out
of box replication, which will be secure with easy
configuration
Backup device / appliance will have capability to
restore from the remote system without staging in
local site
Backup device / appliance will have to offload full
and incremental backups to tape drives using the
standard backup software’s like Net backup or
Oracle secure backup
Backup device / appliance will have to perform the
backup in an efficient way by backing up only the
changes since the last incremental backup
Backup device / appliance will have to do one time
full backup and subsequent incremental backup
Backup device / appliance will have to process the
incremental backups and build full database
backups internally for the efficient restore
Preferably single vendor for all component support
calls.
Backup Controller At least 2 (Two) Backup controllers per rack to
support redundant server configuration and
system high availability.
The backup storage must support redundant
configuration at storage level and system high
availability.
361
Name of Item Required Technical Specification and Full Technical Specification
Standards &Standard
(to be mentioned)
Each backup controller will have minimum 2x24
cores Intel Xeon 64-bit available for processing
backups of RDBMS per server.
Each backup controller server must have the
following components:
Processors Processor architecture implemented in 64-bit
technology
Each Compute server must have a minimum of 2
(two) physical processors with a minimum of 24
cores per processor, type Intel Xeon 64-bit.
Memory Each compute server must have at least 384 GB
of DDR4 RAM.
Internal Drives Each server must have at least 2 (two) Flash SSD
internal disks for the operating system, and have
to be configured for redundant operation.
Internal drives must be replaceable without
stopping system operation (Hot Swap).
I / O (Input/output) Each Compute server must have at least 2 (two)
Units for backup / 10Gb SPF+ Ethernet ports.
replication Each Compute server must have at least 2 (two)
10 GbE Base-T Ethernet ports or 2 (two) 10/25 Gb
optical SFP+/28 Ethernet ports.
Each Compute server must allow at least 100
Gb/sec redundant connection ( 2x 100
Gb/sQSFP28 RoCE Fabric Ports) to the storage
system using high performance switch.
Each Compute server must have at least 2 (Two)
dedicated 1GbE Base-T Ethernet ports to support
remote control and monitoring of compute server.
Backup device / appliance need to provide at least
583 TB useable space for the database backup
(Normal Redundancy)
PSU (Power Supply Each Compute server must have its own
Units) redundant power supplies interchangeable without
affecting server operation (hot swap PSUs).
Cooling Units Each Compute server must have its own
redundant cooling units interchangeable without
affecting server operation (hot swap cooling fans).
Software Backup device / appliance should include all the
Configuration necessary software to backup, replicate and
management of the system like backup software,
catalog database licenses, storage software and
management system and should not need any
agent on target servers for backup.
Storage System There should have identical and physically
Features independent storage servers to support the
protection of individual server failure, high
availability and redundancy.
Requested capacity of storage system must be
implemented using a system of high capacity
drives of 36 (Thirty Six) units in order to ensure

362
Name of Item Required Technical Specification and Full Technical Specification
Standards &Standard
(to be mentioned)
backup system performance.
Each storage server must have its own redundant
power supplies interchangeable without affecting
server operation (Hot Swap PSUs).
Storage system must have at least one (1)
dedicated 1GbE Base-T Ethernet port per storage
server to support remote control and monitoring of
storage servers.
The storage system shall have intelligent software
that is database aware and have the ability to
hyderate backups before restoration, with no
impact to available backup space within the
backup appliance.
The storage software should be able to restore
database with Zero Data Loss.
Internal Network Platform must have at least 2 (two) high
Features performance QDR (100Gb/sec) RoCE Fabric
switch devices to support the protection of
individual switch failure, platform high availability
and redundancy at infrastructure level.
Each switch device must have at least 36 (thirty
six) 100 Gbit/sec ports for connection between
database servers and storage servers.
Each switch device must have a management
module.
Each switch should have its own redundant power
supplies interchangeable without affecting the
switch device operation (Hot Swap PSUs).
Each switch device must support logical network
isolation.
Each switch device must be supplied with all
necessary fittings and cables to connect the
compute servers with the storage system.
Rack Cabinet The solution must be delivered in the original
Features hardware vendor rack cabinet.
Rack cabinet should have the form factor of at
least 42U.
Functional The system should have the wizard-driven
requirements: Ease installation and configuration mechanism which
of installation, allows easy installation and configuration of
configuration and software, patches and best practices usage.
maintenance System should support the "call home"
functionality with automatic creation of service
requests to equipment manufacturers.
Functional Diagnostics and support should be enabled using
requirements: Ease built-in diagnostic features that allow identification
of diagnosis and of problems and taking corrective actions. It
technical support should allow the easy creation of service requests
for the technical support to be sent to the vendor
of the system, and includes preparation of all
necessary technical details contained in the

363
Name of Item Required Technical Specification and Full Technical Specification
Standards &Standard
(to be mentioned)
software logs, their packaging in the software
archive and add the Service Request.
Scalability and high The backup appliance should be a Non-disruptive
availability storage, compute, and bandwidth scale-out to
address ease of scale out
High availability should be provided through
clustering software on the compute nodes
The backup device/appliance should expand to
many terabytes as a single system to address
storage capacity requirement
Operational The backup device/appliance should be able to
requirements integrate with the database systems to provide
zero to sub-second data loss exposure for
committed transactions
The backup device/appliance should be able to
provide data integrity by having continuous
database-aware validation
The backup device/appliance should provide end
to end corruption detection for having a successful
database recovery
The backup device/appliance should provide
Near-zero performance impact for disk or tape
backup
The backup device/appliance should support
minimal time windows or eliminate the same for
any internal maintenance.
The backup appliance/device should support
Lightweight virtual full Backups with simple,
anytime restore for process efficiency
The backup appliance/device should scale and
protect thousands of databases for cloud-scale
protection
The backup device/appliance should have One
unified management interface to address ease of
management
The backup device/appliance should have a
Standardized end-to-end visibility and control for
ease of management

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

364
31. Disk base Backup Solution
(To be filled up and signed by the Bidder, otherwise the offer will not be acceptable)

Full Technical
Specification
Item Description Technical Specification &Standard
(to be
mentioned)
Brand To be mentioned by the bidder
Model To be mentioned by the bidder
Country of Origin To be mentioned by the tenderer.
1 set. backup license will ensure capacity-based license 10 TB &
Quantity 100 Vm instant license. Bidder should provide appliance for this
solution if required.
Backup software must be present as Leaders in Gartner's Magic
Analyst Report
Quadrant for backup software for at least 3 years in last 5 years.
Backup Software OEM should be a publicly listed company for last
OEM credibility 3 years in any of the world’s leading stock exchanges like NYSE,
NASDAQ, Tokyo Stock Exchange.
The backup software may have firewall support & alerts on Mobile
devices etc. centralized management / Single interface for
Centralized management of all backup and archival (file system and E-mail)
Management activities across physical servers, VMs and Mobile devices like
Laptops / Tabs / Phone and SaaS based applications like
Microsoft Office 365(Backup & Archival) and G Suite
The proposed solution should have ability to protect all mount
Security paths associated with disk libraries configured from a
Backup/Media Server against Ransomware attacks.
Should support software based de-duplication to support any
Efficient Data storage system, cloud repository and object storage as de-
Management duplicated disk target. Based on policy backup software should be
able to move data to a tape library automatically
Backup software should be able to replicate backed up data in de-
duplicated format (for bandwidth optimization) to another site for
Replication compliance purposes, with or without the need of external
replication tools. All necessary licenses for achieving consistent
replication of backup data should be quoted.
The proposed licenses should be Subscription in nature. All the
Licensing
necessary licenses should be supplied along with the solution.
Backup software should be able to protect the following through
online agents enabling granular restores. Major DBs like Oracle,
Database Support Exchange, Sybase, Informix, DB2, MS SQL, MySQL, MongoDB,
MariaDB, etc. and Applications likes SAP, etc. across wide range
of popular Windows / Linux and Unix flavors.
Backup software must have the ability to perform cross hardware
restore with completely different hardware configurations. Must
Hardware Support
support dissimilar system hardware restore on multiple platforms
including Windows, Solaris, Linux and AIX.
Comprehensive reporting of media, backup server, jobs, analytics
Reporting should be offered as part of the functionality in the supplied
software either natively or through additional reporting software.
Hypervisor Support It should have full support for backing up virtual servers (image

365
Full Technical
Specification
Item Description Technical Specification &Standard
(to be
mentioned)
level) on various hypervisors like Hyper - V, ESXi, RHEV, OVM,
Acropolis, Citrix, Fusion, etc.
Backup software should have the ability to archive data and create
Efficient Data
a single repository for backup and archive for space efficiency and
Management
easier data management.
It should support the following algorithms and provide better
Encryption security in deployment across sites - BLOWFISH, GOST, Serpent,
AES, Twofish, 3-DES, etc.
Should support software based de-duplication to support any
storage system, cloud repository and object storage as de-
duplicated disk target. Based on policy backup software should be
Storage Array
able to move data to a tape library automatically The proposed
Support
backup solution should support snapshot based backup from
various vendors such as Hyperflex, HP 3PAR, EVA, Fujitsu
Eternus, Oracle ZFS, Infinidat, Solidfire, Huawei, Tintri,etc.
The Backup solution should support Oracle Data Masking,
whereby a copy of backed up data can be handed over to any
Oracle Database third party without allowing them to view data within the instance.
Security They should be able to troubleshoot, run dev / test instances on
the copy and yet not have access to confidential data of the
organization.
Proposed solution should support universal recovery to restore
from P2P, P2V, V2V, V2P, V2C and C2V without having to wait to
Data Management extract the full backup to production storage. Backup software
should be able to protect the Big data apps like Cassandra,
Greenplum, Hadoop, IBM-GPFS
Installation, Testing
Bidder must carry out on site installation, testing and
and
commissioning.
Commissioning
Warranty 3 (Three) Years

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

366
32. End Point Malware Protection

(To be filled up and signed by the Bidder, otherwise the offer will not be acceptable)

Full Technical
Specification
Item Description Technical Specification &Standard
(to be
mentioned)
Brand To be mentioned by the bidder
Model To be mentioned by the bidder
Country of Origin USA/UK/EU/Japan
Part No To be mentioned by the bidder
The bidder shall propose an endpoint based solution for 1500
Endpoint to protect all the systems across Network from Advanced
Targeted Attacks and APT's
The proposed solution should be flexible enough to provide all
static & dynamic analysis in cloud and on-prem as needed. In
case of on-prem no data should be send out of the network
The proposed solution should have mechanism in place where
threat information is shared across all layers (network, web, email,
endpoint) in near real time.
The proposed solution shall work on a signature-less mechanism
to stop threats without relying on a database to be present at the
endpoint
The proposed solution shall work as an independent module
without relying on other endpoint and network systems for its
functionality
The proposed solution shall be capable of working along with all
leading endpoint AV vendors without needing to replace them
The proposed solution shall utilize layered and defense in depth
approach, wherein the solution cannot be of the same make as
existing endpoint AV
End Point
The proposed endpoint solution should support detecting of all
Protection Solution
malware types, both known and unknown. The movement of all
known and unknown malware should be tracked and reported
across the endpoints.
The proposed endpoint solution should be able to support
continuous and root cause analysis to help in triaging of security
incidents.
Security vendor must have a dedicated research organization that
is focus on vulnerability research and should actively contribute to
discoveries of new vulnerabilities exploited in the wild. And should
be available to organization without any additional license or
software cost
Software footprint should be small <100MB and must support
interactive and/or silent install
Endpoint software must be easy to deploy with multiple
deployment options and support (not limited to) deployment
through 3rd party systems management tools
Root cause analysis on a suspected machines should include the
following capability:
- Sequential and chronological trace of events with details
including host, username, IP, client application involved

367
Full Technical
Specification
Item Description Technical Specification &Standard
(to be
mentioned)
- Submit suspected malicious files for further analysis
The proposed solution shall have the capability to work with
Indicators of Compromise (IOC's) .
The proposed solution shall provide the capability to write/upload
custom IOC's and must support end point based IOC's
Endpoint shall be capable of identifying file less malware and
memory based attacks.
The proposed solution shall provide details to enable forensic
analysis of incidents.
The proposed solution shall be a continuous analysis agent that
constantly monitors all system and file activity rather than being an
on-demand agent that is triggered only when there is a event
The proposed solution shall provide automated remediation of
incidents that is comprehensive including files, processes, registry
entries etc and not just a file clean-up based on signatures
The proposed Endpoint APT solution shall not transmit files
automatically across the network from the endpoint to any network
component unless done so manually by the administrator as this
would clog the network bandwidth
The proposed endpoint Solution must block Memory attacks
penetrate via endpoints and malware evades security defenses by
exploiting vulnerabilities in applications and operating system
processes.
The proposed endpoint solution must support System Process
Protection adds protection for memory attacks against Windows
system processes.
The proposed endpoint solution must support Adding Process
Exclusion type to support System Process Protection in AMP for
Endpoints Windows Connectors.
The proposed endpoint solution must support Adding Policy
settings to enable Exploit Prevention and System Process
Protection in AMP for Endpoints Windows Connectors.
The proposed endpoint solution must have Exploit protection - for
protecting certain popular applications like MS Word, Excel,
PowerPoint, Internet Explorer, Firefox, Chrome, Adobe Reader
and others from attacks loading malwares that directly into the
memory of these processes.
The proposed endpoint solution must have On-Prem Private
Cloud Appliance or AMP Update Server for signature updates for
offline engine .
The proposed endpoint solution must block Malicious Activity
Protection provides real-time detection and blocking of abnormal
behavior of a running program on the endpoint, for example,
behaviors associated with ransomware
The proposed endpoint solution must have Custom Detections
capability to serve the goal of delivering robust control to the
security administrator by allowing to define custom signatures and
enforce blacklists
The proposed endpoint solution must have Endpoint IOCs which

368
Full Technical
Specification
Item Description Technical Specification &Standard
(to be
mentioned)
can help in incident response for scanning post-compromise
indicators across multiple computers, can be imported from open
IOC-based files that are written to trigger on file properties
The Proposed Endpoint solution must support at least following
Exploit Techniques Shellcode, Process Hollowing, Reflective
Loading, Memory Corruption Exploits, Stack-based Exploit
Techniques, Packer- based Malicious Attacks
The proposed endpoint solution must have inbuilt capability to
help network operations teams and incident responders to
understand threats in their environment
The proposed endpoint solution must have capability to
Combines all of the threat intelligence available from the Endpoint
solution into one place.
The proposed endpoint solution must have inbuilt tool which will
help in reducing complexity from a growing suite of security tools,
help identify malicious observables, and speed up incident
response.
The proposed solution should have build in API's to support
integration with 3rd party systems like SIEM, Firewalls, IPS, Proxy
etc.
Manufacturer's
Bidder should mention the part numbers
part number
Warranty 3 (Three) Years

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

369
Passive Infrastructure
33. Raised Floor System
(To be filled up and signed by the Bidder, otherwise the offer will not be acceptable)
Item Name Item Description Full Technical
Specification
&Standard
(to be mentioned)
Brand Please Mention
Model Please Mention
Country of Please Mention
Origin
Country of Please Mention
Manufacture
Floor Quality Standards: ISO 9001/9002
Specification:
Fiber-reinforced Calcium Sulphate Panel only
selected raw material to meet the modern building
requirements as well as high graded ecological
aspects. The mineral binding material is the high
alpha hemihydrates which guarantee the production
Solid Panel: of constant product quality depending on permanent
high purity. A balanced and constant density all over
the panels must be guaranteed. The panel shall meet
the high requirements regarding dimensional
accuracy acc. guarantee high air tightness. High air
leakage rate requirements are guaranteed as well.
Load, Size & Panel Surface: High Pressure laminate
Thickness Panel Dimensions: 600X600 mm
Panel Thickness: ~32 mm
Panel Underside: As required Mat.
Panel Materials: Fiber-Reinforced Calcium Sulphate
Pedestal Material: MS Materials
Finished Floor Height (FFH): 450~600 mm
Concentrated load: 4500 N per 25mm sq.
Ultimate Load: ≥ 8000N
Easy to install, Disassembly and Interchange
* Systematically anti-static
* Fire-proof
* Damp proof
* Support heavy load, easy to install, Disassembly
and interchange.
* Difficult to be dirty, easy to clean, decorative,
*Appearance and durable using term.
Pedestal, Stringer, fasteners and other materials will
be in accordance to match the above.
Perforated Panel:
Perforated Brand: Please Mention
Panel: Model: Please Mention
Country of Manufacture: Please Mention
Country of Origin: Please Mention
370
Item Name Item Description Full Technical
Specification
&Standard
(to be mentioned)
Feature: Feature:
Perforated Adjustable steel perforated panel designed for static
Panel: load shall be interchangeable with standard field
panels and capable of supporting concentrated loads
with at least the load carrying capacity as the
standard panels. steel perforated panel forcing more
of the cold air directly onto the face of the equipment.
feature controls the cold Airflow.
Dimension: 600X600 mm
Thickness: Depending on floor systems
Panel Material: Stainless Steel, conductive powder
coated
Perforation: Circular /Rectangle holes or Variety of
perforation designs.
Free air flow: It must be above 25% High Density
Airflow Panel
Ultimate load: 1000kg
Electrostatic >10*5 ohm
0°, 15°, or 30° air deflection
Fire resistance Class acc. A balanced and constant
density all over the panels must be guaranteed.
Double Panel Lifter having capacity of lifting the provided both
Suction types of panels.
Panel Lifter
Air Grommet: Brand: Please Mention
Model: Please Mention
Country of Manufacture: Please Mention
Country of Origin: Please Mention
Feature: Air grommet Dust proof panel with double brush.
Color black.
*Divided section.
*Overlapping Brushes with double layer facilities.
*Latch removable brush section.
*Installation facilities at the panel edge or within the
panel.
*High Strength Flame Retardant ABS and quality
Nylon 6 brush.
*Shape: round or rectangle.
Installation Offer should include required installation accessories
(if any).
[The Bidder should complete all the columns as required]
Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date
371
34. SIGNAL REFERENCE GRID (SRG)
(To be filled up and signed by the Bidder, otherwise the offer will not be acceptable)

Item Name Item Description Full Technical


Specification
&Standard
(to be mentioned)
Brand To be mention
Country of Please Mention
Origin:
Description/ The signal reference grid (SRG) system to be
General implemented for Data Centre.
Features The ground resistance has to be below 0.5 ohm.
All metallic object including cabinet, PDUs, Cooling
system, raised floor etc. should be connected to
grounding system.
For a. Racks should be assembled with paint piercing
Rack/cabinet grounding washers, under the head of the bolt and
continuity between the nut and rack, to provide electrical
continuity.
b. A full-length rack-grounding strip should be attached
to the rear of the side rail with thread forming screws to
ensure metal to metal contact.
For Larger bonding conductor to bond each rack or cabinet
Rack/Cabinet with the grounding strip to the data Centre grounding
Grounding infrastructure (SRG System)
For a. Provision of larger conductor to bond the Data Centre
Telecommuni grounding infrastructure to the TGB.
cations b. Two-hole copper compression lugs are preferred for
Grounding vibration.
Bar
Telecommuni a. The TBB should be installed as a continuous
cations conductor, avoiding splices where possible.
Bonding Bar b. Avoid routing grounding/earthing conductors in metal
conduits.
Telecommuni The TMGB is to be bonded to the service equipment
cation Main (power) ground, which connects to earth ground (the
Grounding grounding electrode system)
Bus Bar
Design & Please mention detail design & work plan for SRG.
Methodology
Brand: Any reputed Brand,
Origin: Please specify
Insulation for
Manufacture: Please mention
Server
Room, Power
Country of shipment: Mention please
Room &
Good fire-retardant rigid acrylonitrile butadiene rubber.
Others
Single side aluminum foil with corrosion resistant paint in
total thickness 25 mm.

