Download as pdf or txt
Download as pdf or txt
You are on page 1of 217

Tender No.

C-DOT/Del/Tender/2022-2023/002

REQUEST FOR PROPOSAL


OF

DESIGN & BUILD,


SITE PREPARATION, SUPPLY, INSTALLATION,
TESTING & COMMISSIONING
OF DATA CENTRE
ON TURNKEY BASIS
AT
C-DOT, DELHI

Centre for Development of Telematics


C-DOT Campus, Mehrauli, New Delhi - 110030.

Tender No. C-DOT/Del/Tender/2022-2023/002 page 1 of 217

Copyright © C-DOT
Contents

1 INTRODUCTION ................................................................................................................................. 4
2 GENERAL INFORMATION AND INSTRUCTIONS TO BIDDERS ............................................ 6
2.1 CONTACT INFORMATION.......................................................................................................... 6
2.2 CRITICAL DATE SHEET .............................................................................................................. 6
2.3 DOWNLOADING TENDER DOCUMENTS ................................................................................ 6
2.4 VISIT TO THE SITE (C-DOT CAMPUS, DELHI)........................................................................ 7
2.5 PRE-BID MEETING ....................................................................................................................... 7
2.6 SUBMISSION OF BID ................................................................................................................... 8
2.6.1 ONLINE SUBMISSION OF BID .......................................................................................................... 8
2.6.2 INSTRUCTIONS FOR ON-LINE SUBMISSION OF BIDS................................................................. 8
2.6.3 ASSISTANCE TO BIDDERS – CPP PORTAL .................................................................................... 8
2.6.4 TENDER FEE AND EMD ..................................................................................................................... 9
2.6.5 TERMS AND CONDITIONS FOR SUBMISSION OF BID .............................................................. 10
2.6.6 BID DOCUMENTS .............................................................................................................................. 10
2.6.7 BID DOCUMENT DETAILS .............................................................................................................. 10
2.6.8 SIGNATURES IN THE TENDER DOCUMENT BY THE BIDDER ................................................ 13
2.7 RATES IN TENDER DOCUMENTS ........................................................................................... 13
2.8 WARRANTY TERMS .................................................................................................................. 13
2.9 COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT (CAMC) TERMS .................. 14
2.10 RIGHT TO ACCEPT OR REJECT A BID ................................................................................... 15
2.11 SUB-CONTRACTING .................................................................................................................. 16
2.12 AMENDMENTS BY C-DOT ....................................................................................................... 16
3 TECHNICAL SPECIFICATIONS AND SCOPE ............................................................................ 17
3.1 BRIEF SCOPE OF TENDER ........................................................................................................ 17
3.1.1 GENERAL CONDITIONS .................................................................................................................. 17
3.1.2 ACCEPTANCE TEST (AT) ................................................................................................................. 18
3.1.3 SERVICE LEVEL AGREEMENT (SLA) ........................................................................................... 18
3.1.4 SPACE ALLOCATION ....................................................................................................................... 19
3.1.5 GENERAL DESIGN REQUIREMENTS ............................................................................................ 20
3.1.6 DATA CENTRE CLASSIFICATION.................................................................................................. 22
3.1.7 BRIEF SCOPE OF WORK .................................................................................................................. 23
3.2 DETAILED TECHNICAL SPECIFICATION .............................................................................. 28
3.2.1 DETAILED SCOPE OF WORK .......................................................................................................... 28
3.2.2 TECHNICAL SPECIFICATIONS OF EQUIPMENT ......................................................................... 63
3.3 PROJECT MANAGEMENT ....................................................................................................... 123
3.3.1 ROLES AND RESPONSIBILITIES .................................................................................................. 123
3.3.2 PROGRAM MANAGEMENT ........................................................................................................... 124
3.3.3 REVIEW MECHANISM ................................................................................................................... 124
3.3.4 ESCALATION MECHANISM .......................................................................................................... 125
3.4 LIST OF PREFERRED MAKES/BRANDS/MODELS ............................................................. 125
4 CRITERIA OF EVALUATION OF ACCEPTED BIDS & SELECTION .................................. 132
4.1 ELIGIBILITY CRITERIA .......................................................................................................... 132
4.2 TECHNICAL COMPLIANCE .................................................................................................... 136
4.3 DELIVERY ................................................................................................................................. 136
4.4 EVALUATION OF TECHNICAL BID ...................................................................................... 138
4.5 EVALUATION OF FINANCIAL BID ....................................................................................... 144
Tender No. C-DOT/Del/Tender/2022-2023/002 page 2 of 217

Copyright © C-DOT
4.6 FINAL EVALUATION ............................................................................................................... 144
4.7 CLARIFICATION OF OFFERS ................................................................................................. 144
5 OTHER TERMS, CONDITIONS AND GUIDELINES ................................................................ 145
6 ARBITRATION................................................................................................................................. 150
7 JURISDICTION ................................................................................................................................ 151
ANNEXURE-A: TECHNICAL ANNEXURES ................................................................................. 152
ANNEXURE-A.1: LAYOUT PLAN OF THE SITE .......................................................................... 152
ANNEXURE-A.2: LAYOUT PLAN OF THE SITE .......................................................................... 153
ANNEXURE-A.3: OPTICAL CABLING FOR DATA CENTRE ................................................... 154
ANNEXURE-A.4: NOC ROOM LAYOUT ....................................................................................... 163
ANNEXURE -B: TENDER ACCEPTANCE LETTER ..................................................................... 165
ANNEXURE -C: DECLARATION LETTER FOR RULE 144 ........................................................ 167
ANNEXURE -D: FORMAT OF PBG (BOND FORM) DURING WARRANTY PERIOD ....... 170
ANNEXURE -E: INTEGRITY PACT ................................................................................................. 172
ANNEXURE -F: FORMAT OF TECHNICAL COMPLIANCE STATEMENT .......................... 178
ANNEXURE -G: PRICE BID UNDERTAKING .............................................................................. 179
ANNEXURE -H: NON-DISCLOSURE AGREEMENT (NDA) .................................................... 180
ANNEXURE -I: PROOF OF SITE VISIT BY BIDDER ................................................................... 187
ANNEXURE -J: PROFORMA FOR CONTRACT ........................................................................... 188
ANNEXURE -K: DAILY CHECK LIST REPORTS FORMAT ...................................................... 214
ANNEXURE -L: EMD FORMAT ....................................................................................................... 215
ANNEXURE -M: SELF CERTIFICATION REGARDING LOCAL CONTENT (LC) ................ 216

Tender No. C-DOT/Del/Tender/2022-2023/002 page 3 of 217

Copyright © C-DOT
1 INTRODUCTION
Centre for Development of Telematics (henceforth referred as ‘C-DOT’) is a registered scientific
society set up by the Govt. of India under Department of Telecommunications (DoT), for pursuing
research and development in telecommunications. It provides solutions for current and future
requirements of telecommunications and converged networks including those required for rural
applications.

C-DOT invites signed online quotations through CPP portal https://eprocure.gov.in/eprocure/app


on single-stage two-bid system (separate technical and financial bids) to upgrade its existing
Computer Center located in Delhi (C-DOT Campus Mandi Road, Chhatarpur, Mehrauli, New Delhi-
110030) to a Rated 3 certified Data Centre.

Through this document, C-DOT invites bids for Design & Build, Site Preparation, Supply,
Installation, Testing, and Commissioning of the Data Centre Infrastructure comprising of:

1. Civil Work
2. Electrical Works (Electrical Distribution, Diesel Genset, UPS System etc.)
3. HVAC System (In-Row based precision Cooling Systems with Humidity Control,
Comfort Cooling etc.)
4. Racks/IPDUs and Active & Passive Networking Infrastructure
5. Safety, Security and Surveillance System (CCTV, Access Control System, etc.)
6. Fire Detection, Prevention and Suppression System (including VESDA, etc.)
7. Pest and Rodent Repellent System
8. Water Leak Detection System
9. Integrated Building Management System (IBMS, DCIM, etc.)
10. NOC Infrastructure (including Video Wall and other Infrastructure)
11. Operation and Maintenance (O & M) including Manpower
12. Documentation
13. Other related items/activities
on Turnkey basis from the bidders having adequate skill sets and experience as per Scope of Work
given in section 3.

The designated space of the data centre is the central computer centre and is in active use by the
organisation. From the networking standpoint this computer centre is the heart of the campus
network backbone as the core switches and routers are placed in this facility. It also is the central
point for the entire data cabling infrastructure (both copper as well as optical) from where the
peripheral Data Centre in the campus are being fed. It is also the location for the central computing
facility for C-DOT Delhi. From the infrastructure standpoint this computer centre currently houses
Tender No. C-DOT/Del/Tender/2022-2023/002 page 4 of 217

Copyright © C-DOT
various racks (both 19” and custom sized) that house servers, storage, networking equipment and
passive cabling etc.

C-DOT intends to build a modern, energy efficient Rated 3 Certified Data Centre within the
aforementioned premises in two parts (designated as Part A and Part B in ANNEXURE –A.1 and
A.2). Certain racks would be retained from the existing infrastructure and they have to be integrated
in the structure in a seamless manner. The activity shall have to be carried out with minimal
disruption to the current functioning. Due to the constraint of retaining the passive network cabling
as it is, the work has to be carried out without shifting the existing network racks (4 nos.) which are
indicated in part A of the layout diagram in ANNEXURE –A.1 and A.2. The layout diagram shown
in ANNEXURE –A.1 and A.2is tentative only and the bidder may modify the layout of the DCs
considering the build design proposed by bidder.

This work has to be done in two phases i.e. Phase I for Part A and Phase II for Part B with a cooling
period of 4 weeks between the two phases which will be utilised to commission the part A and
operationalise it.

The Phase I for Part A shall have to be completed within 20 weeks from the release of PO and the
Phase II for Part B shall be completed within 10 weeks after 4 weeks (cooling period) of successful
operation of Part A. All other racks including the active infrastructure presently housed in Part A
would be shifted to the other part i.e. Part B, during the delivery period of the items i.e. within 14
weeks from the date of placing the Purchase Order. The bidder shall have the responsibility of
physical shifting of the IT infrastructure as mentioned above in consultation with C-DOT. The
shifting of Active Infrastructure from Part B to Part A shall be carried out by the bidder in
consultation with C-DOT after the completion of Part A within the cooling period of 4 weeks. The
entire project shall be completed at site within 34 weeks from the date of Purchase Order.

The commissioning of Part-A may not be dependent on the commissioning of BMS/DCIM systems
of Part-A, however once the Part-A is marked commissioned there should not be any downtime
allowed / outages in operations & services in Part-A for the integration of such system. The
BMS/DCIM system may be fully commissioned before or along with commissioning of Part-B.

All the terms and conditions of this Tender document, will be binding on the Bidders. These terms
and conditions shall become part of the Purchase Order, to be placed on the contractor by C-DOT,
as a result of the bidding process.

The Bidders are advised to study the Tender Document carefully. Submission of Bid shall be deemed
to have been done after careful study and examination of the Tender Document with full
understanding of its implications.

Tender No. C-DOT/Del/Tender/2022-2023/002 page 5 of 217

Copyright © C-DOT
2 GENERAL INFORMATION AND INSTRUCTIONS TO BIDDERS
The English version of the tender document shall always prevail and legally valid, in case of any
discrepancy or inconsistency between English version and its Hindi translated version.

2.1CONTACT INFORMATION

All communications regarding this tender are to be sent to:


Address: Manager- Purchase
Centre for Development of Telematics
C-DOT Campus, Mehrauli
New Delhi - 110030
Phone: 011-26598236, 011-26598135
E-mail: tenderd@cdot.in

2.2CRITICAL DATE SHEET

Critical dates related to this tender are:


Table1: Critical Date Sheet
Event Date and time
Start of bid document downloading 30-Sep-2022, 1500 hrs
Start of visit to the site (C-DOT Delhi Campus) * 30-Sep-2022, 1500 hrs
Start of seeking clarification 30-Sep-2022, 1500 hrs
End of visit to the site 14-Oct-2022, 1700 hrs
End of seeking clarification 14-Oct-2022, 1700 hrs
Pre-bid meeting 19-Oct-2022, 1400 hrs
Start of bid submission 26-Oct 2022, 0900 hrs
End of bid submission 10-Nov-2022, 1500 hrs
Technical Bid opening 11-Nov-2022, 1500 hrs
Financial Bid opening Will be informed later

* Office working hours excluding Saturdays, Sundays and public holidays.

In case the Bid opening date happens to be an unscheduled holiday, the bids will be opened on the
next working day at the same time.

2.3DOWNLOADING TENDER DOCUMENTS

Non-transferable tender documents consisting of specifications and schedule of quantities, and


terms and conditions, may be downloaded on or after publication of this tender from C-DOT
website www.cdot.in (for reference only) and CPP portal https://eprocure.gov.in/eprocure/app.

Tender No. C-DOT/Del/Tender/2022-2023/002 page 6 of 217

Copyright © C-DOT
2.4VISIT TO THE SITE (C-DOT CAMPUS, DELHI)
Since this is Turnkey project, the Interested Bidders are requested to MANDATORILY visit the site
(C-DOT Campus, Delhi). The bidders shall visit the site during the dates indicated in section 2.2, to
assess the scope and extent of the work to be carried out as part of this tender. The bidders can visit
the site a maximum on two occasions. The bidders must ensure that the complete scope of work is
fully understood without any ambiguity as C-DOT would not allow any further visit after the end
date of site visit. Only those bidders who have visited the site would be allowed to participate in the
pre-bid meeting.
The following officials may be contacted for site visit:
1. Mr. Pramod Kumar, Email: pramods@cdot.in, Phone: +91-11-26598662
2. Mr. Aurindam Bhattacharya, Email: aurindam@cdot.in, Phone: +91-11-26598828
3. Mr. Trilok Chand, Email: trilok@cdot.in, Phone: +91-11-26598302

2.5 PRE-BID MEETING

1. Pre-bid meeting of all Bidders who have visited the site will be held on the date indicated
in the Section 2.2 Critical Date Sheet, at C-DOT Campus, Mehrauli, New Delhi-110030.
The Bidders can seek clarification on the complete tender documents available on CPP
Portal. The Bidders shall submit their points for clarifications as per schedule given in
Critical Date Sheet. Written clarification and amendments, where necessary, will be
uploaded in CPP portal. The Bidders are advised to check the portal before submitting
their bids. Clarifications issued will form a part of the contract documents. In view of
clarifications as above, the Bidders shall sign and attach the clarifications/documents
along with the bid as called for in the tender documents. All queries shall be submitted to
tenderd@cdot.in in the given ‘xls’ format indicated below:

Name of the Bidder:


Sr. Section / Clause Query Name of the C-DOT
No. Page No Reference Bidder Response

2. If no such clarification is sought, it will be deemed that the Bidder has completely
understood the parameters and requirements as indicated, enunciated and described in
the tender document and is complying with the same at the time of submission of the bid.
3. The Bidder may also note that no request for clarifications will be entertained after the
dates indicated in section 2.2
4. Replies to such queries will be uploaded on CPP Portal only. It will be bidder’s
responsibility to check the same on the portal.
5. The bid shall be submitted in conformance with the clarifications and amendments, as
necessary, issued by C-DOT. In the event fresh request for clarifications are found to be
additionally attached with the bid submitted by the Bidder, the bid will be considered as
non-fide and will be liable to be rejected.
Tender No. C-DOT/Del/Tender/2022-2023/002 page 7 of 217

Copyright © C-DOT
2.6SUBMISSION OF BID

2.6.1 ONLINE SUBMISSION OF BID

Bids shall only be submitted online at CPP portal on or before the end of bid submission date, as
mentioned in Section 2.2 Critical Date Sheet. Bids sent through fax, e-mail or any offline mode will
not be considered.

Not more than one bid shall be submitted against this tender, by one Bidder.

Please note that, in this document, the terms, Financial Bid, Commercial Bid and Price Bid are used
interchangeably, and refer to the same. Similarly, Bidder, Contractor, Supplier and Agency are
used interchangeably, and refer to the same.

2.6.2 INSTRUCTIONS FOR ON-LINE SUBMISSION OF BIDS

The bidders are required to submit soft copies of their bids electronically through the portal
(https://eprocure.gov.in/eprocure/app) using valid Digital Signature Certificates (DSC). The
instructions given below are meant to provide assistance in registering on the CPP Portal, prepare
their bids in accordance with the requirements and submitting their bids online on the CPP Portal.
More information useful for submitting online bids on the CPP Portal may be obtained at:

https://eprocure.gov.in/eprocure/app?page=HelpForContractors&service=page

2.6.3 ASSISTANCE TO BIDDERS – CPP PORTAL

Any query relating to the process of online bid submission or queries relating to CPP Portal in
general may be directed to the 24*7 CPP Portal Helpdesk on: - +91 120 4001 002, +91 120 4001 005,
+91 120 6277 787 or send e-mail for technical support to support-eproc@nic.in.

The prospective bidders are advised to upload the documents at least one day before the last date
for uploading of documents, in order to avoid the possibilities of any last-minute surprises. The
Purchaser does not take any responsibility towards technical snags pertaining to CPP Portal and/or
connectivity issues.

Tender No. C-DOT/Del/Tender/2022-2023/002 page 8 of 217

Copyright © C-DOT
2.6.4 TENDER FEE AND EMD

2.6.4.1 TENDER FEE

The Bidder shall make a payment of Rs.5,900.00/- (Rupees Five thousand nine hundred) only
(including GST), by DD/ONLINE in favour of ‘Centre for Development of Telematics’, and a
scanned copy of the payment details to be uploaded in the portal with technical bid documents. In
case of tender fees payment through DD, the same has to be submitted to the office of C-DOT before
the due date and time. All applicable bank charges will be borne by the applicant and he/she will
not have any claim whatsoever on this account on C-DOT. This amount will be non-refundable.
Bids without tender fee will be rejected outright.

Bank details for online submission of Tender Fee:


Beneficiary Name : Centre for Development of Telematics (C-DOT)
Account Number : 0347101002508
Bank & Branch : Canara Bank, C-DOT Branch Chattarpur, New Delhi
IFSC : CNRB0008657
Account Type : Savings

2.6.4.2 EARNEST MONEY DEPOSIT (EMD)

i. Bidders should submit EMD of Rupees Forty Lacs (INR 40,00,000.00) as per format
specified in ANNEXURE -L: EMD FORMAT, in the form of BG/DD in a sealed envelope
at the office of C-DOT, New Delhi, before the last date specified for submitting bids. Bids
without EMD will be rejected outright.
ii. C-DOT will not be responsible for delays of any nature including due to postal and/or
force majeure delays. Original instrument in respect of EMD received after end of bid
submission day will not be accepted – the bid will be rejected outright and no
communication will be entertained.
iii. EMD shall be exempted for Government bodies/PSU, SSI & MSE organizations (who
are exempted from payment of EMD) on production of relevant proof.
iv. The sealed envelope containing EMD amount through DD/BG will be opened only at
the time of technical bids opening and, if the EMD DD/BG is not found to be in order,
the bid will be rejected.
v. If EMD is submitted in BG form, the validity of the same should be 6 months from the
end date of bid submission. If any extension of validity of the EMD is required, the same
shall be done by the bidder as per instruction of C-DOT. The Bidder is not allowed to
modify the bid for the extended period.
vi. The EMD of the Bidder may be forfeited, if the Bidder withdraws his bid or modifies his
offer in a manner unacceptable to C-DOT during the period of validity of tender.