372
Item Name Item Description Full Technical
Specification
&Standard
(to be mentioned)
Offer should include required installation accessories (if
Installation
any).
and
accessories

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

373
35. Civil & Interior Work for DC-DR:
(To be filled up and signed by the Bidder, otherwise the offer will not be acceptable)

Item Name Required Specification Full Technical


Specification &Standard
(to be mentioned)
Dismantling the Dismantling of the any existing wall, RCC
existing structure work, carefully removing other fitting,
Equipment, door, shutter & frame opening
etc, existing chamber as per drawing-design
and stack the debris to the safe distance as
per instruction.
Brick Work 125mm brick work with 1st class bricks in
cement mortar (1:4) and making bond with
connected walls in/c racking out joints, filling
the intersects with morter, cleaning and
soaking the bricks at least for 24 hours before
use and washing of sand, necessary
scaffolding, curing at least 7 days.
Plaster Work Minimum 1" plaster to wall (1:3) inner surface
of the building, finishing the corner and edges
in/c removing the existing damp plaster (if
necessary), washing of sand, cleaning the
surface with clean water, necessary
scaffolding.
Paint Plastic emulsion paint of approved color of
Berger to wall/column of inside wall of two
coats over a coat of brand specified primer /
scalar collapsing specified time for
drying/recoating including cleaning, drying,
making free from dirt grease, wax, removing
all chalked and scald materialism fungus,
mending grid the surface defects, sand
papering the surface and necessary
scaffolding by roller/ spray etc and printing
with two coats of synthetic enamel paint
approved color over a coat of priming etc all
complete as per direction.
Fire rated E-Poxy Industrial Paint for protect Fire proof and wall
Paint dam proof for Server Room, Network Room
and Power Room
Ramp As required

Dry Wall Supplying, fitting & fixing of 12mm thick


Gypsum board suspended from ceiling/wall
by steel frame fixed in the ceiling/wall by royal
plug, screen, hooks, nails etc. Maintaining
straight lines and desired finished level
including making holes in slabs or beams by
electric drill and mending good the damages
if any execution of work including cost of all
materials accessories scaffolding labor for

374
Item Name Required Specification Full Technical
Specification &Standard
(to be mentioned)
installation screws, nails including doccu
painting all complete as per drawing-design
and direction. Insulation must be installed in
between Drywall and ceiling layer.
Tempered Glass As Required.
Partition
Tempered Glass As required.
Door

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

375
36. Interior Work with Furniture for NOC Room Build Up
(To be filled up and signed by the Bidder, otherwise the offer will not be acceptable)

Item Descriptions Full Technical


Specification &Standard
(to be mentioned)
2 X 3 Professional FHD Video Wall
Brand: To be mentioned by the Bidder
Model: To be mentioned by the Bidder
Country of origin: To be mentioned by the Bidder
Specification: Diagonal: 49"(16:9)
LCD Technology: IPS
Resolution: 1920×1080 (FHD)
Bezel width: 2.3mm(U/L), 1.2 mm(R/B)
Backlight: Direct LED
Brightness/Luminance: 450 cd/㎡
Contrast: 1300:1
Pixel Density: 46dpi
Viewing Angle: H178°, V178°
Response time: 8ms
Display Color: 10bit (1.07B)
Color Temperature: 10,000K
MTBF: 50,000 h
Video Signals:
Input: CVBS(BNC)×2, VGA(D-Sub) ×1,
DVI-D×1, HDMI×1, RS232×1, USB×1,
IR×1
Output: CVBS(BNC)×2, RS232×1
General:
Consumption (Standard): 90w
Consumption (Standby): ≤0.5W
Power Supply: AC100V~AC240V,
50/60 Hz
Installation Mode: Floor-standing
Control Mode: Infrared, RS232 dual
mode, supporting remote PC control
Dimension (W×H×D) (no structure):
1077.6mm×607.8mm×111.7mm
(42.4"×23.9"×4.4")
Multi-Service Video Management Platform
Brand To be mentioned by the Bidder

Model To be mentioned by the Bidder


Country of Origin To be mentioned by the Bidder

376
Main Processor Quad-core embedded DCroprocessor
Operating System Embedded LINUX
BUS PCIE
Slot 12(2 Main Control Board Slot, 10 Video
and Audio Function
Board)
Mainframe Power module (redundant power
optional), main control board, control
board, PCI-E bus rear panel, smart
temperature-controlled fan.
Video Input Card 1 unit
Video output Card 1 unit
Video Input Interface: 4ch HDMI
Encoding Format: H.264/MPEG4
Encoding Capability: 4CH@1080P,
support
resolution: 1080P/720P/UXGA/
SXGA+/SXGA/XGA/SVGA/VGA
Video Output Decoding Capability:
2CH@32MP(25fps)/8CH@12MP(15
fps)/8CH@4K/32CH@1080P/72CH
@720P/128CH@D1
Interface: 6CH@1080P
Resolution: 4000*3000@15fps,
3840*2160@30fps,
1920*1080@60fps,
1280*1024@60fps,
1280*720@60fps,
1024*768@60fps
Split 1/4/6/8/9/16/25/36, free split
Network Interface: 6 RJ-45 ports
(10/100/1000M), 2 in mainboard and 4
in
control board
Serial Port: 4 RS232 ports (4 RJ45), for
console and control
1 RS485 port
USB: 3 USB2.0, 1 USB3.0
Power Supply 100~240V AC, 50/60Hz
Power ≤600W
Consumption
Working -10℃~+50℃ / 10~90%RH / 86~106kpa
Temperature
Dimension 4U, 482.6 × 437.0 ×177.0mm(19.0 ×
17.2 × 7.0 inch),
(W*D*H)

377
Workstations with Brand: Dell/HP
21-inch monitors & Model: Please Mention
stand. Country of Origin: USA/EU
Country of manufacture: Please mention
Specification: Core I7, 8 GB Ram, 1TB
HDD, minimum 21 Inch Monitor with Stand,
With Microsoft Windows License
NOC Room interior, Design & submit detail NOC room layout
furniture & fixtures with 3 persons sitting arrangement.
installation Delivery and installation of NOC room with
all required furniture & fixtures (chair, table,
cabinet), NOC room ceiling, Sound
proofing, display positioning & installation,
other panel positioning. Require to consider
all require lighting & all such accessories to
complete the NOC.
[The Bidder should complete all the columns as required]
Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

378
37. Distribution Box
(To be filled up and signed by the Bidder, otherwise the offer will not be acceptable)

Item Item Description Full Technical Specification &Standard


(to be mentioned)

Supply, installation, testing &


commissioning of following Distribution
Boards of components from
ABB/MOELLER(EU)/Siemens /Schneider
(EU) or equivalent having ISO9001
certificate housing the following rated MCB/
MCCB & busbars and all other accessories

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

379
38. EMDB + MDB For Power Room
(To be filled up and signed by the Bidder, otherwise the offer will not be acceptable)

Item Item Description Full Technical Specification


&Standard
(to be mentioned)

16 SWG Sheet steel enclosed, dust & vermin proof,


free standing, floor / Wall mounting,'415V, 50 Hz,
indoor type Distribution Board complete with hard
drawn electrolytic copper bus bars of adequate rating,
proper insulated TPN & E and equipped with:
Each of panel includes:

Incoming:
320 A, 36 KA, TP MCCB with adjustable thermal
overload and adjustable magnetic short-circuit
releases.
Current Transformer, ratio: 320/5A with suitable
accuracy and burden
Digital Multi Meter
Phase Indicating lamps, R-Y-B
Control Fuse
Outgoing:
Outgoing: 160A, 36 KA, TP MCCB with adjustable
thermal overload and adjustable magnetic short-circuit
releases.
100 A, 36 KA, TP MCCB with adjustable thermal
overload and adjustable magnetic short-circuit
releases.
63 A, 36 KA, TP MCCB with adjustable thermal
overload and adjustable magnetic short-circuit
releases.
32 A, 25 KA, TP MCCB with adjustable thermal
overload and adjustable magnetic short-circuit
releases.
32A, 6 kA, 1-pole, Miniature Case Circuit Breaker

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

380
39. MDB (Main Distribution Board) For Genset Room
(To be filled up and signed by the Bidder, otherwise the offer will not be acceptable)

Item Item Description Full Technical Specification


&Standard
(to be mentioned)
MDB (Main Distribution Board) For Genset Room
16 SWG Sheet steel enclosed, dust & vermin proof,
free standing, floor / Wall mounting,'415V, 50 Hz,
indoor type Distribution Board complete with hard
drawn electrolytic copper bus bars of adequate
rating, proper insulated, TPN & E and equipped
with:

Each of panel includes:


Incoming:
320 A, 36 KA, TP MCCB with adjustable thermal
overload and adjustable magnetic short-circuit
releases.
Current Transformer, ratio: 320/5A with suitable
accuracy and burden
Digital Multi Meter
Phase Indicating lamps, R-Y-B
Control Fuse
Outgoing:
Outgoing:320A, 36 KA, TP MCCB with adjustable
thermal overload and adjustable magnetic short-
circuit releases.
32A, 6 kA, 1-pole, Miniature Case Circuit Breaker

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

381
40. CAC and PAC DB
(To be filled up and signed by the Bidder, otherwise the offer will not be acceptable)

Item Item Description Full Technical Specification


&Standard
(to be mentioned)
CAC and PAC DB
Sheet steel enclosed, dust & vermin proof, free
standing, floor / Wall mounting,'415V, 50 Hz,
indoor type Distribution Board complete with hard
drawn electrolytic copper busbars of adequate
rating, TPN & E and equipped with:

Each of panel includes:

INCOMING:
1 No. 160 A, 36 kA, MCCB, Moulded Case Circuit
Breaker
Current Transformer, ratio: 160/5A with suitable
accuracy and burden
Digital Voltmeter, 0 - 500 V & Ammeter
Phase Indicating lamps, R-Y-B
Control Fuse
OUTGOING:
63A, 25 kA, MCCB
20A 10 KA TP
32A, 10 kA, MCB DP
32A, 10 kA, 1-pole, MCB

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

382
41. UPS DB
(To be filled up and signed by the Bidder, otherwise the offer will not be acceptable)

Item Item Description Full Technical Specification


&Standard
(to be mentioned)
UPS DB
16 SWG Sheet steel enclosed, dust & vermin proof,
free standing, floor / Wall mounting,'415V, 50 Hz,
indoor type Distribution Board complete with
interlocked system and hard drawn electrolytic
copper busbars of adequate rating, TPN & E and
equipped with:

Each of panel includes:


Incoming:
100 A, 25 KA, TP MCCB with adjustable thermal
overload and adjustable magnetic short-circuit
releases.
Current Transformer, ratio: 100/5A with suitable
accuracy and burden

Digital Multi Meter

Phase Indicating lamps, R-Y-B

Control Fuse
Outgoing:
Outgoing: 32A / 20A, 10 kA, 1-pole, Miniature Case
Circuit Breaker

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

383
42. Security DB/ Utility DB

(To be filled up and signed by the Bidder, otherwise the offer will not be acceptable)

Item Item Description Full Technical Specification


&Standard
(to be mentioned)
Security DB/ Utility DB

Sheet steel enclosed, dust & vermin proof, free


standing, floor / Wall mounting,'415V, 50 Hz, indoor
type Distribution Board complete with hard drawn
electrolytic copper busbars of adequate rating, TPN
& E and equipped with:
Each of panel includes:
Incoming:
63A, 36 kA, MCCB Moulded Case Circuit Breaker
with built-in' adjustable overload and adjustable
short-circuit releases;
Current Transformer, ratio: 63/5A with suitable
accuracy and burden
Digital Voltmeter, 0 - 500 V & Ammeter
Phase Indicating lamps, R-Y-B
Control Fuse
Outgoing:
20A SP MCB
16A SP MCB
10A SP MCB

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

384
43. Electrical Cabling
(To be filled up and signed by the Bidder, otherwise the offer will not be acceptable)
Item Item Description Full Technical
Specification
&Standard
(to be mentioned)
Cabling System
Cables
BBS/ POLY/BRB/SQ
Brand
Certification
Supply of PVC insulated single core cable/PVC insulated &
PVC sheathed single/multi core cables (Poly/BBS/BRB or
equivalent) having ISO 9002 certified co. of the following sizes in
pre-laid conduits/trench/tray and making good all damages and
termination of connection at both ends as per drawing,
specification and instruction of the Engineer-in-charge.
Measurement 1C -1.5 mm2 FRLS Cable
1C -2.5 mm2 FRLS Cable
3C -2.5 mm2 FRLS Cable
1C -4.0 mm2 FRLS Cable
3C -4.0 mm2 FRLS Cable
1C -6.0 mm2 FRLS Cable
1C-10 mm2 NYY/XLPE Cable
4C-10 mm2 NYY/XLPE Cable
4C-16 mm2 NYY/XLPE Cable
1C-25 mm2 NYY/XLPE Cable
1C-50 mm2 NYY/XLPE Cable
1C -120 mm2 NYY /XLPE Cable
3C-6 mm2NYY
EARTH Supply of insulated/ electrolytic annealed copper earth
CONTINUITY continuity conductor (BRB/ Poly/BBS or equivalent) of following
CONDUCTORS sizes in pre-laid conduit/cable tray along with cable including
connection to various metallic parts as per specification, drawing
and instruction of the Engineer-In-Charge.
Measurement 1C-1.5mm2 BYA Cable (Green)
1C-2.5mm2 BYA Cable (Green)
1C-4.0mm2 BYA Cable (Green)
1C - 6 mm2 BYA Cable (Green)
1C - 10 mm2 BYA Cable (Green)
1C - 16 mm2 BYA Cable (Green)
1C - 35 mm2 BYA Cable (Green)
1C - 50 mm2 BYA Cable (Green)
Installation Offer should include required installation accessories (if any).
[The Bidder should complete all the columns as required]
Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date
385
44. Switch & Socket
(To be filled up and signed by the Bidder, otherwise the offer will not be acceptable)

Item Item Description Full Technical Specification


&Standard
(to be mentioned)
Switch & Socket
Brand Please mention
Switch & Supply and installation of imported gang
Socket switches and wall boxes complete with all
other necessary accessories &
connections everything complete as per
drawing, specification and instruction of the
Engineer-in-charge. The wall boxes may
be locally made of 18SWG galvanized
steel sheet including earthing block.
Voltage 10A. 250V, SP Switch 3 Gang
details
10A. 250V, SP Switch 2 Gang
10A. 250V, SP Switch 1 Gang
Installation Offer should include required installation
accessories (if any).

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

386
45. Socket Outlet
(To be filled up and signed by the Bidder, otherwise the offer will not be acceptable)

Item Item Description Full Technical Specification


&Standard
(to be mentioned)
Socket Outlets
Brand Please mention
Socket Supply and installation of imported
Outlets 13A/15A, 3-pin, 250V, combined switched
Description socket outlet from Legrand (France, UK)
/M.K (Singapore) or equivalent suitable for
3 pin plug including the box, cover plate
with necessary galvanized machine screws,
earthing block complete with necessary
connections as per drawings, specifications
and direction of the Engineer-in-charge.
The box may be locally made of 18SWG
galvanized sheet steel.
Brand: ABB/Schneider/Legrand
Installation Offer should include required installation
accessories (if any).

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

387
46. Industrial Socket:
(To be filled up and signed by the Bidder, otherwise the offer will not be acceptable)

Item Item Description Full Technical Specification


&Standard
(to be mentioned)
Industrial Socket
Brand Please mention
Industrial Supply and installation of imported 32A
Socket /16A, 3-pin, 250V, Twisted lock outlet
Description /industrial 3pin socket outlet from foreign
made (China) suitable for 3 pin plug
including the box complete with
necessary connections as per drawings,
specifications and direction of the
Engineer-in-charge.
Brand: ABB/Schneider/Legrand
Installation Installation Industrial Socket work

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

388
47. Earthling System
(To be filled up and signed by the Bidder, otherwise the offer will not be acceptable)

Item Item Description Full Technical


Specification
&Standard
(to be mentioned)
Earthling System for Data Centre
Earthling Proper grounding and earthling system design should be
Description done according to the DC standard guideline TIA/Uptime.

Data Center Equipment grounding and Data Center


Building foundation grounding shall be done considering
international standards to attain an earth resistance which
has to be below 0.5 ohm (for each electrode).

Equipment Earthing should be done using Copper Belt


and Copper Rod. Data Center Earthling System should be
connected with building foundation grounding to provide
an equipotential grounding ring around the facility, while
connecting all external equipment serving the facility to
that equipotential ring including the utility transformers,
generators, service equipment, metallic piping etc.
Earth Construction of 300X300X300mm earth inspection pit with
inspection R.C.C cover as per drawing & instruction of the Engineer-
In-Charge.
Installation Offer should include required installation accessories (if
any).

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

389
48. Automatic Voltage Regulator
(To be filled up and signed by the Bidder, otherwise the offer will not be acceptable)

Sl Item Name Item Description Full Technical


Specification
&Standard
(to be mentioned)
Automatic Voltage Regulator
Brand: Please Mention
Country of
USA/EU
Origin:
Rated power: 200 KVA
continuous duty INDOOR INSTALLATION

Input voltage 3PH+N 380Y/220 VAC 3PH and 4 wires


Input voltage 380Y/230 VAC +/-20%
range
From 323V up to 460V for three phase L- L

from 187V up to 265V for single phase L- N

Output voltage 3PH+N 380Y/220 or 400Y/230 VAC selectable


Output voltage
: ± 1.0 % RMS stabilized
accuracy
Frequency: 50 Hz +/- 5%
Admitted load
0 to 100%
variation
Admitted load
up to 100%
unbalance
Maximum
360 A
Input Current
Rated Current: 288 A @ 400 VAC
Operation DCro Processors Base or Electro Servo mechanical,
type: motor drive controlled

*Operation control system: unit sensed by solid state


electronics, conformal coated to prevent short circuiting
due to humidity

Correction
18 ms/V =1.1 sec x60V, -15% drop, response time
speed
Power factor
Any
of the load
Waveform
< 0,2 % - nil and none added
distortion
Full load
> 98% at 100% linear load
efficiency
Cooling natural air (aided by fans over 45°C)
Permissible
200% x2 minutes, 150% x5 mins, 110% x10 mins
overload
Operating -15°C up to +50°C
390
Sl Item Name Item Description Full Technical
Specification
&Standard
(to be mentioned)
temperature
Relative
< 90% (non condensing)
humidity
Applicable
IEEE 587, EN 50081-1:1992, EN 50082-1:1998,IEC
Safety
439
Standards
Fittings
Multi-task digital network analyzers to provide
monitoring of INPUT / OUTPUT electrical values

Measurement front panel with the following parameters


(voltage, current, frequency, power factor, Power, KVA )

Lightning protection arrestors of spikes/surges 60kA


TVSS class II

Soft start and Soft Stop protections given by super-


capacitor system for safe load supply at start-up

Logic control based on a Coprocessor control system


Buzzer alarm provisions over-temperature, under/over
voltage
Alarms for minimum and maximum voltage
Alarms for maximum current
Alarms for ventilation failure and over-temperature

Auxiliary circuit are protected by fuses

*Protection degree: metallic cabinet IP21 RAL 7035


finish paint
Installation Installation and commissioning

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

391
49. SPD (Surge Protective Device)
(To be filled up and signed by the Bidder, otherwise the offer will not be acceptable)

Item Item Description Full Technical


Specification
&Standard
(to be mentioned)
SPD (Surge Protecting Device)
Brand Please Mention
Country of Origin Please Mention
Specification for SPD (3P+N)
SPD
Type One Port Parallel for TN-C System, Single Phase,
Continuous, Varistor (P-N) + Spark Gap Phase,
Continuous, Varistor (P-N) + Spark Gap(N-E) Type
Impulse Current Peak Current = 3x12.5kA (P-N)/ 100 (N-E) kA
Iimp (10/350) us
Nominal Discharge (8/20) us : I n > 3x25 kA/ 100 kA (L-N/ N-E)
Current
Maximum I max > 3x50 kA/ 100 kA (L-N/ N-PE)
Discharge Current
Voltage Protection Up < 1.5 kV
level
Maximum Uc< 280 VAC
Continuous
Operating Voltage
Rated Frequency Rated Frequency = 50/60 Hz
Nominal Input 230 V
Voltage
Maximum 260 V
Operating Voltage
Status Indicator LED, Dry Contacts
Number of SPD 3 for Phase to Neutral
1 for Neutral to Earth
Response Time (tr) Response Time (tr) : < 25 ns
Certification IEC 61643/ EN 61643/ UL 1449
Listing
UL 1449 2nd ed.
CE
Installation Offer should include required installation accessories
(if any).