Tender No. C-DOT/Del/Tender/2022-2023/002 page 9 of 217

Copyright © C-DOT
vii. The EMD of the unsuccessful Bidders will be refunded by C-DOT within 6 (six) months
after acceptance of the bid. No interest will be paid on the EMD.

2.6.5 TERMS AND CONDITIONS FOR SUBMISSION OF BID

The Bidder is advised to study the terms and conditions of the tender carefully and submit the bids
accordingly. Any bid/quotation received against this tender and resulting from this tender will be
governed by the terms and conditions indicated in this tender document and the Bidder quoting
against this tender will be deemed to have read, understood and accepted the same unconditionally.

It is mandatory to provide the technical details in the exact format of Technical Details column given
in the technical specifications. The offer may not be evaluated by C-DOT in case of non-adherence
to the format or non-submission / partial submission of technical details as per the format given in
the tender. C-DOT will not allow/permit changes in the technical specifications once it is submitted.
The relevant product or service information, brand and model number offered, printed product
brochure, technical specification sheets etc. should be submitted along with the offer. Failure to
submit this information along with the offer could result in disqualification.

The Bidder shall submit the bid strictly according to the terms and conditions of the tender
documents and not stipulate any deviation. The Bidder shall seek clarification, if any, in the pre-bid
meeting. C-DOT will upload the clarifications on CPP Portal, if any, after the pre-bid meeting which
will form the part of the tender document. The Bidder shall submit his bid strictly in conformity
with such documents and no deviation in any manner will be acceptable in the bid to be submitted
by the Bidder.

At any time prior to the date of submission of tender, the C-DOT may, for any reason, modify the
tender documents by the issuance of an addendum/clarification. The same shall be considered to
form a part of this tender document.

2.6.6 BID DOCUMENTS


The documents to be submitted by the Bidder are:

1. Part I: Technical bid documents, along with addenda/corrigenda, if any


2. Part II: Financial bid documents, along with addenda/corrigenda, if any.

2.6.7 BID DOCUMENT DETAILS

Details and documents to be submitted along with the bid are:

Part I: Technical bid documents

The technical bid shall contain the following documents:


Tender No. C-DOT/Del/Tender/2022-2023/002 page 10 of 217

Copyright © C-DOT
1. Following technical documents, to be uploaded as an individual PDF files for each required
document:
• Index of technical documents.
• Brief Introduction of the Bidder – Background, Experience
• Statement of Services to be subcontracted and details of Sub-contractors
• Duly signed MOUs between the Bidder and his Sub-contractors
• Compliance Statement as per format in ANNEXURE -F including all subsections of
“Section 3: TECHNICAL SPECIFICATIONS AND SCOPE” of the document.
• Price Bid Undertaking as per ANNEXURE -G duly signed and stamped
• Scanned copy of TENDER document duly signed and stamped
• A document mentioning year of launch and EOL of all the equipment.
• Undertaking for acceptance of 3-years Warranty and Post Warranty CAMC of 5 years
inclusive of SLAs as per ANNEXURE -J Proforma for Contract
• List of Clients clearly enunciate the address of the premises, with phone nos. /fax nos.
/email and the names of the contact persons. C-DOT may at its discretion carry out
verification/inspection of the site(s).
• List of OEMs and authorization certificates from all OEMs
• Manpower and resource deployment plan for the project. This should consist of a
Program Manager and other Managers, domain expertise, etc. in the areas of Data
Centre infrastructure, viz. Civil and Electro-Mechanical Works, NOC Implementation,
High performance Liquid Cooling Package, Security and Safety Systems including Fire,
Building or any other applicable statutory safety norms prescribed by the Government
from time to time.
• List of relevant documents along with copies of these documents as per Criteria for
technical evaluation of section 4.4.
• Schedule of Delivery and Project Implementation
• Copy of documents required as per “section 3.2.2.1 Common Specifications for quoted
items”.
• Software details (if applicable)

2. Following technical documents, to be uploaded as an individual PDF files for each required
document:
• Technical quote mentioning the details of design, make & model quoted along with
detailed specifications, etc. including Data Sheets/Technical literature/Catalogues
having proper tags w.r.t. the technical specifications of the tender along with the
complete technical documentation clearly mentioning the relevant product information,
its brand and model number offered, supported by printed product brochure, manuals,
part nos. of the BOM for all the items quoted.
• Eligibility Criteria documents as per Section 4.1 to be enclosed. C-DOT reserves the
right to summarily reject the bid in case the same is not adhered to. No clarifications will
be acceptable by C-DOT incase, the same is not enclosed with the Technical Bid.
• The escalation matrix as per section 3.3.4.
• An undertaking by bidder for insurance as per section 5 (xiii).
Tender No. C-DOT/Del/Tender/2022-2023/002 page 11 of 217

Copyright © C-DOT
• An undertaking by bidder for not publicizing as per section 5 (xvi).
• As quantity of items depend on the design proposed by bidder, the detailed UNPRICED
BoQ (individual line items with quantities in BoQ) shall be submitted mandatorily. The
bid will be rejected, in case the detailed UNPRICED BoQ is not submitted.

3. Following fee related details to be clubbed and uploaded as a single PDF file:
• Transaction details of submission of tender fee for Rs.5,900/- (Rupees Five thousand
Nine hundred only), including GST, by online transfer of the amount in favour of
‘Centre for Development of Telematics’, as per the Bank details mentioned in clause
2.6.4.1.
• Scanned copy of an EMD.
4. Following declaration/undertaking, duly filled, signed, stamped and date affixed, to be
clubbed and uploaded as a single PDF file:
i. ‘Tender Acceptance Letter’ as per ANNEXURE -B.
ii. ‘Declaration Letter for Rule 144’ as per ANNEXURE -C.
iii. Acceptance for submission of PBG (Performance Bank Guarantee), as per ANNEXURE
-D, for 3% of the PO value for a period of ‘total warranty period plus 3 months’.
iv. PoA (Power of Attorney) of the signatory of the Bidder.

5. Integrity Pact, duly filled, signed, stamped and date affixed, as per ANNEXURE -E.
6. Acceptance letter to sign NDA with C-DOT on Non-Judicial Stamp Paper of Value of Rs. 200/-
. as per ANNEXURE –H
7. Following documents/details required, to be clubbed and uploaded in single PDF file:
i. Details of Registration under Shops and Commercial Establishment
ii. Details of Registration under Registrar of Firms / Registrar of Companies
iii. Self-Attested copies of PAN
iv. Self-Attested copies of GST Registration
v. Valid Income Tax Returns and Balance Sheet for the last 3 financial years

• Bidders are requested to upload the technical documents of their products as part of the technical
bid. However, the Bidder shall provide any additional technical document as may be required by
the Technical Evaluation Committee.
• The technical bid should not contain any price information; non-compliance to this stipulation will
lead to rejection of the submitted Bid.

A. Part II: Financial bid documents

The financial bid shall comprise of the following:


o The financial bid should be strictly as per the Price bid format of BoQ (Bill of Quantity) in
the form of an Excel file along with signed and scanned PDF file of same. Since quantity
depends on design proposed by the bidder, the total price against each line item shall be
quoted in the BoQ mandatorily.
Tender No. C-DOT/Del/Tender/2022-2023/002 page 12 of 217

Copyright © C-DOT
o Detailed PRICED BoQ which shall include prices of individual line items with total
quantities shall be submitted as PDF files. The bid will be rejected, in case the detailed
PRICED BoQ is not submitted.
o Quotations should be valid for a period of at least 6 (six) months from the end of bid
submission date.
o Incomplete quotes and quotes without data sheet will not be considered.
o If there is any missing item, which is not covered in submitted financial, offer and, the same
is required for functioning of the equipment, the same shall be supplied free of cost by the
successful bidder.
o Addenda or corrigenda, if any, issued to the financial bid documents.
o The Purchaser may seek Bidder’s consent for extension of the validity period. Such request
and the response to the same shall be made in writing only. The bidder agreeing to the
request for extension of validity period shall not seek to modify the previously submitted
bid.

2.6.8 SIGNATURES IN THE TENDER DOCUMENT BY THE BIDDER

The tender document should be signed on each page by the Bidder or his duly authorised
representative. Tender documents should be accompanied by a certified true copy of an absolute
PoA (Power of Attorney) in favour of the signatory to the documents.

The tender shall contain the name, residence and place of business of person or persons submitting
the tender and shall be signed by the Bidder with his usual signature. Partnership firms shall furnish
the full names of all partners in the tender. It should be signed in the partnership's name by all the
partners or by duly authorised representatives followed by the name and designation of the person
signing. A copy of constitution of the firm with names of all partners shall be furnished. Bid by a
corporation shall be signed by an authorised representative and a PoA on that behalf shall
accompany the bid.