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date
392
50. Online UPS
(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

Full Technical
Specification
Item Name Required Specification &Standard
(to be mentioned)
Online UPS Online UPS
Basic Unit Configuration:
Supply, installation, testing & commission of
120KVA (2x60KVA Parallel Operation) 400VAC, 3-
phase, 50Hz.Online UPS (Dual bus configuration)
Guideline 60 minutes battery backup power with output power
factor(pf) .9 (one) at full (100 %) load &all other
accessories and necessary connection etc. as per
specifications & drawings.
Brand Please Mention
Model Please Mention
Country of origin USA / EU
Rating 120 KVA (2x60 KVA)
Single Unit Capacity 60 KVA
Double Conversion True Online, Voltage and
UPS Technology
Frequency Independent (VFI)
Initially 120 KVA Upgradable to 480 KVA
Scalability
(8x60KVA).

Up to 8 UPSs (All the UPSs power the load


Parallel Configuration
simultaneously with automatic sharing of the
current).
MTBF (mean time before Please Mention
failure)

Parameter Parameter Specification


INPUT
Rated Input Voltage 380/400/415VAC, three-phase four-wire
Voltage tolerance: 400 ±20% @ full load
Accepted frequency 40Hz - 72 Hz
Input Current Distortion <3%
(THDi) %
≤1% with linear load / ≤3% with non-linear load
THDv
Input Power factor >0.99
Under voltage, Over voltage, Phase failure, Phase
Protection
rotate, transient, swell, dip, surge
The UPS system should have terminals for duel
Duel Input Connection:
power input.
Progressive start rectifier Programmable from 1 to 125 sec. in steps of 1 sec.
(Power Walk-in duration) (default is off)
Turning on delayed Programmable from 1 to 120 sec. in steps of 1 sec.
rectifier (Power Walk-in (standard function is 3 sec.)
start delay)
393
Full Technical
Specification
Item Name Required Specification &Standard
(to be mentioned)
Bypass Parameter
Bypass input voltage 380/400/415VAC, three-phase four-wire
from 180 V (adjustable 180-200) to 264 V
Voltage range for enabling (adjustable 250-264 V).
switching to bypass
Bypass input frequency ±5% (adjustable from 0,25 to 10%)
range
≤110% infinite >110% ÷ ≤133% 60 min. >133% ÷
Bypass overload capacity
≤150% 10 min. >150% 1 min.
Output Parameter
Output voltage 380 / 400 / 415VAC three-phase + N (selectable)
Output frequency 50/60 Hz
Output frequency stability 50Hz/60Hz± 0.01 in Battery mode
Voltage stability Please Mention
Steady state < ±1%, typical
≤ 1% with linear load ≤ 3% with distorting load
Voltage distortion:

>103% ÷ ≤110% 10 min. >110% ÷ ≤133% 1


Inverter overload capacity min. >133% ÷ ≤150% 5 sec. >150% ÷ ≤200% 0,5
sec. >200% 0,2 sec.
Phase Shift
Voltage phase shift with 120 ± 1 °
balanced and unbalanced
loads
THDv
100% linear load <1.5%
100% non-linear load <3%
Output power factor 0.9 pf
Mechanical Bypass: There should be a central mechanical bypass.
Crest factor [lpeack/lrms] 3:01
DynaDC stability ±3%
Static variation ±1%
Efficiency:
Overall efficiency: >96,5%
In eco-mode configuration: 99%
Environment:
Operating temperature 0 - 40°C
range
-25°C up to +60°C (UPS) -15°C up to +40°C (UPS
Storage temperature
with battery)
1000 m at nominal power (-1% reduction in power
Maximum operating
for every 100 m over 1000 m) Max 4000 m
altitude
Relative Humidity 90% non-condensing

394
Full Technical
Specification
Item Name Required Specification &Standard
(to be mentioned)
Noise level at 1 m [dBA±2] <40
(SMART ACTIVE )
IP Class IP20
European directives: L V 2014/35/EU low voltage
Directive EMC 2014/30/EU electromagnetic
compatibility Directive Standards: Safety IEC EN
Standards
62040-1; EMC IEC EN 62040-2; RoHS compliant
Classification in accordance with IEC 62040-3
(Voltage frequency Independent) VFI - SS – 111
Classification in (Voltage Frequency Independent) VFI - SS – 111
accordance with IEC
62040-3
DC parameter
Battery Type Sealed Maintenance Free-VRLA,
Battery Brand: As per UPS Manufacturer Guideline

Model: Should be mentioned


Country of Origin: Korea/China
Country of Manufacture: Should be mentioned
Number of Batteries (12V): Should be mentioned
Should be mentioned. Battery sizing calculation
Battery Amp:
should provide with OEM’s Guideline.
Battery Compensation Yes
Charger output voltage 1%
regulation accuracy
DC ripple low voltage Zero
Auto Boost/float charges Temperature
compensated battery charging
Adjustable End of discharge voltage Self Battery
Battery Charging Features
diagnosis Battery capacity estimate Low Battery
& protections
voltage pre- alarm warning with automatic tripping of
inverter at end of discharge voltage with complete
isolation of battery from UPS
Optimum battery 20 to 25 (°C)
temperature
Monitoring and Control,
Interfaces
The UPS will incorporate the necessary controls,
instruments and indicators to allow the operator to
General monitor the system status and
performance, and take action where appropriate.

395
Full Technical
Specification
Item Name Required Specification &Standard
(to be mentioned)
The control panel consists of a graphical display, 6
visual warning LEDs and 4 function keys. LCD
display is 5.1” wide with 16 rows ad 40 characters
Operator control and maximum on each one. The resolution is 240x128
display pixel in black/white color.

The UPS will be equipped with two independent


inteli slot
Interfaces
bays available for communication cards such as
SNMP, Modbus.
The UPS will be provided with the necessary ports
to allow it
UPS System interface to interface with other units of the same series when
set up as a parallel or as a dual bus UPS system

USB, RS-232, SNMP slot, potential-free contacts.


Communication ports:
Each UPS system should be supplied with an
SNMP Card for Remote internal SNMP Card. The UPS/SNMP Card should
Monitoring: be compatible with Data Center EMS / BMS/
TCP/IP.
Physical Parameters
Dimension, w x h x d (mm) To be submitted by the Bidder
Weight (kg) To be submitted by the Bidder
Must be capable of doing remote monitoring and
Remote Monitoring which should support integration with the BMS/EMS
system
Installation is required to Commissioning, lifting and
tested charges will include appropriate and quote for
Installation & the same. If any other Hardware/Software/Internal
Commissioning: or External cables or any component or equipment
is required for solution, mention and quote for the
same.

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

396
51. Generator with Necessary Electrical work
(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

Full Technical
Item Specification &Standard
Item Name Required Specification
No (to be mentioned)
2.14 Generator with generator room preparation
Standby Generator 440 KVA with Data
Item
Center Continuous (DCC)
Brand: Any International Reputed Brand
Origin: USA / Europe / UK
Manufacture: USA / Europe / UK
Country of Shipment: USA / Europe / UK/ Singapore
Model: Please Mention
Fuel: Diesel
Standby Capacity: 440 KVA
Prime Capacity: 400 KVA
Starting System: Auto & Manual
Emergency Stop System will be provided
Emergency Stop:

ENGINE
Brand CUMMINS / PERKINS/VOLVO
Origin USA / UK / EUROPE
Engine Model: Please Mention
Engine Speed(rpm): 1500
No. of Cylinders and 6 in Line
Build :
Engine Power Output at Please Mention
rated rpm:
Aspiration and Cooling: Turbocharged & charge air cooled
Total Displacement: Please Mention
Bore and Stroke: Please Mention
Combustion system Direct injection
Rotation Anti-clockwise, viewed on flywheel
Compression Ratio: Please Mention
Governor: Electronic
Fuel Consumption at full 98 maximum
load
Fuel Tank Capacity: 850
Oil Capacity : Please Mention
Cooling System: Please Mention
Coolant Capacity : Please Mention
Radiator Cooling Air Please Mention
(m³/min) :
Air Intake – Engine Please Mention
( m³/min ) :

397
Full Technical
Item Specification &Standard
Item Name Required Specification
No (to be mentioned)
Exhaust Gas Flow Please Mention
(m³/min) :
Brand Stamford/Meccalte
Origin Italy/UK
Model: Please Mention
Brushless single bearing, revolving field
Design
Stator 2/3 pitch
Rotor Single bearing, flexible disc
Insulation System Class H
Standard Temperature Please Mention
Rise :
Exciter Type Self-Excited
Phase Rotation - A (U), B (V), C (W)
Alternator Cooling Direct drive centrifugal blower fan
Standard degree of IP23
protection
AC Waveform Total No load < 1.5%. Non distorting balanced
Harmonic Distortion: linear load < 5%
CONTROL SYSTEM
Brand Please Mention
Origin Italy/France/UK
Model: Please Mention
Auto Mains Failure
Control Panel
Panel equipment: Control with AMF module,
Static battery charger
Emergency stop push button
Generating set control
module DSE 7320
features:
The module is used to monitor main supply
and starts and stops of a standby
generating set
DCro-processor-based design
Automatic control of main and generator
contactors
Monitors engine performance and AC
power output LED alarm indication

Front panel configuration of timers and


alarm trip points
CAN and magnetic pick-up versions
(specify on ordering)
4 digital inputs/3 analogue inputs

398
Full Technical
Item Specification &Standard
Item Name Required Specification
No (to be mentioned)
6 outputs (4 configurable on Magnetic
Pick-up, 6 configurable on CANbus
version)
Easy push button control STOP/RESET –
MANUAL – AUTO – TEST – START

Metering via LED


display:
Generator Volts (L-L / L-N)
Generator kVA
Engine oil pressure (PSI-Bar)
Generator kW
Generator Ampere (L1,L2,L3)
Generator Cos (σ)
Engine temperature (°C&°F)
Generator Frequency (Hz)
Plant battery volts
Engine hours run
Mains Volts (Ph-Ph/Ph-N)
Alarms:
Over and Under Speed
Low and High Battery Volt.
Start and Stop Failure
Charge fail
Over Current
Under / Over Generator Voltage
Low Oil Pressure
Emergency stop
High engine temperature
LED Indicators
Mains available
Generator available
Mains on load
Generator on load
built-in with generator (Same Brand)
ATS
built-in with generator (MUST BE
Canopy
FOREIGN with same BRAND)
Must be capable of doing remote
Remote Monitoring monitoring and should support integration
with the EMS system
Over Speed, Under Speed, Low Oil
Pressure, Over Heat, Low Coolant Level,
Auto Charger
Over Crank, Low Fuel, Auxiliary Fault etc.

399
Full Technical
Item Specification &Standard
Item Name Required Specification
No (to be mentioned)
Built – in Trickle Auto Battery Charger
Starting system
ISO 9001:2008, TS ISO 8528-4, TS ISO
8528-5, TS ISO 8528-8,
Standard / Certification
BS EN ISO 14001:2004, BS OHSAS
18001:2007, TS 12650
DIMENSIONS (SOUND
ATTENUATED TYPE)
DIMENSIONS (LxWxH): Please Mention
DRY WEIGHT: Please Mention
Bidder needs to propose & quote required
Generator Room generator room as per site and equipment
layout.
3 years with all parts, labor &
Warranty
consumables;
Generator Fuel is not under scope of
Note Vendor. Vendor will provide up to 100 ltr
fuel for test purpose.

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

400
52. ATS/STS:
(To be filled up and signed by the Bidder, otherwise the offer will not be acceptable)
Sl Item Name Item Description Full Technical
Specification
&Standard
(to be mentioned)
Rack mount ATS/STS-16A
STS/ATS Static/Automatic Transfer switch
Brand Please mention
Model To be submitted by the bidder
Country of Origin USA/ EU
Capacity 16 A
Input
Input Connectors IEC309 x 2
Rated Voltage 220 /230VAC
Rated Frequency 50 / 60Hz
Voltage Range 180 to 276VAC
Frequency Range 50 / 60Hz ± 5Hz
Voltage Distortion < 10%
Output
4+4 IEC-320 C13 (10A) + 1 IEC-320 C19
Output Connectors
(16A)
Power Factor 0.8 to 1 lead or lag
Overload Capacity 125% for 30 minutes
Efficiency 99%
Transfer
Number of Poles 2 poles
Automatic Transfer Interval < 6ms typical, < 11ms max
Environmental
Parameters
Operating
0 to 40°C
temperature
Storage
-40 to 70°C
temperature
Relative humidity 5 to 95%; no condensation
Elevation 3000 m
Mechanical
Parameters
Dimension H × W
Please mention
× D (mm)
Net weight of
standard Please mention
Equipment
Warranty 3 years.

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of

401
Date
53. Phase Correction Device:
(To be filled up and signed by the Bidder, otherwise the offer will not be acceptable)
Item Name Full Technical
Specification
&Standard
(to be mentioned)
Phase Correction Device
Brand Please Specify
Country of
Please Specify
Origin
Country of
Please Specify
Manufacture
Capacity 350Amp

Fully automatic phase reversal correction.


Load Protection from High or Low voltage.
If any of phases is changed then Output should be in the right
sequence (RYB).
Whenever input supply is given three phases should be
Details checked and correct automatically.
In case of neutral failure it should also protect the load.
Selectable switch for high and low voltage selection
Sensors from EU or USA are preferable.
Nominal voltage should be 400V.
Nominal operating current should be 350A

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

402
54. Access Control Solution:
(To be filled up and signed by the Bidder, otherwise the offer will not be acceptable)

Item Item Description Full Technical


Specification
&Standard
(to be mentioned)
Access Control Provide access control software to perform all
Software control functions simultaneously, including system
Functions configuration, database updates and access
control validation, without affecting the
performance of the system.
Ensure that the system is fully scalable to allow
additional users, user groups, access controlled
points and operator interfaces in future.

Use a system that will continue to operate


normally based on the last system settings when
communication between the central equipment
and field devices are lost.
Access Control Ensure a minimum of a username and password
Software Security protection to limit the software functions and data
records available to each individual system
operator. The system must be capable to be
setup by the administrator to filter individual
company data and selected personnel fields from
each system user.
Access Control Ensure that all system software license fees are
Software License included within the tender return and transfer the
Fees licenses to the Client at Practical Completion.
Access Control Reader (Finger, Card & PIN)

Brand Please Mention


Model Please Mention
Country of Origin Please Mention
Country of Please Mention
Manufacture
Technical  Processor: 32-bit ARM MCU
Specifications  Algorithm: BioNANO V10
 Sensor: AFOS300 Optical Sensor
 Sensor: Wake Up Mode Infrared
 Scan Area: 22mm*18mm
 Resolution: 500 DPI
 LCD: 128*64 white LCD
 Fingerprint Capacity: 2000
 Card Capacity: 2000
 Log Capacity: 50000
 Identification Mode: FP, Card, ID+FP, ID+PW,
PW+Card, FP+Card

403
Item Item Description Full Technical
Specification
&Standard
(to be mentioned)
 Identification Time: <0.5 Sec
 FRR: 0.001%
 FAR: 0.00001%
 Communication Interface: RS485, Mini USB
Slave, TCP/IP, Wiegand I/O
 Card Reader Module: EM RFID, Optional Mifare
and HID
 Fingerprint Image Display: Yes
 Self-defined Status: 16 Customizable time and
attendance status
 Work code: 6- digit work code
 Short Message: 50
 Scheduled Bell: 30
 Relay: DC 12V, Relay Output(COM, NO, NC)
 Access Groups & Time Schedules: 15 Groups,
32 Time Zones
 Door Open Sensor: Yes
 Tamper Alarm: Yes
 Operating Voltage: DC 12V
 Size: Please Mention:
 Temperature: -10 ℃~40 ℃
 IP Level: IP53(Optional Waterproof Cover)
 Certificates: FCC, CE
 Applicable Situation: Up to 1000 Users
Cards
The card type shall be EM RFID or equivalent.
Access Control Reader for Exit (Finger & Card)
Brand Please Mention
Model Please Mention
Country of Origin Please Mention
Country of Please Mention
Manufacture
Technical  Processor: TI Stellaris® 32-Bit High Speed CPU
Specifications  Optical Sensor: AFOS Optical Sensor
 Auto Sensor Wake Up Mode: Yes
 Scan Area: 22mmx18mm
 Resolution: 500 DPI
 Fingerprint Capacity: 1000
 Log Capacity: 50000
 Identification Mode: FP, Card, FP+Card
 Identification Time: <0.5s
 FRR: 0.001%
 FAR: 0.00001%
 Communication Interface: RS485, USB Plug &
Play, TCP/IP

404
Item Item Description Full Technical
Specification
&Standard
(to be mentioned)
 Card Reader Module: Standard EM RFID,
Optional Mifare Card
 Relay: 1 Relay
 Certificate: FCC, CE, ROHS
 Wiegand: Wiegand26 Output
 Door Open Sensor: Yes
 Size (LxWxH): Please Mention
Installation & Offer should include required installation
Commissioning accessories & commissioning.
Warranty 3 Years with all required spares & consumables

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

405
55. Fire Detection and Suppression System:
(To be filled up and signed by the Bidder, otherwise the offer will not be acceptable)

Sl Item Item Description Full Technical


No Specification
&Standard
(to be mentioned)
Fire Detection and Suppression System
NOVEC 1230 with Cylinder & Accessories (Server Room)
NOVEC 1230
Brand: Please specify
Country of Origin: EU/ USA/UK
Seamless storage containers
having a working pressure of 34.5
bar. Each Cylinder Assembly
includes storage container, valve,
153 TR Cylinder with
Pressure Gauge, Manual actuator,
all accessories
Electric Solenoid actuator, Hoses
etc. Units combined with all
accessories can be used as
modular (one cylinder) or
centralized (multiple cylinders)
system. Must be UL listed.
Brand: Please specify
Steel Nozzle 360°- 1¼” Origin: USA/EU/UK
UL Listed
Brand: Please specify
Steel Nozzle 360°- ½” Origin: USA/EU/UK
UL Listed
NOVEC 1230 with Cylinder & Accessories (Power Room)

NOVEC 1230

Brand: Please specify


Origin: USA/EU/UK
Seamless storage containers
having a working pressure of 34.5
bar. Each Cylinder Assembly
includes storage container, valve,
62 LTR Cylinder with Pressure Gauge, Manual actuator,
all accessories Electric Solenoid actuator, Hoses
etc. Units combined with all
accessories can be used as
modular (one cylinder) or
centralized (multiple cylinders)
system.
UL listed
Brand: Please specify
STEEL NOZZLE 360°-
Origin: USA/EU/UK
1”
UL Listed

406
Sl Item Item Description Full Technical
No Specification
&Standard
(to be mentioned)
Fire Detection and Suppression System
Brand: Please specify
STEEL NOZZLE 360°-
Origin: USA/EU/UK
½”
UL Listed
DETECTION SYSTEM (Fire Suppression Zone)
4 Detection zone with 2
Extinguishing area. With cross-
zoning detection feature.
Brand: Please specify
Model: Please specify
Extinguishing Area Origin: USA/EU/UK/Malaysia
Control Panel with Gas Power Supply Input: 240V AC
release 50Hz ,
Operating / System voltage: 24
VDC
Others: Must have feature for PAC
shutoff/EPO, Access Door release
while discharging gas.
Rechargeable Sealed Lead-Acid
Battery for control panel, 12VDC,
Rechargeable Sealed
7.2 Ah
Lead-Acid Battery
Brand: Please specify
Origin: Please specify
Brand: Please specify
Gas Discharge Sign
Origin: USA/EU/UK/Malaysia
Brand: Please specify
Double Flash Light
Origin: USA/EU/UK/Malaysia
Brand: Please specify
Origin: USA/EU/Taiwan
Current Consumption: 25mA,
Dimensions: 6”.
Alarm Bell
Low current consumption
Made of aluminum alloy gong,
assurance of higher and clearer
sound output
Brand: Please specify
Exit Sign Origin: USA/EU/UK/
Malaysia/China
Manual call point/ Brand: Please specify
Break Glass Origin: USA/EU/UK/Taiwan
Brand: Please specify
Origin: USA/EU/UK/ Taiwan
Heat Detector Supply Voltage: 12to 28V,
Alarm Indication: Red LED for
360° view

407
Sl Item Item Description Full Technical
No Specification
&Standard
(to be mentioned)
Fire Detection and Suppression System
Brand: Please specify
Origin: USA/EU/UK/Taiwan
Flashing LED,
Smoke Detector
Supply Voltage: 12to 28V,
Alarm Indication: Red LED for
360° view.
Mechanical fittings (Estimated)
Schedule 40 pipe 1⅟₂" Dia
Schedule 40 pipe 1" Dia
Schedule 40 pipe ¾” Dia
Mechanical fittings (MS Schedule 40 pipe ⅟₂" Dia
Pipes with fittings) MS Fittings (Reducer + Clamping
+ Elbow)
Brand: Please specify
Origin: USA/EU/UK/ Vietnam
Electrical fittings
Fire resistance cable 1.5 RM, BRB
or Paradise
Best Quality Local Painting,
Electrical cable and
Berger or equivalent
Fittings
GI and PVC Pipe, Flexible,
conduit, fittings & other
Accessories
Installation & Offer should include required
Commissioning installation accessories &
commissioning. The proper
calculation from above mentioned
manufacturer may change the
quantity of the gas and necessary
equipment as per requirement.

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

408
56. Data Center Infrastructure Management
(To be filled up and signed by the Bidder, otherwise the offer will not be acceptable)

Full Technical
Specification
SL Item Name Required Specification Unit Qty &Standard
(to be mentioned)
DCIM Software with storage
DCIM Nos 1
server
Brand Please mention
Country of
Please mention
Origin
OS: The DCIM shall be installed
on a centralized server/appliance
running on Linux or Windows
operating system that can be
accessed remotely through web-
based clients.
DB: DCIM should run on Open-
System Source RDBMS like MySQL or
Software Maria DB and based on Java.
Web Browser based: The DCIM
shall be 100% Web-based, 3-tier
architecture.
Multi-site monitoring: Support
for Remote monitoring of multiple
sites, from a single console in a
secure manner.
The DCIM must be container-
based solution for easy
deployment and secure data.

HTTPS encryption: The web


DCIM launch to devices shall occur
Software through a HTTP or secure HTTPS
Security connection.
Requirements
The DCIM shall be able to
integrate with third-party solutions
through APIs.
The DCIM shall have data backup
and restore tools
Vendor-neutral integration with
facility devices: Proposed DCIM
Infrastructure should be vendor agnostic and be
Monitoring able to interface with field devices
over SNMP or Modbus
communication protocols.

409
Full Technical
Specification
SL Item Name Required Specification Unit Qty &Standard
(to be mentioned)
Power Monitoring: Near-real-
time monitoring of power usage
DCIM should be able to integrate
with facility infrastructure, to
include but not limited to
following devices
DG Systems, Level Sensors in
Fuel Tanks
Electrical Feeder Panels (HT, LT,
DG, Breakers)
Multi-tenancy: The ability to
support more than one customer
(or internal end-user group) within
the same facility and provide
separate and distinct DCIM
outputs for each, such that each
tenant is presented only with the
data that pertains to that tenant.
Device specific reports, of all
critical parameters with date/time
stamp for all electrical, cooling
and Physical security devices.
DCIM Open & closed Alarm and alert
generated reports with date/time stamps.
Reports
Option to export reports/charts to
Excel, pdf & csv files.
Auto timed and dispatch of
Reports to select email-ids
User configurable DCIM
dashboard, where each user can
DCIM
customize their Dashboard based
Dashboard
on their roles - Management or
Operations.
Asset Device discovery (SNMP)
Management Device Inventory Management
(Live Device Availability Management
monitoring |
Reports | Search function for Assets
Dashboards) (Multi-criteria-based queries)

410
Full Technical
Specification
SL Item Name Required Specification Unit Qty &Standard
(to be mentioned)
Asset relationship mapping:
DCIM should provide asset
relationship mapping between
electrical devices in the power
chain, with live parameters at each
node. Power distribution across
Graphics the devices should be visualized.
User The Power chain should
Interface additionally provide details of
upstream and downstream
connected devices, for any device
being shut down for maintenance,
so that customer can take
precautions and ensure 100%
uptime.
DCIM App based Mobile
support
DCIM Dashboard with KPIs
Alarm monitoring and reporting,
with alerts delivered to the user
Mobile Extends the DCIM management
Enablement console to the Mobile
Mobile App access restricted to
authorized employees with role-
based logins only.
Vulnerability tests to ensure
secure access for Mobile App.
Modbus/TCP converter:
Ethernet Interface
10/100BaseT(X) Ports (RJ45
connector) 1 (Auto MDI/MDI-X
connection) Magnetic Isolation
Protection 1.5 kV (built-in)
Industrial Protocols: Modbus
TCP Client (Master), Modbus
TCP Server (Slave)
Hardware
Configuration Options Web
Specification
Console (HTTP), Device Search
Utility (DSU), Telnet Console
Management ARP, DHCP Client,
DNS, HTTP, SMTP, SNMP Trap,
SNMPv1/v2c/v3, TCP/IP, Telnet,
UDP, NTP Client
Operating Temperature 0 to
60°C (32 to 140°F)
Storage Temperature (package

411
Full Technical
Specification
SL Item Name Required Specification Unit Qty &Standard
(to be mentioned)
included) -40 to 85°C (-40 to
185°F)
Ambient Relative Humidity 5 to
95% (non-condensing) Output:
Ethernet
2 years full warranty with support
Warranty
service

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

412
57. Aspiration (VESDA) system:
(To be filled up and signed by the Bidder, otherwise the offer will not be acceptable)

Items Description Full Technical


Specification
Items &Standard
(to be mentioned)
Brand Please Mention
• LPCB (Loss Prevention Certification Board),
APPROVALS UK
standards • FM (Factory Mutual), US
• UL (Underwriters Laboratories Inc.), US
• ULC (Underwriters Laboratories Canada),
Canada
• Vds, Germany
Country of origin To be mentioned by bidder
Manufacturing To be mentioned by bidder
Country
General Features
Bidder should supply and install Very Early High
Smoke Detection Aspirating (VESDA) should
have the HSSD (High Sensitive Smoke
Detectors) system shall provide an early
warning of fire in its incipient stage, analyze the
risk, and provide alarm and actions appropriate
to the risk the system shall include a Display
Control Panel, Detector Assembly, and the
properly designed sampling pipe network for the
multiple zones
(Server room, Power room, and PAC room).
The system equipment shall be supplied by the
Manufacturer’s or by its authorized distributor.
Invisible hazards can originate from the release
of toxic gases, oxygen deficiency, or the
presence of combustible gases/vapors.
Controller for
Server Room
Model To be mentioned by bidder
Features:
Out-of-the-box installation and commissioning.
Ultrasonic Airflow testing.
Laser-based Absolute Smoke Detection.
Programmable Alarm Thresholds.

Clean air barrier optics protection.


Instant Recognition Display.
Multiple Event Logging in separate logs
Determined using ASPIRE2.
Offline/online configuration capability.
413
Items Description Full Technical
Specification
Items &Standard
(to be mentioned)
Input Power Voltage: 24V DC Nominal (18-30 V
DC).
IP Rating IP30.
Tested to: -10°C–55°C (14°–131°F)
Detector Ambient: 0°C–39°C (32°–103°F)
Sampled Air: -20°–60°C (-4°–140°F)
Humidity: 10%–95% RH, non-condensing
Maximum Area: Please Mention
Alarm Sensitivity Range: 0.0015%–6.25%
obs/ft. (0.005%–20% obs/m)
IP Rating IP30
UL Listed
Controller for Power & Battery Room with gas detector

Model To be mentioned by bidder


Features:
Ultrasonic Airflow testing.
Laser-based Absolute Smoke Detection.
Programmable Alarm Thresholds.
Clean air barrier optics protection.
Instant Recognition Display.
Multiple Event Logging in separate logs
Determined using ASPIRE2.
Offline/online configuration capability.
Input Power Voltage: 24V DC Nominal (18-30 V
DC).
IP Rating IP30.
Detector Ambient: 0 °C to 40 °C (32 °F to
104 °F).
Sampled Air: 0 °C to 40 °C (32 °F to 104 °F).
Humidity: 5% to 95% (non-condensing).
Maximum Area: Please Mention
UL Listed
24V DC, 2 AMP Power Supply Units With
Battery
Sampling Pipe, Smooth bore PVC Pipe 21mm
ID and 25mm OD
Hooter
2 core x 1.5 sq mm BYA cable for Power -
25mm PVC conduit for the above cable
End Cap

414
Items Description Full Technical
Specification
Items &Standard
(to be mentioned)
T Joints & L Bends for sampling point network

Installation, Commissioning and tested charges


will include appropriate and quote for the same.
Installation & If any other Hardware / Software / Internal or
Commissioning External cables or any component or equipment
is required for giving the solution, mention and
quote for the same.
Warranty 3 (Three) Years

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

415
58. Rodent System:
(To be filled up and signed by the Bidder, otherwise the offer will not be acceptable)

Full Technical
Item Item Description Specification &Standard
(to be mentioned)
Brand To be mentioned by bidder
Model To be mentioned by bidder
Country of Origin To be mentioned by bidder
Type Rodent System.
Features:
Controller ≥6000 Sq Feet of Area Coverage
LCD display with on-board controls
Wave Speed: Is an indicator for the number of
frequency sweeps per minute. It can have a
maximum value of 130 and a minimum value of 60.
The incremental size is 5 i.e. 65, 70, 75 and so on.
Wave Density: Is an indicator for the number of
divisions within a frequency band. It can have a
maximum value of 100 and a minimum value of 80.
The incremental size is 10 i.e.80,90 and 100
Frequency Band Time: Is an indicator of the time for
which the controller would operate in a pre-
programmed frequency band. There are 3 bands
available: Band A, Band B, and Band C. This
parameter can have maximum value of 10 minutes
and a minimum value of 1 minute per band.
Depending upon the time frame set for each band,
the controller will switch the bands automatically
Machine/Controller ID: Is an indicator of the
machine/controller identification number. It can have
any value within the range of 1 to 255.
Password Protection: Every controller is password
protected. To change the
Parameters mentioned above you have to key in the
password. The password can be changed if
required. The password can be any 5 digit number.
Inbuilt RS/EIA-485 transmission up to 1.2 kilo
meters to protect BMS Room.
Frequency band of > 20 KHz and <60 KHz is pre
tuned for 100 different frequencies
Each Transducer should cover up to 500 sq. feet of
area above false ceiling, below false ceiling and
below false flooring or up to 400 sq. feet of area
above false ceiling, below false ceiling and below
false flooring.
UL and CE approved transformers for power supply.

416
Full Technical
Item Item Description Specification &Standard
(to be mentioned)
The satellites or Transducers shall be circular ceiling
mounted low profile units that produce high decibel
sound waves at very high frequency not less than 20
Transducer
KHz. These satellites shall cover an area not less
than 400 Sq.Ft for Room void application, for ceiling
Voids & floor void applications

Wire bundle-600 yards (550m)


Installation, Commissioning and tested charges will
include appropriate and quote for the same. If any
Installation & other Hardware / Software / Internal or External
Commissioning cables or any component or equipment is required
for giving the solution, mention and quote for the
same.
Warranty 3 (Three) Years

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

417
59. Structured Cabling, RACK, PDU & KVM
(To be filled up and signed by the Bidder, otherwise the offer will not be acceptable)

Sl Item Item Description Full Technical


No. Specification
&Standard
(to be mentioned)
Cat6A UTP Cable
Brand Name Panduit/Rosenberger/Comms
cope/Nexans
Part No. To be mentioned
Country of origin To be mentioned
Place of Manufacture To be mentioned
Qty 16 Box
Material Construction
Category Cat6A
Construction 4×2×AWG23
Conductor AWG 23 solid copper
Insulation HDPE
Core 4 twist pairs
Filling PE
Sheath CMX, CM, CMR, CMP, LSZH
Standard Color Grey (PVC), Purple (LSZH)
Normal Diameter 7.8*9.5 mm
Centre Filling PE
Should Have RIP Cord
Electrical Performance
at 20℃
In 500 Frequency (MHz)
Max ATT(dB/100m) 45.3 dB
Min NEXT (dB) 33.8 dB
Min RL (dB) 15.2 dB
Min PSNEXT (dB) 31.8 dB
Min ACRF (dB) 13.8 dB
Min PSACRF (dB) 10.8 dB
Other Performance at
20℃
DC resistance ≤9.50 Ω/100m
Unbalanced resistance ≤5%
Unbalance capacitance ≤330pF/100m
Capacitance ≤5.6nF/100m
Dielectric strength DC 1kv (3s No Fail)
Insulation resistance ≥5000Mohm.Km
Impedance 1-250MHZ (100±15) Ω
250-500MHZ (100±25) Ω
Delay skew ≤45ns
Mechanical
Performance at 20℃
Bending radius
During installation (min.) 8×outer diameter
418
Sl Item Item Description Full Technical
No. Specification
&Standard
(to be mentioned)
Installed (min.) 4×outer diameter
Temperature range
During installation 0℃ to +50℃
Installed (-20℃ to +60℃)
Warranty 3 Years
Cat6A Patch Cord
Brand Name Panduit/Rosenberger/Comms
cope/Nexans
Part No. Tenderer should be mention

Country of origin Tenderer should be mention


Qty 300 Nos
Material Construction
Standard ANSI/TIA-568C.2
Construction 4×2×AWG23
Conductor AWG 23 solid copper
Sheath CMX, CM, CMR, LSZH, PVC
Standard Color Grey (PVC), Grey (LSZH),
Category Cat6A
Electrical Performance
at 20℃
In 500 Frequency (MHz)
Min NEXT (dB) 2m 46.0 dB
Cord
Min NEXT (dB) 5m 29.0 dB
Cord
Min NEXT (dB) 10m 29.8 dB
Cord
Min RL (dB) 9.5 dB
Length
Length 1m (Grey) Qty : 100
Length 3m (Yellow) Qty : 100
Length 5m (Blue) Qty : 100
Warranty 3 Years
Cat6A Modular Jack
Brand Name Panduit/Rosenberger/Comms
cope/Nexans
Part No. Tenderer should be mention
Country of origin Tenderer should be mention
Qty 300 Nos
Material Construction
Standard ANSI/TIA-568C.2
Performance IR,NEXT,FEXT and RL
Module Type Toolless,180 degree keystone
Jack, Color : ivory
419
Sl Item Item Description Full Technical
No. Specification
&Standard
(to be mentioned)
Category Cat6A
Electrical Performance
at 20℃
Voltage rating 125 VAC RMS
Current rating 1.5 AMP
Contact resistance 20 mΩ Max.
Insulation resistance 100MΩ Min. @ 500V DC
Dielectric strength 750V AC RMS 60Hz 1MIN
Unbalance capacitance ≤330pF/100m
Mechanical
Performance
Housing material PC UL94V-0
Insert material PBT+20%GF UL94V-0
PCB material FR-4
Contact material Phosphor bronze
IDC contact material Gold plating thickness on
contacts 50um
Wire AWG 22 ~ 26
Life (plug in /out) ≥750 times
IDC life ≥200 times
Electrical Performance
at 20℃
In 500 Frequency (MHz)
Max ATT(dB/100m) 0.45 dB
Min NEXT (dB) 34.0 dB
Min RL (dB) 14.0 dB
Min PSNEXT (dB) 30.0 dB
Min PSAFEXT (dB) 53.0 dB
Warranty 3 Years
UTP Faceplate
Brand Name Panduit/Rosenberger/Comms
cope/Nexans
Part No. Tenderer should be mention
Country of origin Tenderer should be mention
Qty 24 Nos
Faceplate Port 2 Port
Category Phoenix™ spring-type
Design Design Should (POPC)
Fire Resistance UL94V-0
Outer Dimension 86mm * 86mm
Labelling System Yes
Color Silver
Warranty 3 Years
Fiber Optic Trunk Cable
Brand Name Panduit/Rosenberger/Comms

420
Sl Item Item Description Full Technical
No. Specification
&Standard
(to be mentioned)
cope/Nexans
Part No. Tenderer should be mention
Country of origin Tenderer should be mention
Qty 20 Nos
Industry Standard EC 61300-3-4
IEC 61754-7
IEC 61754-20
ISO/IEC 11801
ANSI/TIA-568-C
Material Construction
Fiber Count 6 Core, Multimode, OM3
Connectivity Systems LC Duplex
Fiber Assignment
MTP polarity Type A, Type B, Type C,
According to TIA-568-C
MPO-LC, LC-LC: Crossover, no crossover
Trunk divider
dimension:
Width 17mm *Height 16mm*Length
103mm
Suitable 4-144 fibers
Technical Parameters
Fan-out-legs, length
steps:
ST, FC, FC/APC ,SC,
SC/APC, LC, MU,
MTRJ:
Variations:
Max. Tensile Force for 4-24F Max. 400N.
installation:
≥ 36F Max. 500N.
Pull force for individual MPO: > 68N; LC Duplex: >
connector: 68N
LC-LC Trunk SM:<(0.5+0.0003*L)dB@
1310nm
MM:<(0.4+0.003*L)dB@
850nm (“ L” is the products
length on meters
Length (LC-LC) :
Length 15m (Qty : 20Pcs)
Temperature range:
Installation: -5℃ to +50℃
Operation: -20℃ to +60℃

Installation: Plug & Play System (No

421
Sl Item Item Description Full Technical
No. Specification
&Standard
(to be mentioned)
Splicing)
Warranty 3 Years
Hybrid Panel
Brand Name Panduit/Rosenberger/Comms
cope/Nexans
Part No. Tenderer should be mention
Country of origin Tenderer should be mention
Qty 16 Nos
Industry Standard IEC 68-2-52
IEC 61300-3-4
ANSI/TIA-568C
ANSI/TIA-942-A
ISO/IEC11801
ISO/IEC24764
Construction/Dimensio
n/Material
Material: Steel
Size: 1HU height, 19” width
Material Construction
Panel Type Hybrid Patch Panel (Copper &
Fiber Support)
Installed Module Maximum of three modules can
be installed into one 1HU patch
panel,
up to 72 fibers with LC
connector or 36 copper
connections
Suitable for Both fiber and copper solutions
Suitable for Installed both on standard 19
inch cabinet and open cable
tray.
Cable management Built-in cable management;
Maintenance easy
Performance
Panel Empty panel is capable of
holding 12 Copper modules &
12 LCD Connector
Module Type Module is option of fiber and
copper
Technical Data
Plug insertion life: 750 cycles min
Plug retention force: 30 Lbs. min.
IDC contactor: Accept 22-26 AWG solid wires
Storage Temperature: -40℃ ~ 70℃
Working Temperature: -20℃ ~ 60℃

422
Sl Item Item Description Full Technical
No. Specification
&Standard
(to be mentioned)
Should Included 24F LC 50/125u OM3 module
with 12Pcs adapter for hybrid
panel (Qty:04 Nos)
12F LC 50/125u OM3 module
with 6Pcs adapter for hybrid
panel (Qty:10 Nos)
12 port C6A module with 12Pcs
keystone jack for hybrid panel
(Qty:20 Nos)
Should Included Blind Cover & Protection Box
Warranty 3 Years
Network & Server Rack - 42U
Brand Name Panduit/Rosenberger/Comms
cope/Ligrand
Part No. Tenderer should be mention

Country of origin Tenderer should be mention


Qty 10 Nos
Application
Height Standard 19”
Size 600 (W)x1200(D)
Security Features
Rating 1400kg Static load rating,
1200kg Dynamic load rating;
IP IP20 Rating
standard Rack-mounted equipment with
EIA-310
Type Vertical mounting rails with
“U”
Door Mesh
Material:
Frames: 1.5mm cold rolled steel;
Mounting rails: 2.0mm cold rolled steel;
panels: 1.2mm cold rolled steel;
Front panels: 1.5mm cold rolled steel;
Top panels: 1.2mm cold rolled steel
Material Construction
(PDU)
Brand Name Panduit/Rosenberger/Comms
cope/Ligrand
Part No. Tenderer should be mention
Country of origin Tenderer should be mention
Qty 20 Nos
Category Power Distribution Unit
Monitoring type Intelligent basic type
423
Sl Item Item Description Full Technical
No. Specification
&Standard
(to be mentioned)
Socket include GB1002, IEC320 C13, IEC320
C19
Equipped with Cable connector and a self-
wiring module to facilitate the
connection of the input cable.
Rated Current 32A
Rated Voltage 220V
Rated Power 3.5-5 KW
Ports Intelligent Monitoring 24 Ports
(20*C13/10A +4*C19/16A)
Lightning Protection Yes
Warranty 3 Years
Fiber Patch Cord OM3 Multimode - (LC-LC)
Brand Name Panduit/Rosenberger/Comms
cope/Nexans
Part No. Tenderer should be mention

Country of origin Tenderer should be mention


Qty 30 Nos
Industry Standard IEC 61754-15
DIN EN 186-270
CECC 86275-801
Material Construction
Material Ceramic ferrule and
thermoplastic housing
Protective Shutter Self-Closing
Connector Color White
Cable Color Aqua
Connector Variants LC Duplex OM3
Latching Mechanism Push-Pull
Fiber types OM3 (LOF 50/125um)
Technical Parameters
Operating temperature [-40℃ ~ +85℃]
Insertion loss Maximum 0.40dB
Return loss PC Polishing 20dB
Mating cycles >=500times
Cable tension resistance >= 100N
Fiber Length 01/03/05 meter
Connector Type LC-LC
Length
LC-LC, Duplex, Qty : 15
Multimode, OM3, 3m
LC-LC, Duplex, Qty : 15
Multimode, OM3, 5m
Warranty 3 Years
424
Sl Item Item Description Full Technical
No. Specification
&Standard
(to be mentioned)
IP KVM Switches, Console & Monitor
Brand Name Tenderer should be mention
Part No. Tenderer should be mention
Country of Origin Tenderer should be mention
Qty 02 Nos
No of ports Minimum 16 ports IP KVM
Support, 1 remote users and 1
General Features
user at the rack with 16 ports
It should take control of servers
at BIOS Level

It should facilitate both in-band


& out of band access

It should be able to integrate


with intelligent power strips, so
as to be able to reset power of
remote device at port level.
It should have facility to
integrate with secure
management device
Ethernet Port Gigabit Ethernet ports.
17 Inch LCD Display with C-
Display tick, CCC, FCC, CA
Certifications.
Failover Dual Ethernet with Failover
PC selection – On screen
Other Features
Display menu hot key
Rack mountable design
KVM access over IP
Windows, Microsoft, Unix and
Linux compatible
Support for resolution of
1280*1024
Single window access to all
equipment.
Connect via LAN, WAN,
modem or Internet
Offer should include required
installation accessories (if any)
&
Installation
hardware/equipment/software/s
ystem commissioning by OEM
certified engineer.
Warranty 3 years with all parts, labor &
425
Sl Item Item Description Full Technical
No. Specification
&Standard
(to be mentioned)
consumables.