2.7 RATES IN TENDER DOCUMENTS

The Bidder is not permitted to quote his rates in units other than the units mentioned in the tender
documents against the individual items. In case the rates are quoted in units other than the unit
mentioned in the tender documents, the units mentioned by the Bidder will be ignored and units
mentioned in the tender documents will be deemed to apply for evaluation of the bid as well as the
execution the items.

2.8 WARRANTY TERMS


The contractor shall warrant that all the items to be supplied shall be new and free from all defects
and faults in materials used, workmanship and manufacture, and shall be of the highest grade and
Tender No. C-DOT/Del/Tender/2022-2023/002 page 13 of 217

Copyright © C-DOT
consistent with the established and generally accepted standards for items of the type ordered and
shall perform in full conformity with the defined specifications and drawings. The contractor shall
be responsible for any defect that may develop under the conditions provided by the contract and
under proper use, and shall remedy such defects at his own cost during the warranty period of
three (03) years from the date of handing over the project to C-DOT. If any such defect is not
remedied by the contractor within a reasonable time, C-DOT may proceed to get the defects
remedied from other sources at the contractor’s risk and expenses.

It may be noted here that all equipment supplied shall not be reaching the End of Life within eight
years (8 years) from the date of successful commissioning of the project, failing which the contractor
shall have to replace the item(s) with a new model meeting all specifications at his cost.

Replacement under warranty clause shall be made by the contractor free of all charges at site of
work, including freight, insurance and other incidental charges.

2.9 COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT (CAMC) TERMS


The contractor shall be required to enter into a CAMC, conforming to the already prescribed SLAs,
while acceptance of the PO with a warranty period of three (03) years and CAMC for further period
of Five years. Year-wise rates as percentage of the contract value for such CAMC shall be quoted
by the Bidder explicitly as per BoQ format. The calculated CAMC amount for 5 years shall be
included for calculating the bid value. Terms and conditions of the CAMC shall be governed as per
a separate agreement. The CAMC charges shall be paid after the completion of each quarter.

(i) CAMC is required to be quoted for 5 years after the completion of the warranty
period.
(ii) It may be noted that whether to enter into CAMC will be subsequently decided by C-
DOT. However, Bidder has to mandatorily quote for the CAMC Charges as indicated
in the BoQ.
(iii) CAMC Charges will be paid on deferred quarterly basis, subject to satisfactory
completion of services, that is to be confirmed by C-DOT.
(iv) During the CAMC period, responsibility for the preventive maintenance and repairs
in the supplied Solution shall rest with the successful Bidders. The successful Bidders
shall attend to all the hardware and software problems on site and replace any
defective parts at no extra cost to the Purchaser.
(v) The Bidder must quote for comprehensive on-site AMC, which shall include labor
and cost of the material, strictly as per SLA terms, for a period of 5 (five) years after
the expiry of 3 years’ warranty period as mentioned above.
(vi) PO for 5 years of CAMC support will be issued by C-DOT after the completion of 3
years of warranty period in two parts of 3 years and 2 years respectively. Entering
into CAMC for a lesser number of years (pro-rata charges to apply) shall be at the
discretion of C-DOT.

Tender No. C-DOT/Del/Tender/2022-2023/002 page 14 of 217

Copyright © C-DOT
(vii) The cost of all the spares and consumables shall have to be borne by the bidder during
warranty and CAMC period.

(viii) In case of software, Operating System, Equipment Firmware and Equipment OS,
during installation, integration, acceptance testing, warranty period, extended
warranty period and CAMC, all updates, upgrades, licenses including renewals, etc.
shall be supplied and installed free of cost. The support shall have to be mandatorily
on-site. The time limit within which such calls shall be attended to shall be only based
on the SLAs mentioned in this document.

2.10 RIGHT TO ACCEPT OR REJECT A BID

1. The right to accept or reject the bid will rest with C-DOT and C-DOT reserves its right to reject
any or all the bids received without assigning any reason whatsoever.
2. Incomplete compliance statement or compliance statement in a different format other than
prescribed may lead to rejection of the bid. (as per section 4.2 Technical Compliance)
3. If the Bidder withdraws his bid, i.e., Part II (financial bid), before the said validity period, or
makes any modifications in terms and conditions of the bid, then, C-DOT, without prejudice to
any right or remedy, will be at liberty to take appropriate action.
4. Canvassing in connection with tenders is strictly prohibited and the bids submitted by the
Bidders, who resort to canvassing, will be liable to rejection.
5. A bid in which any of the prescribed conditions is not fulfilled or is incomplete or is modified
in any respect, will be rejected. Any document found incorrect or insufficient will be liable to be
rejected. C-DOT reserves the right to investigate all/any of such documents at any time.
6. C-DOT reserves the right to reject or accept any part or the full tender without indicating any
reason whatsoever.
7. Disputes, if any, arising out of the above tender will be referred to courts having jurisdiction
over New Delhi only and shall be subjected to Indian laws including the law relating to
consumer protection.
8. C-DOT shall be under no obligation to accept the lowest or any other offer received in response
to this tender notice and shall be entitled to reject any or all offers including those received late
or incomplete offers, without assigning any reason whatsoever. C-DOT reserves the right to
make any changes in the terms and conditions of purchase. C-DOT will not be obliged to meet
and have discussions with any bidder, and or to listen to any representations. C-DOT reserves
the right to accept or reject, fully or partially, any or all offers without assigning any reason. The
decision of C-DOT in this regard shall be final and no further correspondence in this regard will
be entertained.

Tender No. C-DOT/Del/Tender/2022-2023/002 page 15 of 217

Copyright © C-DOT
2.11 SUB-CONTRACTING
The Bidder may choose to sub-contract any of the services / components, mentioned under Scope
of Work as described in this document. In such a case, the Bidder must submit details of the
proposed services / components of the work to be sub-contracted by him along with the name and
details of such sub-contractor(s). Such bidder shall submit with his Technical Bid, valid
Memorandum of Understanding (MOU)/Agreements with all his sub-contractors mentioning their
respective roles and responsibilities therein. However, the timely completion of deliverables /
milestones shall be the responsibility of the contractor and such arrangement, in no way, shall
relieve the contractor from any liability or responsibility during the contract including warranty
and post warranty obligations.

2.12 AMENDMENTS BY C-DOT


C-DOT reserves the right to modify the issued TENDER Document, prior to submission of bids, by
way of issuing written amendment and suitably extending the due date of submission of bids, if
required. All corrigendum shall be uploaded at CPP portal.

Tender No. C-DOT/Del/Tender/2022-2023/002 page 16 of 217

Copyright © C-DOT
3 TECHNICAL SPECIFICATIONS AND SCOPE

3.1BRIEF SCOPE OF TENDER


The scope of work under the proposed contract involves the successful bidder to Design & Build,
Site preparation; Supply, Installation, Testing and Commissioning of a Rated 3 certified Data Centre
on a Turnkey basis to complete the system with every aspect.

A visit by the prospective bidders is mandatory before pre-bid so that all the necessary
requirements (including measurements) of the Data Centre are understood and the quotes are
comprehensive. No queries or clarifications after the pre-bid would be entertained.

3.1.1 GENERAL CONDITIONS


• Bidders are required to visit & study the infrastructure at C-DOT Data Centre site to understand
the scope clearly. The visit to site shall be done on dates indicated in section 2.2.
• For installation & commissioning work, it shall be the responsibility of the Bidder to arrange
and provide requisite tools, testing & measurement equipment etc. for carrying out the
installation job as per industry practice and safety norms at their own cost.
• The Bidder shall ensure that no equipment / structure / setup get damaged due to their
activities. Any damages caused to C-DOT’s property due to Bidder’s negligence shall be
repaired/replaced by the bidder at his own risk and cost.
• In order to declare the Data Centre setup to be complete, the Bidder has to complete all the
aspects of the Data Centre activity as mentioned in the scope of work.
• The successful Bidder shall carry out the following activities:

▪ Providing the video of a virtual walkthrough of the designed DC.


▪ Providing the layout designs of the Data Centre showing placement of racks in
the DC area and related facilities.
▪ Providing detailed design documents for all the Data Centre subsystems under
scope.
▪ Preparation and submission of detailed specifications and bill of materials of the
Data Centre components.
▪ Preparation and submission of detailed execution and coordination drawings of
all the subsystems.
▪ Turnkey Implementation of the Data Centre based on the design carried out for
the Data Centre.
▪ Project Management of the Data Centre during the implementation period of Data
Centre.
▪ Providing final built drawings of all the Data Centre subsystems on
commissioning of Data Centre.
▪ Providing Schedule of work completion, weekly progress reports, milestones
achieved etc. as part of project management deliverables
▪ Providing detailed proof of Warranty and Service Support documents from

Tender No. C-DOT/Del/Tender/2022-2023/002 page 17 of 217

Copyright © C-DOT
respective OEMs (wherever applicable)
▪ Complete the entire work and make all the systems operational (Supply,
Installation & commissioning, Acceptance of the systems and handing over to C-
DOT within 34 weeks of the Order)
▪ Providing Warranty and O&M Service Support on 24*7 basis
▪ Furnishing an undertaking for providing products / services support as per the
requirement along with uninterrupted, timely supply of spare parts for all the
equipment / system at least for 08(Eight) years including the warranty period
along with upgrade support (if required).

3.1.2 ACCEPTANCE TEST (AT)


Acceptance Testing shall be carried out for Phase I (Part A) and Phase II(Part B) separately. The
common items for Part A and Part B shall be deemed to be completed after the completion of Part
B only. The AT schedule and plan shall have to be submitted by the successful bidder within 4
weeks of receiving the Purchase Order. The AT Schedule and the AT Plan for all relevant
components and system(s) would require approval by C-DOT. In case C-DOT is not satisfied with
installation / configuration, the party must reinstall and / or reconfigure the entire / partial
solution.

AT shall generally comprise of the following activities at Data Centre Site:

▪ Verification of the BoM (along with measurements of all parameters of quoted


items having variable units of consumption)
▪ Checking of the Configuration as per the Purchase Order. In case the supplier has
supplied a material of higher configuration/rating, the quoted
configuration/rating shall be the parameter of AT.
▪ Performance and load testing for all the supplied items as per the specification of
the tender.

3.1.3 SERVICE LEVEL AGREEMENT (SLA)


Service Level Agreement (hereinafter referred to as SLA) clearly defines the levels of service which
shall be provided by the Agency to C-DOT for the duration of this contract. The complete details of
SLA Performa, Terms and Conditions, Penalty etc. to be referred vide ANNEXURE - J.

1. The Service Level Agreement (SLA) is defined in this document for all the deliverables
and O&M services during the Warranty & AMC Period. These Service levels are defined
as the minimum requirement.
2. These SLAs are associated with penalty clauses to have desired uptime availability and
delivery of service to C-DOT. The successful party will maintain logs for each of the
services provided and shall provide necessary reports which help ascertain the service
levels and calculation of penalty. Root cause analysis data for each event to be maintained

Tender No. C-DOT/Del/Tender/2022-2023/002 page 18 of 217

Copyright © C-DOT
along with solutions deployed and to provide detailed weekly, monthly and annual
status reports (in hard copy and soft copy formats).
3. The Bidder shall provide necessary training for the Operations, Management and
Maintenance of the entire infrastructure to the C-DOT personnel (Approximately 10
persons for each facility e.g. for electrical, HVAC or Network infrastructure etc.)
4. Bidders shall also provide two sets of hard copies along with soft copy for each module
of training material for all the modules.

3.1.4 SPACE ALLOCATION


The proposed Data Centre area is located at C-DOT, Delhi. Since this is Turnkey project, the
Interested Bidders are requested to MANDATORILY visit the site for ascertaining and assessing
the space. The layout Plan (not upto the scale) of the site is enclosed as ANNEXURE –A.1 & A.2 in
this document. The bidder is expected to plan individual space allocation for various facilities of
the Data Centre. The area of each facility shall be suggested by the bidder keeping in view the best
utilization of infrastructure and the effective delivery of services. Entire Data Centre and additional
supporting Rooms are located in the Lower Ground floor (Computer Center) and basement area,
and logically divided as per the following Sections:

Sl. No. Section/ Facility Area Description / Location


(Approximate)

1. Data Centre Part -A 1200 sqft Located at Lower Ground Floor

2. Data Centre Part -B 1440 sqft Located at Lower Ground Floor

3. MUX Room 120 sqft Located at the Lower Ground Floor, this
room contains devices of ISPs for internet
connection.

4. NOC Room 900 sqft Located at the Lower Ground Floor. It


comprises a NOC room designed for
workstations with a Video Wall.

5. BMS cum 420 sqft Located at the Lower Ground Floor, the
Integration room monitoring devices (Panels) for safety &
security systems shall be located in this
room. It also comprises BMS, DCIM
system.

Tender No. C-DOT/Del/Tender/2022-2023/002 page 19 of 217

Copyright © C-DOT
6. UPS & Battery 900 sqft Located at Basement. UPS, Batteries and
Room its accessory Panels will be installed here.

7. Passage Area 120 sqft Located at the Lower Ground Floor, area
opposite to the main entry of both DCs
which will be used for emergency exits.

8. Space for outdoor Open Space Located outside of Gate no. 4 of C-DOT
units/exhausts and campus building
earthing pits

9. Pathway for ODU Under Floor Hollow space between passage and the
Space for ODU. The connecting pipes will
be laid from the backside (passage) of the
Data Centre, running under the sitting
area of the security desk (at Gate no. 4) to
the designated space of ODU.

10. Lobby Area Located at the lower ground floor, which


is an L shaped area starting from entry and
ending at emergency exit in passage.

11. Electrical Panel Located at basement in DG Panel


room and DG Panel
Room Room/ UPS Room

12. Transformer room Ground Floor Located in 3rd Block, Adjacent to

Transformer No. 4 & 5 behind Badminton


Court.

13. DG Area Open Space Adjacent to Installed Generators

Outside Gate No 2

3.1.5 GENERAL DESIGN REQUIREMENTS


C-DOT Data Centre design and solution is completely Bidder/SI’s responsibility in this project.
However, while doing so, the bidder must consider the considerations/assumptions/suggestions
Tender No. C-DOT/Del/Tender/2022-2023/002 page 20 of 217

Copyright © C-DOT
as mentioned in this document. In case there is any discrepancy or contradiction, the same may be
brought to the notice of C-DOT during pre-bid meeting only.

The following are general design requirements. The requirements are not limited to the following
and the best practices and standards prevalent for the Data Centre have to be adhered to while
designing. The successful bidder has to execute the project according to the detailed scope as
mentioned in the RFP.

1. The scope of the work shall comprise of supply, installation, testing, commissioning training
and handing over of all materials, equipment, hardware, software, appliances including civil
works that are not specifically mentioned in the specifications and design details but are
required for successful commissioning of the project. It shall also include the necessary labor to
commission said system complete with all the required components strictly as per the latest
Industry standards and recommendations as per following details:
i. ASHRAE’s & ISHRAE’s cooling standards
ii. IEEE standards for Electrical
iii. TIA 942-B for Data Centre
iv. NFPA, UL and local fire codes for Safety and security
v. ISO standards for processes and procedures.
vi. Data Centre shall be Rated 3 certified.

2. The successful bidder has to submit the coordinated drawing for the entire solution.
3. The successful bidder shall be responsible for performing verification tests at their factory and
at site to ensure all proposed software and hardware are functioning as per design at their own
cost. The decision to waive off this requirement would solely be at the discretion of C-DOT.
4. The successful bidder shall take the necessary clearance / approval of the drawings, design,
quality of material, make and model of the quoted material etc. prior to the execution of the
project.
5. Any Partitions or Brick walls requiring any repair will be in scope of bidder. Removing of wall
and relocation of devices (if required) with all material required will be in scope of bidder.
6. The ceilings of the Data Centre (Part A and Part B), Mux Room, BMS cum Integration Room
and NOC Room should be properly insulated and made fire-proof.

Tender No. C-DOT/Del/Tender/2022-2023/002 page 21 of 217

Copyright © C-DOT
7. The walls, partitioning surfaces shall be treated adequately for surface correction and evenness.
The Interior walls and ceilings shall be painted with best quality acrylic emulsion fire retardant
paint of approved shade, to create aesthetic ambience.
8. The Data Centre shall achieve high-availability by implementing fully redundant, fault-
tolerant, and concurrently maintainable IT and support. The infrastructure shall be Rated 3
certified in which all possible hard failures are predictable and deterministic.
9. The Data Centre shall be designed in a modular fashion such that it is able to scale up with the
IT hardware deployment progressively and Technology up-gradation. Tentative IT load details
are captured in subsequent sections.
10. The design and implementation of the relevant areas of the Data Centre shall be done keeping

in view Availability, Flexibility, Scalability and Modularity.


11. The Data Centre shall follow high-efficiency design in equipment type / capacity selection to

achieve high overall operational efficiency at optimized expenses.


12. The Data Centre shall be designed with adequate optimization to have maximum availability

of all critical facilities. The Redundancy will be assigned at various levels to ensure minimum
MTTR (Mean Time to Repair) and solutions will be designed at various levels in all the
concerned areas so as to achieve maximum availability.
13. The currently prevailing infrastructure in the C-DOT Campus location should be used to the

extent possible after assessing their reusability keeping in view the requirement of the Rated 3
certified Data Centre. Wherever additional infrastructure is required, the bidder shall quote for
the respective heads.

3.1.6 DATA CENTRE CLASSIFICATION


The Data Centre shall be TIA-942-B Rated-3 certified for Site/Facilities Certification (DCCC) by EPI
in accordance with TIA 942-B standards w.r.t.

● High Physical Security, Reliability, Availability, Scalability, Manageability and


Interoperability
● Uptime Guarantee of 99.982% per year

The SLAs shall be mandatorily adhered to as ANNEXURE -J

Tender No. C-DOT/Del/Tender/2022-2023/002 page 22 of 217

Copyright © C-DOT
The bidder shall ensure that the Data Centre is audited and certified by the authorized agencies for
TIA-942-B Facility Rated-3. Subsequent renewal(s) of data center certification shall be done by the
bidder to ensure TIA-942-B Facility Rated-3 Certifications valid for entire period including CAMC
period.

3.1.7 BRIEF SCOPE OF WORK


The following table indicates the tentative scope of work in a broader perspective.

The detailed scope of work and specifications are mentioned in Section 3.2 of this document for all
these work heads.