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

426
60. Cooling System
(1) Precision AC
(To be filled up and signed by the Bidder& Manufacturer, otherwise the offer will not be acceptable)

Item Item Description Full Technical


Specification
&Standard
(to be mentioned)
Precision Air Cooling for Server Room
Brand Vertiv/Stulz/Bluebox/Uniflair by Schneider
Model Please Mention
Country of Origin USA/EU
Country of USA/EU
Manufacture
Type of Unit Direct Expansion Close Control Unit
Discharge type Bottom Discharge
Return air to Close 22 Deg C and 45% RH
Control Units
Ambient 40 Deg C
Temperature
Capacity of Units Minimum 40 kW Sensible Capacity
and quantity
Refrigerant R410A
No of compressor Please mention
Fan EC motor
No of fan Please mention
Expansion valve EEV
Bidder shall quote Close Control Units
configuration as mentioned in the Bill of
Materials.
Computer Generated Selection sheet shall
be attached along with the offer.
The same needs to be demonstrated in-
case required at the time of finalization
AC Units The AC Units should have Co-processor
controlled package AC system with Non-
Ozone–depleting refrigerant R410A only.
The Units should have required de-
humidified air quantity to maintain the room
temperature of 24°C ±1°C and 50% ±5%
RH irrespective of ambient conditions.
The Indoor unit Scroll compressors compatible with R410A
complete with refrigerant only.
Evaporator blower with EC fan &
Hydrophilic coated cooling coil, Variable
Humidifier (30% to 100%)
Electronic Expansion valve, Liquid receiver
SS/Galvanized drain tray

427
Item Item Description Full Technical
Specification
&Standard
(to be mentioned)
Coprocessor controlled
Electrical switchgear components shall be
housed in a single cabinet
Compressor must be located within unit.
The outdoor unit shall be Air Cooled type
with EC fan.
The section shall Constructed by a self-supporting structure
be of hot-dip, galvanized sheet metal at all four
sides double skin panel with internal glass
wool insulation.
This solution is classified as A1 according
to standard EN13501.
The compressor High efficiency variable drive (digital or
shall be inverter) scroll design operating with R
410A Refrigerant only.
The units should Equipped with direct driven backward
be curved EC radial fans with electronically
commutated motors.
The motor shall have minimum IP54
Protection.
Filters Filtration shall be provided by deep V form
G4 or G5.
The filter chamber shall be an integral part
of the system and removable.
Evaporator Coil Precision packaged unit shall comprise of
Slant cooling coil of copper tubes expanded
into aluminum fins with corrugated profile
and hydrophilic treatment.
Coil selection to be suitable for SHF > 0.90
and provided with hydrophilic coating to
minimize / eliminate water carry over into
the airflow stream. V / A shape coil not
accepted.
Drain pan Drain pan shall be made of stainless steel /
Galvanized Steel.
Expansion device Electronic Expansion Valve (EEV)

Fast, high precision adjustment of


refrigerant flow
Fast arrival of the unit at steady-state
conditions
Superheating value remains constant in
variable thermal load conditions
Efficient operating conditions of the
compressor, especially in the presence of
low room temperatures

428
Item Item Description Full Technical
Specification
&Standard
(to be mentioned)
The refrigeration Direct expansion type and incorporate
system shall be variable drive scroll compressors, complete
with crankcase heaters.
The refrigerant Liquid receiver
circuit comprises Electronically-controlled Expansion valve
Solenoid valve for shutting off the
refrigerant liquid
Refrigerant liquid flow indicator
Solid cartridge Freon filter
Safety valve
High pressure safety pressure switch with
manual reset
Low pressure switch with automatic reset
Shut-off valves for external connections
Copper refrigerant pipes with anti-
condensation insulation on the suction line
Pipe taps on suction and delivery side and
charging valve on liquid side.
Each Compressor to have its own
independent Evaporator and Condenser.
Condenser shall be Air-cooled type with EC fan
Suitable for outdoor installation and shall
be suitable for operating at high ambient of
45°C db and at low ambient of up to -5°C
db temperatures.
Condenser shall be in copper tube &
aluminum fins construction.
Minimum IP-54 protection.

Stage heaters Each packaged unit shall be provided with


electric heaters with heating elements
constructed from a non- oxidable material.
The humidifier shall Boiling water in a polypropylene steam
be generator shall provide humidification.
Capable of providing continuous auto
modulation in steam generation from 30-
100% as per the steam requirement per
hour.
The humidifier shall be fully serviceable
with replaceable electrodes.
Waste water shall be flushed from the
humidifier by initiation of water supply valve
via U-trap.
De-Humidification De-humidification cycle shall operate by
reducing the speed of EC fan to reduce
ADP of coil.

429
Item Item Description Full Technical
Specification
&Standard
(to be mentioned)
Water Sensor The system shall be provided with relevant
water detection kit.
Each of the sensor must be capable to
detect individually any water below the
false floor near the unit.
The sensor must be connected to the unit
DCroprocessor thus enabling the controller
to give an alarm in case of wet floor.
Clogged filter Clogged filter must be part of system.
Logic Circuitry A DCroprocessor shall continuously
monitor operation of each Server room air-
conditioning unit continuously digitally
display room temperature and room relative
humidity, alarm on system malfunction and
simultaneously display problem.
DCroprocessor to Ambient temperature
control the Humidity (HH versions)
following functions Speed of the delivery fans
Speed of the condensation fans
Timing of compressors with automatic
rotation
Alarm signal on two levels
Controlled automatic reset of high- and low-
pressure alarms.
Malfunctions Power Loss
Loss of Airflow
High Room Temperature
Low Room Temperature
High Humidity
Low Humidity
Supply Fan Overload
Water under Floor / Fire alarm
The standby unit should immediately come
in action in the event of any alarm/failure of
the working unit without waiting for the
temperature to increase to the high
temperature limit thereby controlling the
temperature of the server Area.
Automatic lead unit sequencing to extend
equipment life and automatic rotation of
standby unit should be part of the
Coprocessor itself.
Controllers shall Coprocessor based with capability to
be generate alarm and networking of all units
to rotate (working + standby) units

430
Item Item Description Full Technical
Specification
&Standard
(to be mentioned)
Equalized run time capability (for 2 or 3
packaged units)
Programmable timer
With display of all parameters
And SNMP monitoring system
Installation & Bidder shall provide the installation and
Commissioning commissioning.
Warranty 3 Years with all required spares &
consumables

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

431
(ii) Comfort AC for Power Room:
(To be filled up and signed by the Bidder, otherwise the offer will not be acceptable)

Sl No. Item Item Description Full Technical


Specification
&Standard
(to be mentioned)
C 2.1 Comfort AC for Power Room
Brand Please Specify
Model Please Specify
Country of Origin Please Specify
Type of Unit Floor Standing
Capacity 48,000 BTU/H
Power Supply 3 Phase
Support Generator
Other Two Air Conditioner should
be redundant & auto
controlled by timer, timer
should be set such a way the
time interval will be just two
hours.
Installation Offer should include required
installation accessories (if
any).

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

432
(iii) Comfort AC for NOC Room:
(To be filled up and signed by the Bidder, otherwise the offer will not be acceptable)

Item Item Description Full Technical Specification &Standard


(to be mentioned)
Comfort AC for NOC Room:
Brand Please Specify
Model Please Specify
Country of Origin Please Specify
Type of Unit Split
Capacity 18,000 BTU/H
Power Supply 1 Phase
Support Generator
Timer One auto controlled timer

Installation Offer should include required


installation accessories (if any).

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

433
(iv) Dehumidifier:
(To be filled up and signed by the Bidder, otherwise the offer will not be acceptable)

Item Item Description Full Technical


Specification &Standard
(to be mentioned)
Dehumidifier
Brand Please Specify
Model Please Specify
Country of Origin Please Specify
Type of Unit Floor Standing and Mobile
Capacity 20L
Airflow(m3/h) 170
Water Tank Capacity Please mention
Installation Offer should include required
installation accessories (if any).

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

434
61. Safety, Security, Surveillance & Monitoring Solution:

(To be filled up and signed by the Bidder, otherwise the offer will not be acceptable)

Sl Item Item Description Full Technical


Specification
&Standard
(to be mentioned)
Fixed Indoor Doom IP Camera
Brand Please Mention
Model Please Mention
Country of Origin Please Mention
Qty DC-4 Nos
DR-4 Nos
Technical Specification
LAN Port YES
LAN Speed 10/100 Based-T Ethernet
Supported Protocols IPv4; IPv6; HTTP; HTTPS;
TCP; UDP; ARP; RTP ;
RTSP; RTCP; RTMP; SMTP;
FTP; SFTP; DHCP; DNS;
DDNS; QoS; UPnP; NTP;
Multicast; ICMP; IGMP; NFS;
PPPoE; 802.1x; Bonjour;
SNMP
Interoperability ONVIF (Profile S/Profile
G/Profile T);CGI; P2P;
Milestone; Genetec
Number of Online Users 10
Abnormality Detection Motion detection, video
tampering, no SD card, SD
card full, SD card error,
network disconnected, IP
conflict, illegal access, voltage
detection
Remote Management Smart PSS; DSS; DMSS
Network Compression H.265 codec, high
compression ration, ultra-low
bit rate
Video Resolution 1080p (1920 × 1080); 1.3M
(1280 × 960); 720p (1280
×720); D1 (704 × 576/704 ×
480); VGA (640 × 480); CIF
(352 × 288/352 × 240)
Frame Rate Main stream: 1920 × 1080 (1
fps-25/30 fps) Sub stream:
704 × 576 (1 fps-25fps) 704 ×

435
480 (1 fps-30fps)
Multiple Video Streaming Please Mention

Image Sensor 1/2.7”2Megapixel progressive


CMOS
Shutter Speed Auto/Manual 1/3 s–1/100000
s
Lens 2.8 mm 3.6 mm
IR LED 2
Outdoor IP Camera
Brand Please Mention
Model Please Mention
Country of Origin Please Mention

Qty DC- 3 Nos


DR- 3 Nos
Technical Specification
LAN Port YES
LAN Speed 10/100 Based-T Ethernet
Supported Protocols DHCP, NTP, SNTP, TCP/IP,
ICMP, SMTP, HTTP
ONVIF Compatible YES (Profile S)
Number of Online Users 10
Abnormality Detection Motion detection, video
tampering, no SD card, SD
card full, SD card error,
network disconnected, IP
conflict, illegal access, voltage
detection
Remote Management Smart PSS; DSS; DMSS
Network Compression H.265 codec, high
compression ration, ultra-low
bit rate
Video Resolution 4MP (2560×1440)
Installation Offer should include required
installation accessories (if
any)
NVR 32 Chanel

Brand Please Mention


Model Please Mention
Country of Origin Please Mention

Qty DC- 1 Nos


DR- 1 Nos
Technical Specification
Backup Storage Include (Minimum 3 Month)
Video Input One LAN port (up to 32 IP

436
cameras)
Video Output HDMI/VGA/COMPOSIT

Video Output Resolution Supported with mentioned IP


Camera
Audio Output YES (Line out / HDMI)
Audio Input YES (DC in)
HDD Storage Eight 10TB hard disks
USB Ports USB 3.0 x 1 / USB 2.0 x 2
LAN port 1000Mbps
Ethernet
Internet port 1000Mbps
Video Compression Format H.265

Audio Compression Format G711

Local / Remote Display 32CH


Mode
Local / Remote Playback 16CH
Mode
Local Single Channel YES
Playback
Installation Offer should include required
installation accessories (if [The Bidder
any)
should
complete all the columns as required]
Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

437
438
62. Laser Printer for UCC
(To be filled up and signed by the Bidder, otherwise the offer will not be acceptable)

FullTechnical
Sl. Name ofItem Required specifications Specification
No. &Standard
(to bementioned)
1 Country of Origin To be mentioned by Bidder
2 Manufacturer’s Name To be mentioned by Bidder
& address
3 Place o fManufacturer To be mentioned by Bidder
4 Model To be mentioned by Bidder
5 Functional The Bidder shall provide a detail
Architecture specification.
6 Control panel LCD with button
7 Print speeds (Letter) Black/Colour: Up to 20 ppm
8 First page out Black/Colour: As fast as 18 sec
9 Print resolution Black/Colour(best): Up to 600 x 600 dpi;
10 Standard print PCL 6, PCL 5, postscript level 3
languages emulation
11 Duplex printing Automatic two-sided printing
12 Paper Tray 100-sheet tray 1, 250-sheet tray 1
13 Port Fast Ethernet network port, Hi-Speed
USB2.0 printing port
14 Media Sizes Letter, Legal, A4, A5, B5 and custom
sizes
15 Accessories All accessories should be supplied
together.
To be mentioned by the Bidder
16 Warranty 3 years
17 Toner 4 sets

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

439
63. Laser Printer for UVS
(To be filled up and signed by the Bidder, otherwise the offer will not be acceptable)

Full Technical
Name of Item Required specifications Specification
&Standard
(to be mentioned)
Country ofOrigin To be mentioned by Bidder
Manufacturer’sName&address To be mentioned by Bidder
Place ofManufacturer To be mentioned by Bidder
Model To be mentioned by Bidder
Functional Architecture The Bidder shall provide a detail
specification.
Control panel LCD with button
Print speeds (A4) Black/Colour: Up to 27 ppm
First page out Black/Colour: As fast as 12 sec
Print resolution Black/Colour(best): Up to 600 x 600 dpi;
Standard print languages PCL 6, PCL 5, postscript level 3
emulation
Duplex printing Automatic two-sided printing
Paper Tray 50-sheet tray 1, 250-sheet tray 1
Port Fast Ethernet network port, Hi-Speed
USB 2.0 printing port
Media Sizes Letter, Legal, A4, A5, B5 and custom
sizes
Accessories All accessories should be supplied
together.
To be mentioned by the Bidder
Warranty 3 years
Toner 4 sets
[The Bidder should complete all the columns as required]
Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

440
64. Slip Printer

(To be filled up and signed by the Bidder, otherwise the offer will not be acceptable)

Full Technical
Name of Item Required specifications Specification
&Standard
(to be mentioned)
Country ofOrigin To be mentioned by Bidder
Manufacturer’sName&address To be mentioned by Bidder
Place ofManufacturer To be mentioned by Bidder
Model To be mentioned by Bidder
Printing Method PIN 9 Pin Serial Impact Dot Matrix
Print Speed 4.7 lps (at 40 columns, 16 cpi) or higher
Data Buffer 4 KB or more
Inked Ribbon Black
Interface USB Interface, Bi-directional parallel
Power Supply AC 120 – 240 VAC
Auto Cutter Yes
Paper Roll Paper
Driver/Manual All Manual, Driver CD/DVD
Accessories All accessories should be supplied together.
To be mentioned by the Bidder
Warranty Full 03 (three) years replacement and instant
service warranty
Ribbon cassette Additional 5 (five)
Roll paper At least 40 m x 50 rolls

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

441
65. UPS for UCC and UVS
(To be filled up and signed by the Bidder, otherwise the offer will not be acceptable)

Full Technical
Name of Item Required specifications Specification
&Standard
(to be mentioned)
Country of Origin To be mentioned by Bidder
Manufacturer’s Name & To be mentioned by Bidder
address
Place of Manufacturer To be mentioned by Bidder
Model To be mentioned by Bidder
Technology Off Line
Capacity 5 KVA
Transfer Time 2 ms.
Back-up time 15 (Fifteen) minutes minimum at full load
Wave Shape Simulated Sine Wave
Input Voltage 160-270 VAC
Input Frequency 50/60 Hz
Output Voltage 220 VAC ± 5%
Output Frequency 50/60 Hz ± 0.5% (AC Input)
Auto Tracing
Computer Interface Support RS 232 for UPS monitoring
Software
Battery Sealed Maintenance free Lead Acid
Battery Recharging 6-8 Hours up to 90% Capacity
Protection Lightning, Spike, Surge, Flicker, Over &
under Voltage, Over Load, Short Circuit,
Battery low (Deep Discharge) & Noise
(EMI/RFI) followed by International Safety
Standard
Operating Temperature 0-40°C
Operating Humidity 10%-90% (Non Condensation)
Brochure and CDs All brochure, instruction manual and driver
CDs to be supplied with the product
Accessories All accessories should be supplied together.
To be mentioned by the Bidder
Warranty Period 03 (three) years

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

442
66. VPN Router for UCC and UVS
(To be filled up and signed by the Bidder, otherwise the offer will not be acceptable)

Item Required Specifications Full Technical


Specification
&Standard
(to be mentioned)
Brand Any International reputed Brand
Model To be mentioned by the bidder
Country of To be mentioned by the bidder
Origin
Router Should have multiple processor/CPU based
Processor architecture.
Type
Routing Should provide encrypted traffic performance 200
Performance Mbps or more
Memory 4 GB DRAM
Interface 4 x 1G (Ethernet) LAN port, 2 x 1G WAN port
General Should support complete role based firewalling,
Features stateful firewall, standard ACL, extended ACL, ACL
that can match arbitrary bits of packet at an arbitrary
depth in the packet header and payload (or
equivalent of OpenFlow protocol or flexible filter
match conditions)
Should support NAT, QoS, VRF, MPLS routing and
firewalling, IPSec security features at the same time.
The router should support at least 100 Mbps routing
and 40 Mbps IPsec performance. IPSec
Performance can be scalable to 80 Mbps in future if
required.
Router Architecture: Should be modular with
services-based software architecture,
transformational approach to simplify branch office or
remote sites networking and assure optimal
application performance. The hardware should be
dedicatedly routing service based appliance.
Should have redundant WAN connections during any
WAN link failures and also for traffic load balancing
mechanism for better link utilization
Should support hardware assisted VPN acceleration
for crypto performance in future without any
hardware change
Security: Should support DES, 3DES, VPN
compliant IPSec, AES-128 or AES-256 for
encryption and RSA (748 /1024/2048 bit) and
ECDSA (256/384 bit) as authentication protocol in
future without any hardware change