Sr. No. Work Head Scope

I. Civil Works It would cover the following tasks (wherever applicable),


with an assurance that if any area being dug/drilled/chiseled
etc., then it should be maintained back properly to aesthetic
looks:

● Demolition/Dismantling work
● Brick Work/Cement Concrete work
● Fire rated Partitions/walls and Glazing partitions
● Fire rated Doors
● Thermal insulation work
● Putty & Painting on Walls and Roofs
● False Flooring Works
● False Flooring Panels
● False Flooring Under Structure (if required)
● Trench works
● Vitrified Flooring
● Miscellaneous Furniture works
○ Shoe Racks
○ Modular Workstations, Miscellaneous tables,
dust proof carpets
○ Modular Furniture for NOC room
● Masonry works
● Plumbing work
● Drainage system
● Hardware and Metals
● Doors and Locking
● General Housekeeping during the project execution
II. Electrical Works 11 KV Electricity Board sources available with C-DOT may be
(Electrical taken /tapped with necessary retrofitting work as per the
standard practice. All the electrical requirement of the Data
Tender No. C-DOT/Del/Tender/2022-2023/002 page 23 of 217

Copyright © C-DOT
Distribution, Centre area shall meet the criteria for Rated 3 certification
UPS System, etc) which shall ensure concurrent maintainability. This shall
include the following:

● Data Centre main panels shall be installed in N+N


redundancy
● Separate Earth pits for components – Copper plate
earthing and GI earthing
● Copper Earth Electrodes & Earth strips
● Modular UPS shall be proposed in N+N redundancy
with 15 minutes back up on full load condition. (The IT
load is described in detailed scope of work)
● Two UPS of 100 KVA in N+N mode are available with
C-DOT, wiring from UPS and changes in panel if
required, need to be considered
● UPS Distribution Board with MCBs, ELCBs (various
ratings)
● All output distribution points (including 3-Phase
Industrial connectors etc.), sub/Circuit Mains, all
cables & end terminations shall be provided.
● All necessary components with respect to the Data
Centre Lighting (including Emergency lighting) shall
be provisioned.
● The PUE (Power usage effectiveness) shall be less than
1.7
● A new transformer of adequate rating shall be supplied
and installed for providing primary source to the data
centre considering the load requirement.
● Transformer no. 4 from the existing set of transformers
will be used as a secondary source to the DC.
● DCC rated DG sets to cater to the adequate load
(considering sum of the IT Load given by C-DOT and
the non-IT Load designed by bidder) of the Data
Centre shall be supplied and installed as backup power
source in N+1 redundancy mode. (N shall not be
greater than 2)
● Fuel Storage Tank for DG Set refilling shall be planned
in the DG Area with tank capacity as per Rated3 DC
guidelines i.e. 72 hours.

Tender No. C-DOT/Del/Tender/2022-2023/002 page 24 of 217

Copyright © C-DOT
III. The bidder would have the responsibility of maintaining
HVAC System (In- adequate temperature (even during power outage) in all the
Row based areas of the Data Centre including the containment area, as
precision Cooling per cooling standard, keeping in mind the energy efficiency.
Systems with
Humidity Control, ● In-Row cooling for Server Room;
VRF/ VRV ● Comfort Air-Conditioning for UPS & Battery room
system) shall be installed with VRF/VRV system
Note: Existing Centralized Air-Conditioning System (for
MUX, NOC, BMS cum integration rooms) shall be used

IV. The bidder should supply and install Racks with Sensors,
Racks/IPDUs/Net iPDUs, Network Cabling (CAT 6/6a cable laying, Fibre cables
work Active & between Server Racks and Network/SAN Racks, MUX room
Passive to Network Racks, Any other FC Cabling as per detailed scope
Infrastructure of work), Network Switches, Fibre Runner, Cable tray etc.

Any other cabling for IBMS shall be as per the design by the
Bidder.

V. The bidders have to provide CCTV and Access Control


Safety, Security Systems to maintain safety and security of the Data Centre
and Surveillance covering the complete area of Data Centre, NOC, MUX room,
System (CCTV, BMS room, UPS room, etc. including logs management,
Access Control CCTV footage storage and attendance management system
System, etc) type facility for allowing two level authorization of Biometric
and Proximity Card for new entries. The access control system
should be centrally manageable.

VI. Data centre along with supported areas such as NOC/BMS


Fire Detection, room, MUX room, UPS/Battery room, etc. will have provision
Prevention and to detect fire, raise alarms and suppress them in case of fire.
Suppression Alarms for Fire detection and relevant announcements shall
system (VESDA, be made using a PA system which will be part of BMS.
NOVEC1230, etc.) NOVEC 1230 based Fire Suppression System should also be
included in the scope of this work head.

Tender No. C-DOT/Del/Tender/2022-2023/002 page 25 of 217

Copyright © C-DOT
VII. The entry of Rodents and other unwanted pests shall be
Pest and Rodent controlled using non-chemical, non-toxic devices. Ultrasonic
repellent system pest repellents shall be provided in the false flooring and
ceiling to repel the pests without killing them.

VIII. The water leak detector shall be installed to detect any


Water Leak seepage of water into the critical area i.e. Data Centre Part -A
Detection System and Part -B.

IX. The Integrated BMS should include Installation,


Integrated Configuration, Operation and Maintenance of the following
Building components:
Management
System (BMS, ● Software Addressable Fire Alarm System
● In-row cooling units,
DCIM, etc.)
● IPDUs,
● CCTV,
● Access control system, etc
● LASER Aspiration System for early smoke detection
● NOVEC 1230 based Fire Suppression System
● PA System
● Rodent Repellent System
● Water Leak Detection System
● UPS and Batteries
● Diesel Genset
● Any other component not listed here
The BMS Room as well as NOC room shall have a 65-inch TV
to display the CCTV footage of the entire DC area. In addition
to this, another display shall be provisioned for the other
facilities in the BMS Room.

X. NOC room shall have a video wall of 2 (rows) x 3 (columns)


NOC configuration of 65 inch each in addition to a 65-inch TV (for
Infrastructure BMS) as mentioned in the point IX of this table. This shall be
(including Video able to display the necessary modules for Management of the
Wall and other entire DC IT infrastructure There will be a requirement of 10
Infrastructure) workstations for NOC operations along with furniture and IO
for voice & data ports on all workstations.

Tender No. C-DOT/Del/Tender/2022-2023/002 page 26 of 217

Copyright © C-DOT
XI. DC Infrastructure shall have a competent O & M team which
Operation and will look after the day-to-day operations and maintenance of
Maintenance (O & the data centre infrastructure supplied through this tender.
M) including The bidder shall provide quotes for 24x7 O&M including
manpower manpower support.

XII. Bidders shall provide all the drawings, manuals for


Documentation installation, operation and maintenance, documentation of
installed networks, etc.

XIII. Since this is a Turnkey project, the Bidders shall include any
Other related other components/equipment required for the completion of
items/activities this project and submit their bid accordingly. Bidders will
have to do the work which is not written or partially written
in the document but required for the Data Centre to design,
operate or for aesthetic look. Bidders shall agree to carry out
any minor modifications or additions proposed by the
competent member(s) of the C-DOT committee w.r.t. the Data
Centre during the execution phase.

Tender No. C-DOT/Del/Tender/2022-2023/002 page 27 of 217

Copyright © C-DOT
3.2DETAILED TECHNICAL SPECIFICATION

3.2.1 DETAILED SCOPE OF WORK

The Bidder shall perform the following tasks as per C-DOT requirement and satisfaction for the
areas mentioned in section 3.1.4 of this document:

● Designing
● Site Preparation,
● Supply,
● Installation,
● Configuration,
● Documentation (Drawings as per plan and as built) and Acceptance Test Plan,
● Acceptance Testing,
● Training
● Handover to C-DOT with full functionality
● Support for the Data Centre Solution
● Operation &Maintenance including manpower
The general specifications shall be of the best available quality in the market with
EN/UL/ISO/BIS/ISI certification whichever is applicable. In any case no work shall be accepted
below the latest CPWD specifications (as applicable). The selected bidder shall ensure an uptime
more than 99.982% on a quarterly basis for a period of minimum eight years after Go Live. The
Data Centre solution to be setup at the site comprising of following tasks as per specifications
mentioned in this document

3.2.1.1 CIVIL, FLOORING & FURNITURE RELATED WORK

The scope of work to be undertaken by the bidder for Design, Supply, Installation, testing,
Commissioning, Operations and Maintenance of the proposed C-DOT Data Centre at Delhi as
per the scope mentioned below.

The work to be undertaken by the bidder for setting up and operating the proposed Data Centre
C-DOT, has been categorized as under:

● Develop appropriate design, make all required approval, Supply Installation Testing
and commissioning including associated works of the proposed DC at Delhi

Details of various Areas of DC:


Tender No. C-DOT/Del/Tender/2022-2023/002 page 28 of 217

Copyright © C-DOT
The tentative area and description of all the spaces are described in section 3.1.4 and layout
diagram in ANNEXURE -A.

A. DEMOLITION/DISMANTLING WORKS

Dismantling work shall be carried out in the proposed area for the DC (Part A & Part B), BMS
cum Integration Room, NOC room and MUX Room, any other area (if required).
● Existing ceiling, flooring, partitions, lightings, wirings, doors, windows etc., may be
demolished or utilized if required as per the requirements of the Data centre with the
prior approval of C-DOT.
● Debris shall be transported to the area specified by C-DOT at the site.
● Existing partition of MUX room, computer center, boundary/partition of proposed
NOC/BMS room shall be demolished wherever needed for rated 3 compliance and
aesthetic look.
● Existing sprinkler system for fire suppression in the data centre area shall be
dismantled.
● Existing system for centralized cooling of the Data Centre in Part -A & Part -B will be
dismantled and the existing cooling system of NOC, Integrated BMS and MUX room
will be used and shall not be dismantled.
● Existing Bus Bars under the false floor will be removed once power is supplied through
new busbars.
● The Brick wall of the Data Centre in the pathway of outdoor units (ODU) leading to
hollow space will be judicially broken to install ODU at the designated place. Aesthetic
look and safety of infrastructure should be taken care of.