443
Should support PPPoE, Layer 2 Tunnelling Protocol
Version 3, Layer 2 and Layer 3 VPN, Ethernet Virtual
Connections as well as IKEv2 IPSec based VPN,
Crypto VPN, GRE VPN, site-to-site, dynamic
multisite hub-and-spoke, multisite spoke-and-spoke,
remote access software based VPN over IPv4 and
IPv6, multicast traffic over the VPN in future without
any hardware change
Network Services: IPv4, DNS, DHCP Client, DHCP
Server, DHCP relay, NAT
QoS: Shaping, Policing, Per-flow queueing, Class-
based queueing, Voice/Video/RTP QoS
The router should support GSM backward
compatibility of 3G/EDGE where LTE service is
unavailable.
Remote Troubleshooting: Should support
configuration rollback, central management, policy
automation tool, extensive debugs on all protocols,
pre-planned scheduled reboot facility, alerts, events,
real time performance monitoring, SLA monitoring for
metrics like delay, latency, jitter, packet loss
Deployment Flexibility: Eliminate Pre-stage, No CLI,
Group Policies, Consolidated management/ICOM
and End customer dashboard, traffic flows for
network planning and security purposes
Should support modular OS on open platform with
programmable and automation feature to support
software defined WAN (i.e. link optimization,
application visibility/detection, traffic load balancing,
performance analysis for routing etc.)
Dynamic Multipath Optimization: Application and
Network Condition aware, Jitter/Loss Correction,
Fast Intelligent Routing, Intelligent Gateway
Selection/VRRP, Link Aggregation, TCP Flow
Optimization, Uni-Directional Link
measurement/detection, Bandwidth Detection, traffic
over multipath link.
Warranty 3 years

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

444
67. Bar Code Scanner for UCC and UVS
(To be filled up and signed by the Bidder, otherwise the offer will not be acceptable)
Full Technical
Sl.
Name of Item Required specifications Specification &Standard
No.
(to be mentioned)
1 Country of Origin To be mentioned by Bidder
2 Manufacturer’s Name To be mentioned by Bidder
& address
3 Place of Manufacturer To be mentioned by Bidder
4 Country of Origin To be mentioned by Bidder
5 Interface USB Interface
6 Power Supply Host powered
7 Protection Degree IP42 or higher
8 Supported barcode Standard 1D barcode
9 Driver/Manual All Manual, Driver CD/DVD
10 Accessories All accessories should be supplied together.
To be mentioned by the Bidder
11 Warranty Full 03 (three) years replacement and instant service
warranty

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

445
68. Laptop for UCC & UVS
(To be filled up and signed by the Bidder, otherwise the offer will not be acceptable)

Brand Internationally ReputedBrand Full Technical


Specification
&Standard
(to be
mentioned)
Model To beMentioned by bidder
Country of Origin To beMentioned by bidder
Processor Intel Corei7 (10thGeneration) or Higher
Speed Minimum1.6 GHzor Higher
Cache 8 MBL3 Cache.
RAM Min. 8GBDDR4
Display Min. 14"HD LED
Graphics Intel HD Graphics
Hard disk Minimum512 SSD M.2PCIeNVMe
Sound System To be mentioned by the bidder
Mouse Integrated pointing device with touchpad.
Wireless Integrated
Web cam Integrated
Antivirus Brand: To be Mentioned By Bidder
Internet Security Antivirus, licensefor1 year
Operating System Microsoft Windows 10 Home
Warranty 3 Years

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

446
69. Workstation for UCC & UVS
(To be filled up and signed by the Bidder, otherwise the offer will not be acceptable)

Item Technical Specifications and Standards Full Technical


Specification &Standard
(to be mentioned)
Brand To bementioned by theBidder
Model To bementioned by theBidder
Country of Origin To bementioned by theBidder
Processor Minimum9th Generation Intel Corei7
processor
Processor Speed Minimum1.80 GHz or above
Chipset Intel
Memory Minimum8 GB DDR4

Hard Disk Minimum1TB SATA HDD&min.


256GB M.2 SSD shallbeprovided.
Optical drive Slim DVD
Sound Card Built in
Display Minimum 21.5" LED monitor
Keyboard USB Slim Wired Keyboard
Mouse USBOptical Mouse
WebCam Should haveMPFHDwebcam with
integrated digital DCrophonethat support
maximumresolution of 1920 x 1080
Operating System Windows 10 Professional 64 bit
Software
Warranty 3 (Three) years.

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

447
70. AC for UVS
(To be filled up and signed by the Bidder, otherwise the offer will not be acceptable)

Item Item Description Full Technical Specification &Standard


(to be mentioned)
Brand Please Specify
Model Please Specify
Country of Please Specify
Origin
Type of Unit Split
Capacity 18,000 BTU/H
Power 1 Phase
Supply
Support Generator
Installation Offer should include required
installation accessories (if any).

[The Bidder should complete all the columns as required]


Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date

448
71. Foreigntrainingschedule
Course
length,
Sl. man days Number
Course Intended trainee Location
No. (excluding of trainees
travel
time)
HES&
Regional Head
Communication Maintenance and
1 300 30 Quarter/Global
(DCU, Module System responsible
Business Center
and Repeater)
Regional Head
Maintenance and Quarter/Global
2 MDM 100 10
System responsible Business
Center
Regional Head
Maintenance and Quarter/Global
3 Database 100 10
System responsible Business
Center
Regional Head
Maintenance and Quarter/Global
4 Data Center 100 10
System responsible Business
Center
Alternative of Foreign training schedule:

Course Number
Sl.
Course Intended trainee length, of Location
No.
man days trainees
HES&
Communication Maintenance and Employer’s
1500 50
(DCU, Module and System responsible Country
1 Repeater)
Maintenance and Employer’s
2 MDM 1500 50
System responsible Country
Maintenance and Employer’s
3 Database 900 30
System responsible Country
Maintenance and Employer’s
4 Data Center 900 30
System responsible Country

449
72. Local Training
Sl. Course Intended Course Number Location
No. trainee length, of
man days trainees
1 Local Training: Maintenance 5000 500 Employer’s
(500person for 10 days and System Country
each batch in several responsible
batches)
Customer Identification,
Customization (Customer
Information &Meter
Information), Vending,
Troubleshooting,
Operation, HES, MDMS

*(May varyas perpurchaser


requirement):

450
Specification
of
CT/PT rated meter (J-4) for lot-2

451
1. SCOPE of Works:

This standard establishes the physical and performance requirements for static CT/PT Rataed meter of
socket type static watt-hour-demand TOU AMR meters that are to be used in BREB distribution
systems. This specification shall cover design, engineering, manufacture, inspection, testing, packing,
supply and delivery at destination. The meter shall be suitable for measurement of different electrical
parameters as per the energy and power demand requirement in an AC balanced/unbalanced system
over a power factor range of zero lag to unity to zero lead. The offered meters to be
interfaced/integrated easily with BREB proposed MDMS.

2. ENVIRONMENTAL CONDITION

The meter shall be suitable for satisfactory continuous operation under the following tropical
conditions:
a) Ambient Temperature: -4 0C to 55 0C. Meter electronics shall be designed to operate between -4
0
C to 85 0C.
b) Relative Humidity: 10% to 100 % (non-condensing)
c) Maximum altitude above mean sea level: up to 1000 meters
d) The climate varies from moderately cold to hot and humid, conducive to rust and fungus growth.
Fog is also present in atmosphere. Lightning also occurs during rainy season.
e) The meter shall be designed for indoor and outdoor applications so that sun light, insects, dust,
rain and salt spray shall not adversely affect the meter.

3. GENERAL TECHNICAL REQUIREMENT

Sl. Item No
Requirements
No. J-4
1 Service Type Three Phase, Ct/PT Rated meter
2 Meter Type Fully Static, Three Phase, Four Wire, Y Configured, Three
element (Three-vector)
3 Base & Form Socket Based, Form 9S
4 Voltage rating of the 240 V-Phase to Neutral (Line voltage-415 V), Shall be
Meter suitable of Operation between -30% to +15% of rated voltage.
5 Frequency 50 Hz ± 5%
6 Terminal 13 Terminals
7 Maximum Continuous 20 Amps
Current
7 Current Class Class 20, Transformer rated type
8 Test Amperes 2.5
9 Accuracy Class 0.2

452
4. APPLICABLE STANDARDS: Latest Edition
The meters shall comply with the current standards below:-

4.1 ANSI C12.1 American National Standard For Electric Meters -Code for
Electricity meters
4.2 ANSI C12.10 American National Standard For Physical Aspects of Watt-hour
Meter-Safety Standard
4.3 ANSI C12.20 American National Standard For Electricity Meters- 0.2 and 0.5
Accuracy classes
4.4 ANSI C12.16 American National Standard For Electricity Metering- Solid state
Electricity Meters
4.5 ANSI C12.22 American National Standard Protocol Specification For
Interfacing to
Data Communication Networks.
4.6 ANSI C62.41 Voltage AC power circuit and AC circuits.
4.7 ANSI C37.90.1 IEEE Surge Protection
4.8 ANSI C12.18 Protocol for optical port
4.9 ASTM -B117 Salt spray (fog) testing apparatus
4.10 UL-50 Safety enclosure for electrical equipment

5. GENERAL ELECTRICAL REQUIREMENT

5.1 STARTING CURRENT


The meter shall start and continue to register at a current of 0.05 Amps if offered meter
is of Class 100 or 0.10 Amps if offered meter is of Class is 200 in case of J-3 and in
case of J4 the meter shall start and continue to register at a current of 0.01 Amps as per
ANSI C12.20.
5.2 RUNNING WITH NO LOAD
When the 115% of rated voltage is applied with no current flowing in the current circuit,
the meters shall not register any energy and test output of the meter shall not be more
than one pulse/count on "no load".

453
5.3 POWER SUPPLY VARIATION
The effect of variation of voltage upon the performance of the meter shall not exceed
that specified in ANSI C12.20.
5.4 ACCURACY
The class of accuracy of the meter shall be 0.2. The accuracy should not drift with time.
5.5 POWER CONSUMPTION
As per ANSI C12.20, the active and apparent power consumption in each voltage circuit
of the meters shall not exceed 5 W or 20 VA for both J-3 & J-4. The apparent power
consumption in each current circuit of the meters shall not exceed 1.0 VA for J-3 and 0.5
VA for J-4.

6. PERFORMANCE UNDER INFLUENCE QUANTITIES


The meters performance under influence quantities shall be governed by ANSI C12.20. The
meter should be designed and protected such that all external effects and influences shall not
change its performance & shall work satisfactorily within guaranteed accuracy limits, as
specified in ANSI C12.20 (latest version).

7. GENERAL & CONSTRUCTIONAL REQUIREMENTS


7.1 The meter shall be Socket based and should be housed in a safe, high grade engineering
plastic / polycarbonate casing conforming to rain/dust/moisture proof. The meter shall
be made from high accuracy and reliable surface mount technology (SMT) components.
7.2 The meter base and meter cover shall be made of unbreakable high grade fire resistant
non-flammable reinforced, polycarbonate (non bakelite) or equivalent high grade
engineering plastic.
7.3 All insulating material used in the construction of meters shall be non-hygroscopic, non-
ageing and of tested quality. All parts that are likely to develop corrosion shall be
effectively protected against corrosion during operating life by providing suitable
protective coating. Contact points & all screws shall be corrosion less and rust proof
over the service life of the meter.
7.4 The meter shall be protected against ultra-violet radiation.
7.5 The meter cover shall have one window. The window shall be of transparent, high-grade
engineering plastic for easily reading all the displayed values/parameters, nameplate
details and observation of operation indicator. The window or the meter cover shall not
be able to remove undamaged without breaking the meter cover seals.
454
7.6 The entire and construction shall be capable of withstanding stresses likely to occur in
actual service and rough handling during transportation. The meter shall be convenient
to transport and immune to shock and vibration during transportation and handling.
7.7 The meter shall be provided with security sealing provision to accommodate both
padlock & wire type seal.

8. COMMUNICATION CAPABILITY
The meter shall be equipped with a two-way optical port for programming and reading purposes
Compliance with ANSI C12.18 Type 2 or equivalent Optical Port for local communication, and
for remote communication, the meter should be configured with a 2G/3G/4G, And WI-SUN RF
mesh modem for remote reading and monitoring the communication interface should comply
with the ANSI C12.22 or equivalent standard.

9. TROPICAL & OUTDOOR REQUIREMENTS


The Meter shall be suitably designed and treated to operate continuously for the normal life of
the meter in an unsheltered outdoor tropical location under the cold, hot and hazardous tropical
climatic conditions as specified in clause no. 2 without corrosion or other damage to its parts to
adversely affect meter accuracy or reliability. All parts, which are subject to corrosion under
normal working conditions, shall be protected effectively. Any protective coating shall not be
liable to damage by ordinary handling or damage due to exposure to air, under normal working
conditions. The meter shall be effectively sealed to prevent entrance of rain and dust into its
internal parts. The meter shall meet the requirement of weather simulation test as specified in
ANSI C12.1-2001, Salt spray test as per ANSI C12.1 (Test Procedure as ASTM B117), Rain and
Dust test as described in underwriter’s laboratory standard UL-50 (USA) for type 3 enclosures.
Meters shall withstand solar ultraviolet radiation. The 2G/3G/4G, or PLC, or WI-SUN RF mesh
modem should be mounted inside the meter case without influencing anti-water function, the
ETU for the UL-50 test should include the mounted 2G/3G/4G or PLC modem, otherwise the
test report will be rejected;

10. Advanced Metering Functionality


The meter shall have to be delivered with the required HES (provided by tenderer) and Standard
Open Protocol to comply with the ANSI C12.22 or equivalent standard.

455
10.1 Time synchronization
The meter shall capable for local and remote time synchronization function with HES through
DCU or directly incase of GPRS communication.

10.2 Time of use


The meter shall be capable of doing time-of-use (TOU) energy metering and shall have six time-
of-use registers for maximum demand and kWh energy. The time and options shall be as per the
Employer‘s programming requirements. These TOU rates shall further be selectable on the basis
of day, types, and seasons. Each tariff rate shall be programmable to become active during
different periods of the day. The meter shall record information for up to six rates, each rate
being a time period over which the information was recorded. The Meter shall store energy,
maximum demand and time of maximum demand for the current billing period with provision to
display readings of 2 billing period. It shall be possible to change the time period for the TOU
recordings remotely or using HHU with the appropriate security.

10.3 Load Profile


Meter records and registers the load profile (LP, i.e active power value). Integration period shall
be configured from 5, 15, 30, 60 minute interval and for 180 days minimum and daily according
to customers requirements. Corresponding time stamp is recorded in the load profile with
corresponding block of registered active power value. The load profile parameters are to be
customized as per utility requirement. the default parameters are not less than CU KWH, CU
KVARH, present KW demand, Volt, Amperes & P.F.

10.4 Over/Under-voltage monitoring


Meter registers under-voltage/overvoltage occurrence event and termination of the latter. Events
are entered into a special event log (electricity quality log) with the date/time of event, with the
capacity of at least 100 entries. Under-voltage and overvoltage thresholds may be adjusted.

10.5 Event Log


Meter should supports Event Log function, such as battery changes, firmware upgradation Power
Down, Power Up, Time Changed(old time), Time Changed(new time), Event log cleared,
Demand Reset Occurred, Over Voltage, Low Voltage, Over Demand, Over Current ,
PASSWORD_ERROR etc. Meter support event can be individually set whether or not to save
the event _log, users can configure record the types of events according to their needs. Meter can
456
take fault detection and save fault data automatically which help users to analyze. To detect loss
of voltage, phase loss, the reverse power such as the LCD will be the appropriate instructions to
save the data format according to ANSI C12.19.

10.6 Meter Firmware Upgrade


Meter shall support firmware upgrade option. Firmware upgrade option in the meter is
realized not to alter in any way the metering characteristics (metrology) of the meter, data
memorized in the meter (metering data, statuses, etc.), configuration parameters or
operational parameters of the meter – all these data remain unchanged even after firmware
upgrade. New firmware upgrade in the meter shall be done both locally and remotely.

10.7 Communication Encryption


The suitable international encryption algorithm should be used for the communication between
the meter and HES system, the related process should comply with the ANSI C12.22 or
equivalent standards;

10.8 Daily/hourly billing


The meter should have the daily billing and hourly billing register for the system to get exact
data

10.9 Event active report function


Configured event should be reported to the system actively; and the power down and resume
should be reported to the system too;

10.10 Automatic addressing and registering


Meter should connect to the system automatically and no need to configure any other parameters
except for the communication address;
11. PERFORMANCE GUARANTEE
The meter shall have a design to operate satisfactory for 10 years under normal electrical
condition and shall be guaranteed for 36 months from the date of receiving against
manufacturing and design defects. The meters found defective with in guaranteed period should
be replaced/ repaired by supplier free of cost with in two months of intimation.

457
12. SEALING OF METER
Reliable sealing arrangement should be provided to make the meter tamper proof and avoid
fiddling or tampering by unauthorized persons. For this, at least two no. of seals on meter body.
13. MARKING OF METERS
The marking of meters shall be in accordance with ANSI C12.10. Every meter shall have nameplate
and the nameplate shall be marked distinctly and indelibly. The basic marking on the meter
nameplate shall be as follows:
a) “RURAL ELECTRIFICATION BOARD” printed in English with block letters of at least
1/8”(3.2 mm) height on the face plate.
b) Manufacturer’s name & trade mark
c) Type Designation
d) No. of phases & wires
e) Serial number
f) Month and Year of manufacture
g) Reference Voltage
h) Current Class
i) Reference Standard
j) Principal unit(s) of measurement
k) Meter Constant
l) Class index of meter
m) Purchase Order No. & Date

In addition, both item J-3 & J-4, “AMR TOU” will be mentioned as one of the markings.
14. CONNECTION DIAGRAM
The connection diagram of the meter shall be clearly shown for 3 phase 4 wire system on meter cover.
15. QUANTITIES TO BE MEASURED AND DISPLAYED.
The meter shall be capable of measuring and displaying at least the following electrical quantities
within specified accuracy limits for poly-phase balanced or unbalanced loads:
Sl.
Name of Parameters Symbol Format
No.
1 Cumalative Total KWH kWh XXXX.XX
2 Cumalative, Rate-A KWH (Start Time 17:00) kWh XXXX.XX
3 Cumalative, Rate-B KWH (Start Time 23:00) kWh XXXX.XX
4 Cumalative Total KVARH (Leading) kVARh XXXX.XX
5 Cumalative, Rate-A KVARH (Leading),Start Time kVARh XXXX.XX
17:00
6 Cumalative, Rate-B KVARH (Leading), Start Time kVARh XXXX.XX
23:00
7 Cumalative Total KVARH (Lagging) kVARr XXXX.XX

458
8 Cumalative, Rate-A KVARH (Lagging),Start Time kVARr XXXX.XX
17:00
9 Cumalative, Rate-B KVARH (Lagging), Start Time kVARr XXXX.XX
23:00
10 InstanteneousDemad KWprs XXX.XXX
11 Instanteneous Voltage with Angle, Phase R VR XXX.XX
12 Instanteneous Voltage with Angle, Phase Y VY XXX.XX
13 Instanteneous Voltage with Angle, Phase B VB XXX.XX
14 Instanteneous Current with Angle, Phase R IR XXX.XXX
15 Instanteneous Current with Angle, Phase Y IY XXX.XXX
16 Instanteneous Current with Angle, Phase B IB XXX.XXX
17 Instanteneous Power Factor PF X.XXX
18 Maximum Demad KWM XXX.XXX
19 CumalativeMaximum Demad KWC XXXX.XX
20 Date of Maximum Demand Date DD:MM:YY
21 Time of Maximum Demand Time HR:M:S
22 Previous month Cumalative Total KWH kWh XXXX.XX
23 Previous month Cumalative, Rate-A, KWH kWh XXXX.XX
24 Previous month Cumalative Rate-B, KWH kWh XXXX.XX
25 Previous month Cumalative Total KVARH kVARh XXXX.XX
(Leading)
26 Previous month Cumalative Rate-A, KVARH kVARh XXXX.XX
(Leading)
27 Previous month Cumalative Rate-B, KVARH kVARh XXXX.XX
(Leading)
28 Previous month Cumalative Total KVARH kVARr XXXX.XX
(Lagging)
29 Previous month Cumalative Rate-A, KVARH kVARr XXXX.XX
(Lagging)
30 Previous month Cumalative Rate-B, KVARH kVARr XXXX.XX
(Lagging)
31 Previous month Maximum Demad KWM XXX.XXX
32 Date of Previous month Maximum Demand Date DD:MM:YY
33 Time of Previous month Maximum Demand Time HR:M:S
34 Total Number of Outages out XXXXXX

Start time of Rate-A and Rate-B should be Programmable and Resettable. “Maximum Demad” is
the
present month’s maximum demand. It will be reset automatically at the end of the month and will
be shown as previous month maximum demand throughout next month. The meter shall have
storage capacity of profile data in different channel such as KWH (Rate-A & Rate-B), KVARH
(Rate-A & Rate-B), Voltage, Current, Maximum demand etc at 5 minutes interval for at least
previous 12 months. The meter shall have the facility to download the above mentioned profile data
for analysis.