B. BRICK WORK/CEMENT CONCRETE WORK:


Any Brick Walls/cement plasters will be constructed to aesthetic look and match to the original
design of C-DOT Campus and Data Centre wherever damaged or required. The walls of the
data centre (Part -A and Part -B), NOC/BMS/Integration rooms will be constructed to make
the Data Centre Rated 3 compliant. These walls will be finished with paint & POP. The walls
for UPS & Battery room, Panel room, etc. shall be repaired wherever is required for aesthetic
look.

C. FIRERATED PARTITIONS/ WALLS AND GLAZING PARTITIONS:


Partitions/walls shall be constructed for Data Centre part -A, Part -B, Passage Area, MUX room,
NOC/BMS/Integration room, etc. as per layout diagram in ANNEXURE -A. NOC, BMS and
Integration room shall be designed in the designated area as per layout diagram in
ANNEXURE -A (A.1 to A.2) meeting the security purpose and aesthetic look. Partitions/Walls
Tender No. C-DOT/Del/Tender/2022-2023/002 page 29 of 217

Copyright © C-DOT
for data centre should be Fire-Rated as per TIA 942-B Rated 3 standards to prevent any spread
of fire.
Wherever required Fire rated gypsum partitions shall be made as per the below minimum
specifications,
● Fire line boards should conform to IS: 2095 – 1996-Part-I.
● It should be full height partition 132 mm thick fire line Gypsum Board using 12.5 mm (15
mm) thick double fire line gyp-board on both sides
● GI sheet metal vertical stud frame of size 75 mm thick fixed in the floor and ceiling channels
of 75 mm wide to provide a strong partition. Fixing is by self-tapping screw with vertical
studs being at 610 mm intervals.
● Surface shall be finally smoothly finished with one coat of approved brand of resistant
coating
● The other side of the server farm wall shall be fire rated glass of min 12 mm thickness.
● The height of the glass shall be taken from +600 mm level till the false ceiling level of the
corridor. Every glass will have a stainless-steel frame structure.
● The partitions in the Support area have to be a mix of frameless toughened glass (8mm
min) or Gypsum dry partition or toughened glass (8mm min) in UPVC frame.
● Providing & fixing Fire Rated Wire Glass minimum 6 mm thick for all glazing in
● The partition wall is complete. (External windows not included in this)
● The bidder should evaluate the requirements of Rooms as per indicative site layout & visit
site before submission of bid in order to get the practical site feasibility.

D. FIRE RATED DOORS


There will be an entry for MUX room, Data Centre (Common entry for Part A and Part B), Data
Centre Part -A, Data Centre Part -B, NOC/BMS/Integration room. Also there is an emergency
exit from Data Centre Part -A and Data Centre Part -B as shown in the layout diagram in
ANNEXURE -A (A.1 & A.2). Doors will be designed in such a way that access control systems
will be provisioned at entry and exit of the doors.

Data Centre and MUX room

● 2hr fire rated Metal double door with frame work, vision panel, handle, locking system,
top patch and bottom patch, hardware etc.,
● Dimension of 1200mm (W) x 2100mm (H) for Data Centre Main Entry, MUX room, Part
-A & Part -B.
● 2hr fire rated Emergency exit door shall be provided in Data Centre Part -A and Part -
B as shown in layout diagram with all required accessories to meet safety regulations
● 2 hr fire rated doors will be installed at both ends of the cold aisle in Part -A and Part -

Tender No. C-DOT/Del/Tender/2022-2023/002 page 30 of 217

Copyright © C-DOT
B.
● Each door will be designed in such a way that access control systems will be
provisioned at entry and exit of doors.
NOC/BMS/Integration Room

● Doors with required framework, handle, locking system, top patch and bottom patch,
hardware etc. meeting the security requirements and aesthetic look.
● Dimension of 1200mm(W)x2100mm(H)
● The Doors for the NOC/BMS/Integration room will be designed in such a way that the
access control systems will be provisioned at entry and exit of doors.

Required doors shall be provided as per the below requirements.


For steel doors, two hours fire rated double skin constructed from 1.25mm thick galvanized
steel sheet formed to provide a 46mm thick fully flush door shell with lock seam joints at stile
edges and the internal construction of the door should be specially designed HoneyComb
structure with reinforcements at top, bottom and stile surround. The door frames and door
shutters should be primed with Zinc-Phosphate Staving Primer and finished with Polyurethane
Aliphatic grade or epoxy paint as per approved manufacturer specifications. This Door is
required to be with a Panic bar. The Fire Doors are to be fully insulated and shall be tested as
per IS: 3809-1979, ISO: 834-1975, IS: 3614 (PART-II) 1992 and BS 476 (PART- 20 & 22)- 1987 under
live fire conditions, The wired glass is to comply with both BS 476: PART 22 and BS 6206 relating
to fire resistant and impact performance.

E. THERMAL INSULATION WORK


Bidder has to carry out the Thermal insulation work in the Server room Part -A and Part -B to
optimize energy consumption and prevent heat condensation.

F. PUTTY AND PAINTING OF WALLS AND ROOFS


Painting works shall be carried out at internal and external walls, roofs & partitions as per the
below minimum requirements in the all area specified in the section 3.1.4 to meet the aesthetic
looks and design.

● Providing and applying fire retardant paint of approved make and shade to give an even
shade over a primer coat as per manufacturer's recommendations after applying painting
putty to level and plumb and finishing with 2 coats of fire-retardant paint. Base coating
shall be as per manufacturer‘s recommendation for coverage of paint.

● Providing and laying POP punning over cement plaster in perfect line and level with
thickness of 10 - 12 mm including making good chases, grooves, edge banding,
scaffolding pockets etc.

G. FALSE FLOORING WORKS

Tender No. C-DOT/Del/Tender/2022-2023/002 page 31 of 217

Copyright © C-DOT
The False flooring tiles for Data Centre common area, Part -A, Part B, MUX Room,
NOC/BMS/Integration room, Passage area and Lobby area will be replaced meeting to handle
sufficient load for Data Centre requirements, aesthetic looks and design
Required False flooring work shall be as per the below minimum specifications,
● Antistatic floor tiles
● False flooring panels of 600 x 600 size matching with existing design and
patterns.
● Minimum height 450mm from the true floor matching with existing floor height
● Concentrated point load of 600 Kg.
● The rate shall be inclusive of cleaning the surface to make it free from dust

H. FALSE FLOORING PANELS


False flooring panels of Data Centre common area, Part -A, Part B, MUX Room,
NOC/BMS/Integration room will be replaced/repaired, if required. Any work on false
flooring will be matching existing design and patterns with aesthetic look.

The floor should be designed for standard load conforming to BIS 875-1987.
● No obstructions of pipes, conduits, detectors shall be permitted in space immediately
under equipment line-ups. The under-floor space under line-ups is required for
equipment frame securing, cable management and power access.
● Steps are to be provided for transitioning to elevated floor area.
● Special tools and tackles required for operation of false flooring shall be supplied in two
sets.
● The bidders may note the following details pertaining to panels for false flooring:
▪ Fire Rating: Panels will conform to Class 0 and Class 1 fire rating tested as CIRC
91/ 61 or BS 476 Part 6 & 7 (60 minutes).

I. FALSE FLOORING UNDER STRUCTURE (IF REQUIRED)


Only pedestal assembly of Data Centre common area, Part -A, Part B, MUX Room will be
replaced/repaired, if required. Any work on understructure will be matching existing design
and patterns with sufficient strength to handle the load of full capacity server racks. The same
space shall be used for electrical cabling to supply power for cooling units and other equipment
in the Data Centre under the floor area raised by pedestals.

J. TRENCH WORK
Trench work will be done to lay the cables. However, cable laying is not required at multiple
level. It will also be required to construct the foundation for outdoor units. The bed of the trench
shall be truly and evenly dressed throughout and be filled in with sand and brick. Enough care
Tender No. C-DOT/Del/Tender/2022-2023/002 page 32 of 217

Copyright © C-DOT
should be taken not to damage any existing pipes, wires and cables etc. that come in the way
of trench. Cost of any damage done to the existing structure has to be borne by the vendor.

K. VITRIFIED FLOORING
Vitrified flooring shall be provided in the UPS & Battery room and area marked as pathway for
ODU, at the place where pipes for outdoor units runs to reach outside, as per the below
minimum specifications,
● 20mm thick vitrified tiles 600 x 600 size conforming to IS: 15622: 2006
● Special adhesive of Dr. Fixit Fevimate X-L or equivalent shall be used
● 6” skirting shall be provided
● Bidders will take care of aesthetic look and matching with existing design of campus
building.

L. MISCELLANEOUS FURNITURE WORK


Bidders will do furniture works required for the Data Centre as indicated in the layout diagram
in ANNEXURE -A. The furniture work shall include chairs/desks/tables for the Data Centre,
NOC/BMS room, etc.
The Desk shall ensure sufficient knee space and foot space. The Desk shall have provision to
house computer equipment, Power distribution units. While selecting furniture, ergonomics,
ease of maintenance, fire and moisture resistant properties and saving the environment aspect
must be taken care of. The Ply to be used shall be ISI mark and Laminated to have aesthetic
look.
Bidder should submit the below certificates / documents after the completion of control desk
/ console: a) ANSI / BIFMA Certificate for workstations b) ISO 9001, ISO 14001 & OHSAS 18001
Certificate c) Greenguard Certificate for low emissions d) ROHS Compliance.