16. DISPLAY OF MEASURED VALUE


The measured value(s) shall be displayed on seven segments Liquid Crystal Display (LCD)
register, having wide viewing angle. LCD shall be suitable for temperature withstand of 70 degree
centigrade. The Programming data should be retained in non-volatile memory. The non-volatile
memory should retain data for the life of the meter under un-powered condition.
459
The meter should have facility of auto display mode where all parameters automatically scroll
within the specified time and a manual mode where the parameters can be read by push button
operation or by magnet. In auto display mode, display on and off time shall be programmable and
initially each parameter shall on display for 10 seconds and the display “off” period between two
cycles shall not exceed 30 seconds. The register should not roll over in between this duration.
Meter shall have Scroll Lock facility to display any one desired parameters continuously from
display parameters.
The Integer and Decimal places of the readings shall be as follows:
Programming of register data & display
REB item no. register data Integer Decimal
J-3 Energy 6 0
J-3 & J-4 Cumulative demand 4 2
J-3 & J-4 Demand 3 3
J-4 Energy 4 2
J-3 & J-4 Voltage 3 2
J-3 & J-4 Current 3 3
J-3 & J-4 Power Factor 1 3

17. DEMAND INTEGRATION & MD REGISTRATION


The meter shall continuously monitor and calculate maximum demand for each interval of time,
which may be programmable as a block 30 minutes as per the user’s choice through the
communicating ports as and when required with proper password identification &
authentication. At the end of every demand integration period the new calculated MD shall be
compared with the previous MD and meter shall store whichever value is higher with date &
time stamping. Under the current integration period, the rising demand should be displayed
continuously along with the elapsed time. The rising demand with the elapsed time should be
held in the memory in the event of interruption or switching off supply and it should not
become zero on such instances. The registered demand and the number of times the MD is reset
shall also be displayed.
The meter shall have the MD resetting options of automatic reset at the end of a certain
predefined period by default (24:00 hrs of the last day of every month) & Communication
driven reset form the base terminal/server with proper password identification and
authentication. It should not be possible to reset the MD by the use of the local push button.

460
18. CALIBRATION & TEST OUTPUT
All the meters shall be tested, calibrated and sealed at works before dispatch. Further, no
modification of calibration shall be possible at site by any means.
However, it shall be possible to check the accuracy of energy measurement of the meter while
in operation in the field by means of LED test output on meter, accessible from the front as well
as through high-resolution display using suitable test equipment.
Test output device shall be provided in the form of LED for KWh and KVARh with provision of
selecting the parameter being tested. The test output device should have constant pulse rate in terms
of pulse/unit energy.
19. REAL TIME INTERNAL CLOCK (RTC)
The time keeping shall be selectable between line frequency or an internal crystal. If it is an internal
real time clock it shall be pre-programmed for 20 Years day/date without any necessity for
correction. The maximum drift shall not exceed +/- 180 Seconds per year. The clock day/date
setting and synchronization shall only be possible through password/Key code command from
Computer.

20. TAMPER & FRAUD MONITORING FEATURES


20.1 Meter must automatically identify the corrected service and verify the correct wiring and it
will be reported to system if any incorrect service found such as phase reversal, irrelevant
phase sequences and absence of any phase voltage
20.2 Meter must operate and accurately register demand and energy when service voltage is
applied across any two of the three input terminals or when service voltage is applied from
any input terminal to neutral.
20.3 Meter will continue to operate even the neutral is missing.
20.4
20.5 The metering system shall be provided with adequate magnetic shielding so that any
external magnetic field (AC Electro Magnet or DC Magnet) applied on the metering system
shall not affect the proper functioning and recording of energy as per error limits prescribed
in the standard.
20.6 The meter cover open detection, anti - theft tampering signal should be sent to remote.

461
21. SELF DIAGNOSTIC FEATURE
The meter shall be capable of performing complete self-diagnostic check to monitor the circuits for
any malfunctioning to ensure integrity of data memory location at all time. The meter shall have
indication for unsatisfactory/non-functioning/malfunctioning of the following:
a) Time and date on meter display
b) All display segments on meter display
c) Real Time Clock (RTC) status.
d) Non-volatile Memory (NVM) status.
e) While starting, the meter must perform self diagnostic checks as listed below. This is a
minimum standard.
-Check for phase voltages
-Check for cross phasing
-Check phase voltage and current polarity.
f) Meter must possess a display of the presence of all voltages.

22. OTHER SALIENT FEATURES OF METERS


a) The meter must be readable in power off condition. For that a battery back-up which is
externally replaceable of suitable capacity shall be provided. Push button or touch or any
other means shall be provided for the normal display shall also be used for battery back-up
display in power off condition for the manual mode reading of the auto display parameters.
23. PROGRAMMING & CUSTOMIZATION
The meter shall be programmed in the factory to a customized setting. Options for the customized
setting will be provided by the purchaser after signing of contract. Suppliers are required to inform the
purchaser for providing necessary information for a customized setting. The bidder shall also provide
necessary programming software and hardware with accessories( two data cable per PBS) for
programming, reading and downloading data locally from the meter.
24. TEST AND TEST CONDITIONS
The Energy meter offered shall be fully Type tested and Routine tested as per relevant ANSI
standard. Test reports including Tropical & Outdoor requirements shall be from an Internationally
Recognized Independent and well-known testing laboratory like KEMA, CESI, CPRI, UL, MET or
equivalent. Supporting documents in support of the status of the Testing Laboratory also shall be
submitted. Bidder shall also submit dimensional drawings, pictures, catalogue information, data on
starting watts and losses, list of spare parts with current prices, bulletin for adjustment, installation
and storage instructions and characteristics performance curves. The submitted Test reports must
have the detail address of the Testing Laboratory complete with telephone, fax, e-mail, website etc.
462
and must be readily available in the Web-site of the concern laboratory for verification by the
Purchaser. All the Test Reports and documents must be in English Language.
Afterward the Bidder, if awarded, shall carry out Routine tests on each individual meter at
manufacturing premises and Routine tests certificates of individual meter shall be submitted before
Pre-shipment/ Pre-delivery Inspection.
25. INSPECTION:
25.1 The Manufacturer shall perform the necessary inspection and tests to determine if the
offered meters comply with the specifications and shall supply certified test reports that give
proof that the meter meet the specifications and conform to the standards set forth. All
information shall be written in English.
25.2 The Purchaser may appoint its own official(s) or a third party inspection agency as Inspector
(s) and they shall be entitled at all reasonable time during manufacture and or pre-
delivery/pre-shipment to inspect and test the goods/materials in order to confirm the
specification, workmanship and performance at the manufacturer’s premises.
25.3 The selected tenderer shall take necessary arrangements for inspection by representative(s)
appointed by the Purchaser and to carry out in their presence necessary acceptance tests on
the meters offered.
25.4 The Purchase through a Three-Member Team of it’s own may carry out Stage Inspection
during manufacturing of goods at the manufacturing plants (s). The Stage inspection will be
applicable only to the Tenders where it is stated in the price schedule. After Stage Inspection
the team shall submit a report to REB after visit. In case the Purchaser intends to attend the
tests, the Supplier shall be informed accordingly in writing, so that the supplier can take
action at their end.
25.5 The Supplier shall, after consulting the Purchaser, give the purchaser reasonable notice in
writing of the date on and the place at which any material or equipment will be ready for
testing as provided in the contract.
25.6 The fees for Pre-shipment Inspection agency shall be born by the purchaser.

26. QUALITY
Overall the quality of the meter should be good and the service life of the meter shall be more than
the guarantee period. The material, components used for manufacturing the meter shall be of
premium quality. The LCD display shall not fade with time and the display annunciators should be
visible. Functionality of the meter shall not be affected by the harsh environmental conditions.
Quality meters shall be given preference and the performance of previous installed meters shall be
analyzed before awarding the tender. Aesthetically, the meter shall be of premium quality.
27. OPTIONAL ITEMS:
The Bidder shall include a list of manufacturer's recommended available optional items with price of
each individual item in his bid and the additional materials required per unit for up gradation.. The cost
of optional items shall not be considered in the tender evaluation. The purchaser reserves the option of
purchasing any or all of the spare parts listed.

463
28. PACKAGING:
REB meters shall be individually packaged in a suitable container for a tropical climate. Each
container shall be clearly labelled with manufacturer name and catalogue information.

29. OTHER STANDARDS:

The physical and performance requirements of meters based on other internationally recognised standards
are acceptable only if the requirement of such standards are equivalent to or exceed the requirements
quoted in this document.

464
Granted Technical Schedule (GTS)

3 phase CT/PT reated meter


(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be
acceptable)

Guaranteed
Technical Particulars REB specification
specification
Manufacturer's name To be mentioned
Catalogue/Model No. To be mentioned
Standard ANSI C12.1, 12.10, 12.20, 12.16
Electronic, 3 Phase, 4 Wire, Y Configured,
1) Type
3 Element.
2) Base & Form Socket based, Form- J-3: 16S, J-4:9S.
3) Voltage rating 240 Volt L-N (415 Volt L-L)
4) Operating voltage range (-) 30 % &(+) 15 % of rated voltage
5) Frequency 50 Hz+ 5%
6) Terminal J-3: 7 Terminals & J-4: 13 Terminals
7) Maximum Continuous J-3: 100/200 Amps, Self contained & J-4:
Current 20 Amps, CT operated
J-3: 15 A (for class 100)/30 A (for class
8) Test Amps 200) &
J-4: 2.5 Amps
9) Accuracy Class 0.5
Outdoor installtion at ambient temperature:
10) Environmental -40C to 550C, R.H.: 10-100%, Altitude:<
Condition of the 1000M, Hot and humid climate. Meter
installation Place Electronics shall operate between -40C to
850C.
As per ANSI C12.20.
J-3: 0.05 Amps if the offered meter is of
11) Starting Current Class 100 or 0.10 Amps if the offered
meter is of Class 200.
J4: 0.01 Amps.
At 115% of rated voltage with no load,
12) Running with no load
Meter shall not register any energy.
The effect of variation of voltage upon the
13) Power supply variation performance of the meter shall not exceed
that specified in ANSI C12.20.
14) Power Consumption As per ANSI C 12.20.

534
The meter should be designed and
protected such that all external effects and
15) Performance under influences shall not change its performance
influence condition & shall work satisfactorily within
guaranteed accuracy limits, as specified in
ANSI C12.20 (latest version).
a) The meter shall be Socket based and
housed in a safe, high grade engineering
plastic / polycarbonate casing conforming
to rain/dust/moisture proof. The meter
shall be made from SMT components.
b) The meter base and meter cover shall be
made of unbreakable high grade fire
resistant non-flammable reinforced,
polycarbonate (non bakelite) or equivalent
16) General constructional
high grade engineering plastic.
Requirement
c) All insulating material used in the
construction of meters shall be non-
hygroscopic, non-ageing and of tested
quality. All parts shall be effectively
protected against corrosion during
operating life by providing suitable
protective coating. Contact points & all
screws shall be corrosion less and rust
proof over the service life of the meter.
d) The meter shall be protected against
ultra-violet radiation.
e) The meter cover shall have one window
of transparent, high-grade engineering
plastic for easily reading all the parameters
and indicators. The window or the meter
cover shall not be able to remove
undamaged without breaking the meter
cover seals.
f) Shall be capable of withstanding stresses
likely to occur in actual service and rough
handling during transportation and shall be
convenient to transport and immune to
shock and vibration during transportation
and handling.
g) The meter shall be provided with
security sealing provision to accommodate
both padlock & wire type seal.
The meter shall be equipped with a two
17) Communication
way optical port for programming and
Capability
reading purposes.

535
The Meter shall be suitabe for unsheltered
outdoor tropical location under the
different climatic condition as specified in
clause no. 2 & 9 of specification without
corrosion or other damage to its parts to
adversely affect meter accuracy or
reliability. The meter shall be effectively
18) Tropical & Outdoor sealed shall meet the requirement of
Requirements weather simulation test as specified in
ANSI C12.1-2001, Salt spray test as per
ANSI C12.1 (Test Procedure as ASTM
B117), Rain and Dust test as described in
underwriter’s laboratory standard UL-50
(USA) for type 3 enclosures. Meters shall
be able to withstand solar ultraviolet
radiation.
Aesthetically, the meter shall be of
premium quality without deterioration of
the material, components used for
manufacturing and without affecting
19) Quality functionality of the meter during it's life.
Quality meters shall be given preference
and the performance of previous installed
meters shall be analyzed before awarding
the tender.
The meter shall be designed to operate
satisfactory for 10 years under normal
electrical condition and shall be guaranteed
for 36 months from the date of receiving
20) Performance
against manufacturing and design defects.
Guarantee
The meters found defective within
guaranteed period should be replaced/
repaired by supplier free of cost within two
months of intimation.
Reliable sealing arrangement should be
provided to avoid fiddling or tampering by
21) Sealing of Meter unauthorized persons. For this, at least two
no. of seals on meter body shall be
provided.
The marking of meters shall be in
accordance with ANSI C12.10. Every
meter shall have nameplate and the
22) Marking of Meters nameplate shall be marked distinctly and
indelibly. The basic marking on the meter
nameplate shall be as specified in clause-
13 of the specification:

536
The connection diagram of the meter shall
23) Connection Diagram be clearly shown for 3 phase 4 wire system
on meter cover.
The meter shall be capable of measuring
and displaying at least the following
electrical quantities within specified
accuracy limits for poly-phase balanced or
unbalanced loads: a) Cumulative total
KWH, KVARH (Leading) & KVARH
(Lagging).b) Previous month cumulative
total KWH & KVARH (Leading) &
24) Quantities to be KVARH (Lagging). c) Instantaneous
measured and displayed Phase voltages, instantaneous Phase
currents, instantaneous Power factor,
instantaneous kW.d) Maximum Demand
in KW. The demand interval length shall
be programmable 30 minutes.e) Previous
month maximum demand in KW.f) Meter
shall record the total number of outage.g)
Annunciator of all parameters.For more
detail see clause 15 of specification

25) Display of measured


values

The measured value(s) shall be displayed


on seven segments Liquid Crystal Display
(LCD) register, having wide viewing
i) LCD
angle.LCD shall be suitable for
temperature withstand of 70 degree
centigrade.
The Programming data should be retained
ii) Data Retention in non-volatile memory for the life of the
meter.
The meter should have facility of auto
iii) Auto display Facility display mode as specified in clause 16 of
specification.
Meter shall have Scroll Lock facility to
iv) Scoll lock facility display any one desired parameters
continuously from display parameters.
The Integer and Decimal places of the
v) Integer & Decimal
readings shall be as specified in clause 16
Place
of specification.
26) Demand Integration &
As Specified in Clause 17 of Specification.
MD Registration

537
All the meters shall be factory calibrated
for it's life. Further, no modification of
calibration shall be possible at site by any
means.However, it shall be possible to
check the accuracy of energy measurement
of the meter while in operation in the field
by means of LED test output on meter,
27) Calibration & Test
accessible from the front as well as
Output
through high-resolution display using
suitable test equipment.Test output device
shall be provided in the form of LED for
KWh and KVARh with provision of
selecting the parameter being tested. The
test output device should have constant
pulse rate in terms of pulse/unit energy.
The time keeping shall be selectable
between line frequency or an internal
crystal. If it is an internal real time clock it
shall be pre-programmed for 20 Years
day/date without any necessity for
28) Real Time Internal
correction. The maximum drift shall not
Clock
exceed +/- 180 Seconds per year. The
clock day/date setting and synchronization
shall only be possible through
password/Key code command from
Computer.
29) Tamper & Fraud
As Specified in Clause 20 of Specification.
Monitoring Feature
30) Self Diagnostic
As Specified in Clause 21 of Specification.
Features
The meter must be readable in power off
condition. For that a battery back-up of
suitable capacity shall be provided. Push
31) Reading the Meter
button or touch or any other means shall be
during Power off
provided for the normal display shall also
Condition
be used for battery back-up display in
power off condition for the manual mode
reading of the auto display parameters.

538
The meter shall be programmed in the
factory to a customized setting. Options for
the customized setting will be provided by
the purchaser after signing of contract.
Suppliers are required to inform the
32) Programming &
purchaser for providing necessary
Customization
information for a customized setting. The
bidder shall also provide necessary
software and hardware with accessories for
programming, reading and downloading
data from the meter.
The Energy meter offered shall be fully
33) Test & Test
Type tested and Routine tested as per
Conditions
relevant ANSI standard.
Internationally Recognized Independent
and well-known testing laboratory like
KEMA, CESI, CPRI, UL, MET or
a) Status of the Laboratory
equivalent. Supporting documents in
support of the status of the Testing
Laboratory shall be submitted.
The submitted Test reports must have the
detail address of the Testing Laboratory
b) Address of the Test complete with telephone, fax, e-mail,
Laboratory website etc. and must be readily available
in the Web-site of the concern laboratory
for verification by the Purchaser.
c) Language of Test All the Test Reports and documents must
Reports & Documents be in English Language.
d) Routine & Type Test
Reports as per relevant To be submitted.
ANSI Standard
e) Test Reports for
Tropical & Outdoor
requirements.
i) Weather simulation test
as specified in ANSI
C12.1-2001
ii) Salt spray test as per
ANSI C12.1 (Test To be submitted.
Procedure as ASTM B117)
iii) Rain and Dust test as
described in underwriter’s
laboratory standard UL-50
(USA) for type 3
enclosures.
iv) Withstand of solar

539
ultraviolet radiation.

Bidder shall also submit dimensional


drawings, pictures, catalogue information,
data on starting watts and losses, list of
f) Other Documents spare parts with current prices, bulletin for
adjustment, installation and storage
instructions and characteristics
performance curves.
Afterward the Bidder, if awarded, shall
carry out Routine tests on each individual
g) Routine Test reports meter at manufacturing premises and tests
after Awarding. certificates of individual meter shall be
submitted before Pre-shipment/ Pre-
delivery Inspection.
34) Inspection As specified in clause 25 of specification.
The Bidder shall include a list of
manufacturer's recommended available
optional items with price of each
individual item in his bid and the
additional materials required per unit for
35) Optional Items
upgradation. The cost of optional items
shall not be considered in the tender
evaluation. The purchaser reserves the
option of purchasing any or all of the spare
parts listed.
REB meters shall be individually packaged
in a suitable container for a tropical
36) Packaging climate. Each container shall be clearly
labelled with manufacturer name and
catalogue information.
Should be as per Shipping Box Design of
37) Shipping
bid document
[The Bidder should complete all the columns as required]
Name
In the capacity of
Signed

Duly authorized to sign the Bid for and on behalf of


Date

540
6.3 Form of Completion Certificate

Contract No: Date:


To:

[Name of Contractor]

Pursuant to GCC Clause 39 (Completion of the Facilities) of the General Conditions of


the Contract entered into between yourselves and the Employer dated [insert date], for
the supply and installation of plant and Services for [name of contract], we hereby
notify you that the following part(s) of the Facilities was (were) complete on the date
specified below, and that, in accordance with the terms of the Contract, the Employer
hereby takes over the said part(s) of the Facilities, together with the responsibility for
care and custody and the risk of loss thereof on the date mentioned below.

1. Description of the Facilities or part thereof:


______________________________

2. Date of Completion: __________________

However, you are required to complete the outstanding items listed in the attachment hereto
as soon as practicable.

This letter does not relieve you of your obligation to complete the execution of the Facilities
in accordance with the Contract nor of your obligations during the Defect Liability Period.

Very truly yours,

for and on behalf of the Employer

[ Signature ]

[ Title of the Project Manager ]

541
6.4 Form of Operational Acceptance Certificate

Contract No: Date:


To:

[Name of Contractor]

Pursuant to GCC Clause 40.3 (Operational Acceptance) of the General Conditions of the
Contract entered into between yourselves and the Employer dated [insert date], for the
supply and installation of plant and Services for [name of contract], we hereby notify
you that the Functional Guarantees of the following part(s) of the Facilities were
satisfactorily attained on the date specified below.

1. Description of the Facilities or part thereof:


_______________________________

2. Date of Operational Acceptance: _______________________

This letter does not relieve you of your obligation to complete the execution of the Facilities
in accordance with the Contract nor of your obligations during the Defect Liability Period.

Very truly yours,

for and on behalf of the Employer

[ Signature ]

[ Title of the Project Manager ]

542
6.5 Form of Change Order Procedure and Forms

Contract No: Date:


To:

[Name of Contractor]

CONTENTS

1. General
2. Change Order Log
3. References for Changes

ANNEXES

Annex 1 Request for Change Proposal


Annex 2 Estimate for Change Proposal
Annex 3 Acceptance of Estimate
Annex 4 Change Proposal
Annex 5 Change Order
Annex 6 Pending Agreement Change Order
Annex 7 Application for Change Proposal

Change Order Procedure

1. General

This section provides samples of procedures and forms for implementing changes in the
Facilities during the performance of the Contract in accordance with GCC Clause 64
(Change in the Facilities) of the General Conditions.

2. Change Order Log

The Contractor shall keep an up-to-date Change Order Log to show the current status of
Requests for Change and Changes authorized or pending, as Annex 8. Entries of the
Changes in the Change Order Log shall be made to ensure that the log is up-to-date. The

543
Contractor shall attach a copy of the current Change Order Log in the monthly progress
report to be submitted to the Employer.

3. References for Changes

(1) Request for Change as referred to in GCC Clause64 shall be serially numbered CR-
X-nnn.

(2) Estimate for Change Proposal as referred to in GCC Clause 64 shall be serially
numbered CN-X-nnn.

(3) Acceptance of Estimate as referred to in GCC Clause 64 shall be serially numbered


CA-X-nnn.

(4) Change Proposal as referred to in GCC Clause 64 shall be serially numbered CP-X-
nnn.

(5) Change Order as referred to in GCC Clause 64 shall be serially numbered CO-X-nnn.

Note: (a) Requests for Change issued from the Employer’s Home Office and the Site
representatives of the Employer shall have the following respective references:

Home Office CR-H-nnn


Site CR-S-nnn

(b) The above number “nnn” is the same for Request for Change, Estimate for
Change Proposal, Acceptance of Estimate, Change Proposal and Change
Order.

544
Annex 1. Request for Change Proposal
(Employer’s Letterhead)

To: Date:

Attention:

Contract Name:
Contract Number:

With reference to the captioned Contract, you are requested to prepare and submit a Change
Proposal for the Change noted below in accordance with the following instructions within
_______________ days of the date of this letter ____________________.

1. Title of Change: ________________________

2. Change Request No. __________________

3. Originator of Change: Employer: _______________________________


Contractor (by Application for Change Proposal No. _______1:

4. Brief Description of Change: _________________________________________________

5. Facilities and/or Item No. of equipment related to the requested Change: _____________

6. Reference drawings and/or technical documents for the request of Change:

Drawing No./Document No. Description

7. Detailed conditions or special requirements on the requested Change: ________________

8. General Terms and Conditions:

(a) Please submit your estimate to us showing what effect the requested Change will
have on the Contract Price.

(b) Your estimate shall include your claim for the additional time, if any, for completion
of the requested Change.

(c) If you have any opinion negative to the adoption of the requested Change in
connection with the conformability to the other provisions of the Contract or the

545
safety of the Plant or Facilities, please inform us of your opinion in your proposal of
revised provisions.

(d) Any increase or decrease in the work of the Contractor relating to the services of its
personnel shall be calculated.

(e) You shall not proceed with the execution of the work for the requested Change until
we have accepted and confirmed the amount and nature in writing.

Signature: [insert signature of authorised


representative of the Employer]
Name: [insert full name of signatory with
National ID Number]
Title of the Signatory: [insert title of the Signatory]
Name of the Employer: [insert name of the Employer]

546
Annex 2. Estimate for Change Proposal
(Contractor’s Letterhead)
To: Date:
Attention:
Contract Name:
Contract Number:

With reference to your Request for Change Proposal, we are pleased to notify you of the
approximate cost of preparing the below-referenced Change Proposal in accordance with GCC
Sub-Clause64.2.1 of the General Conditions. We acknowledge that your agreement to the cost
of preparing the Change Proposal, in accordance with GCC Sub-Clause64.2.2, is required before
estimating the cost for change work.

1. Title of Change: ________________________

2. Change Request No./Rev.: ____________________________

3. Brief Description of Change: __________________________

4. Scheduled Impact of Change: ___________________________

5. Cost for Preparation of Change Proposal: _______________2

(a) Engineering (Amount)

(i) Engineer hrs x rate/hr =


(ii) Draftsperson hrs x rate/hr =
Sub-total hrs

Total Engineering Cost

(b) Other Cost

Total Cost (a) + (b)

2
Costs shall be in the currencies of the Contract.

547
Signature: [insert signature of authorised
representative of the Employer]
Name: [insert full name of signatory with
National ID Number]
Title of the Signatory: [insert title of the Signatory]
Name of the Employer: [insert name of the Employer]

548
Annex 3. Acceptance of Estimate

(Employer’s Letterhead)

To: Date:

Attention:

Contract Name:
Contract Number:

We hereby accept your Estimate for Change Proposal and agree that you should proceed with the
preparation of the Change Proposal.

1. Title of Change: ___________________________

2. Change Request No./Rev.: _______________________________

3. Estimate for Change Proposal No./Rev.: _______________________________

4. Acceptance of Estimate No./Rev.: _______________________________

5. Brief Description of Change: _______________________________

6. Other Terms and Conditions: In the event that we decide not to order the Change accepted,
you shall be entitled to compensation for the cost of preparation of Change Proposal
described in your Estimate for Change Proposal mentioned in para. 3 above in accordance
with GCC Clause64 of the General Conditions.

Signature: [insert signature of authorised


representative of the Employer]
Name: [insert full name of signatory with
National ID Number]
Title of the Signatory: [insert title of the Signatory]
Name of the Employer: [insert name of the Employer]

549
Annex 4. Change Proposal

(Contractor’s Letterhead)
To: Date:
Attention:
Contract Name:
Contract Number:
In response to your Request for Change Proposal No. _______________________________, we
hereby submit our proposal as follows:

1. Title of Change: _______________________________


2. Change Proposal No./Rev.: _______________________________
3. Originator of Change: Employer: [_______________________________
Contractor: _______________________________
4. Brief Description of Change: _______________________________
5. Reasons for Change: _______________________________
6. Facilities and/or Item No. of Equipment related to the requested Change:
_______________________________
7. Reference drawings and/or technical documents for the requested Change:
Drawing/Document No. Description
8. Estimate of increase/decrease to the Contract Price resulting from Change Proposal:3
(Amount)

(a) Direct material


(b) Major construction equipment
(c) Direct field labor (Total hrs)
(d) Subcontracts
(e) Indirect material and labor
(f) Site supervision
(g) Head office technical staff salaries

Process engineer hrs @ rate/hr


Project engineer hrs @ rate/hr
Equipment engineer hrs @ rate/hr
Procurement hrs @ rate/hr
Draftsperson hrs @ rate/hr
Total hrs

(h) Extraordinary costs (computer, travel, etc.)

3
Costs shall be in the currencies of the Contract.

550
(i) Fee for general administration, % of Items

(j) Taxes and customs duties

Total lump sum cost of Change Proposal


(Sum of items (a) to (j))

Cost to prepare Estimate for Change Proposal


(Amount payable if Change is not accepted)

9. Additional time for Completion required due to Change Proposal

10. Effect on the Functional Guarantees

11. Effect on the other terms and conditions of the Contract

12. Validity of this Proposal: within [Number] days after receipt of this Proposal by the
Employer

13. Other terms and conditions of this Change Proposal:

(a) You are requested to notify us of your acceptance, comments or rejection of this
detailed Change Proposal within ______________ days from your receipt of this
Proposal.

(b) The amount of any increase and/or decrease shall be taken into account in the
adjustment of the Contract Price.

(c) Contractor’s cost for preparation of this Change Proposal: 2

Signature: [insert signature of authorised


representative of the Contractor]
Name: [insert full name of signatory with
National ID Number]
Title of the Signatory: [insert title of the Signatory]
Name of the Contractor: [insert name of the Contractor]

551
Annex 5. Change Order

(Employer’s Letterhead)

To: Date:

Attention:

Contract Name:
Contract Number:

We approve the Change Order for the work specified in the Change Proposal (No. _______), and
agree to adjust the Contract Price, Time for Completion and/or other conditions of the Contract
in accordance with GCC Clause64 of the General Conditions.

1. Title of Change: _______________________________

2. Change Request No./Rev.: _______________________________

3. Change Order No./Rev.: _______________________________

4. Originator of Change: Employer: _______________________________


Contractor: _______________________________

5. Authorized Price:

Ref. No.: _______________________________ Date:


__________________________
Foreign currency portion __________ plus Local currency portion __________

6. Adjustment of Time for Completion

None Increase _________ days Decrease _________ days

7. Other effects, if any

Authorized by: Date:


(Employer)

Accepted by: Date:


(Contractor)

552
Annex 6. Pending Agreement Change Order

(Employer’s Letterhead)

To: Date:

Attention:

Contract Name:
Contract Number:

We instruct you to carry out the work in the Change Order detailed below in accordance with
GCC Clause64 of the General Conditions.

1. Title of Change: _______________________________


2. Employer’s Request for Change Proposal No./Rev.: _______________________________
dated: __________
3. Contractor’s Change Proposal No./Rev.: _______________________________ dated:

4. Brief Description of Change: _______________________________


5. Facilities and/or Item No. of equipment related to the requested Change:
_______________________________

6. Reference Drawings and/or technical documents for the requested Change:

Drawing/Document No. Description

7. Adjustment of Time for Completion:

8. Other change in the Contract terms:

9. Other terms and conditions:

Signature: [insert signature of authorised


representative of the Employer]
Name: [insert full name of signatory with
National ID Number]
Title of the Signatory: [insert title of the Signatory]
Name of the Employer: [insert name of the Employer]

553
Annex 7. Application for Change Proposal

(Contractor’s Letterhead)

To: Date:

Attention:

Contract Name:
Contract Number:

We hereby propose that the below-mentioned work be treated as a Change in the Facilities.

1. Title of Change: _______________________________

2. Application for Change Proposal No./Rev.: _______________________________ dated:


_______________________________

3. Brief Description of Change: _______________________________

4. Reasons for Change:

5. Order of Magnitude Estimation (in the currencies of the Contract):

6. Scheduled Impact of Change:

7. Effect on Functional Guarantees, if any:

8. Appendix:

Signature: [insert signature of authorised


representative of the Contractor]
Name: [insert full name of signatory with National
ID Number]
Title of the Signatory: [insert title of the Signatory]
Name of the Contractor: [insert name of the Contractor]

Signature Seal

554
6.6 Supplementary Information
[The Tenderer shell furnish additional description/information covering all activities, if any]

Invitation for Tenders


[This is the website format and as used for published advertisement.
It is included in this document for information only]

GOVERNMENT OF THE PEOPLE’S REPUBLIC OF BANGLADESH


1 Ministry/Division < select > V
2 Agency < select > V
3 Purchaser Name
< type in name >
4 Purchaser Code Not used at present
5 Purchaser District < select > V
6 Invitation for < V < V < V
sele sele sele
ct > ct > ct >
7 Invitation Ref No
< type in name >
8 Date < select > V
KEY INFORMATION
9 Procurement Method < select > V < V
sele
ct >
FUNDING INFORMATION
10 Budget and Source of Funds < select > V
11 Development Partners (if applicable) < type in name >
PARTICULAR INFORMATION
12 Project / Programme Code (if < use MOF code >
applicable)
13 Project / Programme Name (if < use MOF name >
applicable)
14 Tender Package No. < type in name >
15 Tender Package Name < type in name >
Date
16 Tender Publication Date < select > V
17 Tender Last Selling Date < select > V
Date Time
18 Tender Closing Date and Time < select > V < select > V
19 Tender Opening Date and Time < select > V < select > V
20 Name & Address of the office(s) Address
- Selling Tender Document < type in name >
(Principal)
- Selling Tender Document (Others) < type in name >
NO CONDITIONS APPLY FOR SALE, PURCHASE OR DISTRIBUTION OF TENDER
DOCUMENTS

555
- Receiving Tender Document < type in name >
- Opening Tender Document < type in name >
21 Place / Date / Time of < type in name >
Pre-Tender Meeting (Optional) Date Time
< select > V < select > V
INFORMATION FOR TENDERER
22 Eligibility of Tenderer < type in name >
23 Brief Description of Plant & Equipment < type in name >
24 Brief Description of Services < type in name >

25 Price of Tender Document (Tk.) < type in price >


Lot Identification of Lot Location Tender Security Completion
No Amount (Tk.) Time in Weeks /
Months
26 1 < type in name > < type in <type in> <type in>
name >
Purchaser DETAILS
30 Name of Official Inviting Tender < type in name >
31 Designation of Official Inviting Tender < type in name >
32 Address of Official Inviting Tender < type in name >
33 Contact details of Official Inviting < Tel. <Fax <e-
Tender No.> No.> mail>
34 The Purchaser reserves the right to reject all tenders or annul the Tender proceedings

<select> : these fields are “pop-up” fields and the Purchaser will only have to select the correct
name, address or date in order to complete the form.

<type in name> : these fields are to be completed by typing in the relevant data.

556
Invitation for Tenders
[for use when there are MULTIPLE lots in a package
This is the website format and as used for published advertisement.
It is included in this document for information only]

GOVERNMENT OF THE PEOPLE’S REPUBLIC OF BANGLADESH


1 Ministry/Division < select > V
2 Agency < select > V
3 Purchaser Name < type in name >
4 Purchaser Code Not used at present
5 Purchaser District < select > V
6 Invitation for < V < V < V
sele sele sele
ct > ct > ct >
7 Invitation Ref No < type in name >
8 Date < select > V
KEY INFORMATION
9 Procurement Method < select > V < V
sele
ct >
FUNDING INFORMATION
10 Budget and Source of Funds < select > V
11 Development Partners (if applicable) < type in name >
PARTICULAR INFORMATION
12 Project / Programme Code (if < use MOF code >
applicable)
13 Project / Programme Name (if < use MOF name >
applicable)
14 Tender Package No. < type in name >
15 Tender Package Name < type in name >
Date
16 Tender Publication Date < select > V
17 Tender Last Selling Date < select > V
Date Time
18 Tender Closing Date and Time < select > V < select > V
19 Tender Opening Date and Time < select > V < select > V
20 Name & Address of the office(s) Address
- Selling Tender Document < type in name >
(Principal)
- Selling Tender Document (Others) < type in name >
NO CONDITIONS APPLY FOR SALE, PURCHASE OR DISTRIBUTION OF
TENDER DOCUMENTS
- Receiving Tender Document < type in name >
- Opening Tender Document < type in name >
21 Place / Date / Time of < type in name >
Pre-Tender Meeting (Optional) Date Time

557
< select > V < select > V
INFORMATION FOR TENDERER
22 Eligibility of Tenderer < type in name >
23 Brief Description of Plant & Equipment < type in name >
24 Brief Description of Services < type in name >

25 Price of Tender Document (Tk.) < type in price >


Lot Identification of Lot Location Tender Completion Time
No Security in
Amount (Tk.) Weeks / Months
26 1 < type in name > < type in <type <type in>
name > in>
27 2 < type in name > < type in <type <type in>
name > in>
28 3 < type in name > < type in <type <type in>
name > in>
29 4 < type in name > < type in <type <type in>
name > in>

30 Name of Official Inviting Tender < type in name >


31 Designation of Official Inviting Tender < type in name >
32 Address of Official Inviting Tender < type in name >
33 Contact details of Official Inviting < Tel. No. > < Fax < e-
Tender No. > mail >
34 The Purchaser reserves the right to reject all tenders or annul the Tender proceedings
<select> : these fields are “pop-up” fields and the Purchaser will only have to select the correct
name, address or date in order to complete the form.

<type in name> : these fields are to be completed by typing in the relevant data.

Signature Signature

558
Section 7. Drawings

559
Flow charts of the processes involved between different entities in the prepaid e-metering
system
Overall Process Outline
Main requirement: A receipt is essential as a proof of vending. Otherwise, in case of problem
of actual vending into the meters, resolution of the dispute will be difficult. Therefore, a
consumer for vending purpose must come either to a POS or to a Vending Station for recharging
his/her meters (either single phase or three phases). Since the friendly hour and emergency credit
facilities will be active within the meter so the failure of vending beyond the office hour will not
harm the consumer.

The consumer Vendor enters the MIC software checks the Operator’s
pays to the POS information into the balance from the vendor’s server feedbacks
vendor the amount POS software and operator whether POS No
applicable for the software sends vendor has
vending them to MIC via the sufficient
network balance or not

Yes A failure
message will be
sent to the POS

The POS Depending on the The API appropriate to


feedback message sin Single
the meter will generate
software prints Phase or
received from the gle
the receipt with ph Three Phase the encrypted number
MIC, the vending
the vending software will either
?Meter and MIC will either
information print the key or writes sends it to the POS or
it into SC to the meter

Th
The POS software ph MIC sends the The POS vendor
prints the receipt vending information then attempts to
with the vending directly to the meter charge his account
information

Customer if wants to know The mobile The request will be processed via The mobile
information like his company SMS server (within system master company
sanctioned load during forwards the station) and the requested forwards the
peak hour, rate etc. may request to the information will be retrieved from the result to mobile of
send his account number utility’s MIC database and sent to the mobile the consumer
and the appropriate code operator
via his mobile phone

560
Processes initiated at POS
1. Processes involved at the Utility’s Vending Station
2. Same as the POS initiated processes except the checking monitory transactions because
only cash transactions will be made at the vending stations.
3. Processes involved at Short Message Services from consumers’ mobile

1 Multi-factories Access Platform

1.1 Access Platform Architecture Design

Each manufacturer provides its own encryption / decryption API, integrated into the system
software.
When dealing with business based on different meters from each manufacturer, the system
automatically calls the corresponding manufacturers’ encryption/ decryption API.
The system defines uniformly data exchange interface corresponding to different business, such
as input and output parameters.
When dealing with a business, for the key pad meter, the system will call the encryption/
decryption API, generates the corresponding Token, and print; for smart card meter, the system
will call the encryption/ decryption API, write the corresponding Token to encrypted data area of
the smart card.
The encryption/decryption API from smart card manufacture must be able to generate Token
which must contain the information of business type and length information. So that when smart
card meter read the encrypted data in the card, the meter can separate the Token and identify the
Token business itself.
POS read the smart cards from different manufactures via standard card read devices.
561
MIC communicates with GPRS meters of other factories according to standard data exchange
mechanism.
Note: Token in this document means encrypted data.
2. Business Process
2.1 Vending as example:

This is a brief conceptual drawing. Bidder must provide all the drawings necessary after
survey (if necessary) and those drawings must be approved by employer.
Insert here a list of Drawings. The actual Drawings, including site plans, should be attached
to this section or annexed in a separate folder. The Drawings shall be dated, numbered and
show the revision number.

562
-The End-

You might also like