Chairs
Chairs shall be ergonomically designed in such a manner that long hour seating does not
become tiring.
The minimum requirement for a chair is as follows.
● Mid Back Chair
● Mesh Back & Silver Epoxy Backbone
● Synchronized Mechanism
● 4-Way Adjustable Armrest
● Gas lift for Seat height adjustment
● Standard 5-prong P/Nylon Base
● BIFMA & GREEN GUARD certified

Tender No. C-DOT/Del/Tender/2022-2023/002 page 33 of 217

Copyright © C-DOT
● Chair seat made up of insert moulded Polyurethane Foam upholstered with foam
laminated mesh fabric (Titch Make), insert moulded foam assembled over a load
bearing plastic eat cover, back is made up of two-piece injection moulded frame, inner
frame upholstered with mesh fabric and mounted on the main assembly, back
adjustable lumbar support for achieving comfortable seating posture.
● Arm rests should be adjustable with 120- 160 mm adjust ability with PU padded Base:
Black nylon base with nylon castors. Chair should be of 360-degree swivel Posture
Control with multi pointer locking and synchro tilt mechanism and hydraulic gas lift
gas lift to allow 90-100mm of height adjustment. Seat size 440-550 mm depth, Seat width
of 530-550 mm Seat Height of420-510 mm with hydraulic height adjustability of 90-
100mm.
● Sub assembly back size 550- 620mm height. Chair back should be connected to four
directional adjustable lumbar supports for achieving comfortable seating posture.
Effective back height from Seat-570mm, polyurethane foam for seat having density 65-
70 kg/m3. Pedestal made of nylon base fitted with 5 nos. twin wheel castors (castor
wheel dia. 60-70 cm), base pedestal dia 60-70mm and pitch center dia.700-720mm with
castors with twin wheel castors injection moulded in Nylon etc. all complete.

Shoe Rack:

● A shoe rack shall be supplied with minimum 20 pairs of anti-static slippers to be placed
near the entrance of the Data Centre.

Modular Workstations, Miscellaneous tables, dust proof carpets

● Data centre Part -A shall have 1 seat with workstation and Data centre part -B shall have
2 seats with workstations.
● There shall be 1 storage cabinet in the BMS room. Storage cabinets should be 2 ft depth,
5 ft height and 3 ft width.
● NOC room shall be equipped with 10 numbers of workstations as shown in the
tentative layout diagram. Each unit shall be equipped with Drawers, cupboards, etc.
and have provision for raceways and Conference Microphones installation.

M. MASONRY WORKS
● Any brick work, if required, has to be done by the bidder. The bricks have to be of fine
quality.

N. PLUMBING WORK
Water pipe to humidifier and dehumidifier, to maintain humidity in the Data Centre part -A
and part - B, from water connection available near to C-DOT Data Centre should be
provisioned. No water or drain piping should be routed through the data Centre that is not

Tender No. C-DOT/Del/Tender/2022-2023/002 page 34 of 217

Copyright © C-DOT
associated with data Centre equipment. Water or drain piping, if required, should be routed
within the data Centre and should be either encased or provided with a leak protection jacket.
A leak detection system should be provided to notify building operators in the event of a water
leak. Waterproofing has to be done for the DC area so that there is no chance of water leaking
inside the DC.

O. DRAINAGE SYSTEM
Drainage system will be provisioned for the drainage of water from the data centre to outside
of the building. Provision for floor drain(s) within the Data Centre Part-A & Part -B to collect
and drain the pre-action sprinkler water after a discharge has to be made. The floor drain(s)
should receive the condensate drain water and humidifier flush water from the computer room
air conditioning units. Piping material should be type ―L copper with soldered joints
Combustible piping should not be used.

P. HARDWARE AND METALS


Any hardware/metals will be taken into consideration by bidders to work for the Data Centre.
The hardware throughout shall be of high quality and ISI mark wherever possible. Fitting
generally shall be brass oxidized, unless otherwise specified and shall be suitable for their
intended purpose. Screws are to match the finish of the article to be fixed, and to be round or
flat headed or counter sunk as required. Aluminum and stainless steel shall be of reputed
manufacturer and suitable for its particular application.

Q. DOORS AND LOCKS


Doors for Data Centre common entrance, Part -A, Part -B, MUX room, NOC/BMS/Integration
room with lock will be provisioned. Also, emergency exit doors for data centre Part -A, Part -B
will also be provisioned. Doors are designed in such a way that access control systems at entry
and exit of doors can be installed. Door frame should be Powder coated.

R. GENERAL HOUSEKEEPING DURING THE PROJECT EXECUTION


The successful bidder will remove the dismantled / demolished material with prior permission
from the client on a daily basis.

3.2.1.2 SCOPE OF ELECTRICAL WORK

The scope for required Electrical architecture is given below:

A. ELECTRICAL DISTRIBUTION – MINIMUM REQUIREMENTS

● It shall meet Rated 3, Concurrent maintainability Architecture as per the layout diagram
(Refer ANNEXURE -A)
Tender No. C-DOT/Del/Tender/2022-2023/002 page 35 of 217

Copyright © C-DOT
● HT power will be provided by C-DOT.
● It is required to have two LT panels for Data Centre for power requirements into two
feeds to downstream distribution. LT may be tapped with necessary modification and
retrofitting works. Provision for connecting second EB source to be made available for
future use with tie- breaker between two DC panels.
● Modular UPS shall be proposed in N+N redundancy with 15 minutes backup on full
load condition on each UPS during which alternative feed should provide the input
power.
● The proposed UPS should be Transformer free design, Full IGBT double conversion
Technology.
● There will be a Track Busway system for three phase power supply running over the
server racks at the top with aesthetic look, from UPS to Data Centre Part -A and Part -
B.
● There will be two bus bars running for each row of Data Centre connected to the PDU
panel from UPS running in N+N mode.
● Track Busway will be running above the fiber/basket cable with aesthetic look.
● PDUs of single phase will be connected to the Bus Bars of three phases in such a way
that power load to each phase should be approximately equal with assumption that
each rack shall consume the same power.
● Copper earth of busbars will be connected to an earth pit that is to be constructed
outside where ODU of cooling units are to be installed.
● Each rack shall be proposed with 2 numbers of power feeds from two different sources.
● Balancing of circuits in three-phase installation shall be planned before the
commencement of wiring.
● Color Code of the Conductors: Color code shall be maintained as black for neutral and
green for earth (or bare earth).

B. EB SOURCES
● Required raw power input shall be provided by C-DOT. Bidders have to visit the site
to get the same from existing LT panels or New LT Panels. Space for new LT Panels will
be provided by C-DOT, if required.
● Bidder has to validate the existing breaker at the tapping point.
● If required, ACB panel to be added or existing MCCB to be replaced with the new one
to meet the requirement
● The proposed panel shall be equipped with required protections and Multi data meter
with RS 485 for communication

C. DG SOURCES

● Bidders have to visit the facility to check the existing DG capacity and future
requirements.
Tender No. C-DOT/Del/Tender/2022-2023/002 page 36 of 217

Copyright © C-DOT
● There are 3 DG sets of 1600 KVA each running in N+1 mode to supply power
requirements in the C-DOT Campus.
● Independent DG of 1250KVA capacity shall be provided to supply the power
requirement for the Data Centre. The new DG source will be used to supply power
requirements for the Data Centre in N+1 mode.
● The DG should be fully integrated with BMS for real time monitoring.

D. TRANSFORMER

● Bidders have to visit the facility to check the existing Transformer capacity and future
requirements.
● A new transformer of adequate rating shall be supplied and installed for providing
primary source to the Data Centre.
● Transformer no. 4 from the existing set of transformers will be used as a secondary
source to the Data Centre to make two sources of power supply for the Data Centre

E. ENERGY METER

● Smart energy meters shall be provided at LT Panel to measure the energy consumption
from LT Panel
● Another set of smart energy meters shall be provided separately for each parts of the
Data Centre ( A& B) to measure the energy consumption for the Data Centre.

F. DATA CENTRE MAIN PANELS


The entire Data Centre building has to have a comprehensive power distribution design
where the Data Centre LT panels will be an integral part. The same will be used to feed
power to the critical and non-critical areas. These panels may include DC LT panels, HVAC
Panels, Distribution panels etc. For the server farm area, there will be two UPS O/P panels
placed. Panel should be TTA Panels as per IEC61439.
a. Design, manufacture, testing at works, transportation to site, unloading, storing, leading,
erecting, testing & commissioning of 415V LT PANEL, suitable for 415Volts 3-Phase 4 wire
system, fabricated from 14/16SWG CRCA sheet steel, single fronted, free standing, front
hinged, rear removable, extendable on both sides, dust & vermin proof, cubicle type, floor
mounted, undrilled gland plates at top/bottom, complete with internal wiring, ferrules,
name plates, painting etc., conforming to the technical specification for panels.
● Panel’s construction shall be as per Form 3B factor and modular.
● A voltmeter and ammeter shall be provided to indicate incoming voltage and along
with rotary phase selection switches.
● Earth shall be extended for each compartment to the door by means of a flexible,
insulated copper conductor with crimped legs on either side.
● LED type indicating lamps in approved colours shall be provided for the 3 phases and
Tender No. C-DOT/Del/Tender/2022-2023/002 page 37 of 217

Copyright © C-DOT
for status of all controlled devices.
● Bus bar shall be of copper conductor.
● TVSS shall be provided on DC LT panels.
b. Existing UPS Output panel for 2*100 KVA UPS may be reused by modification with high
rated breakers, bus bars, cables and other required accessories.
c. There will be two new DC LT panels to be proposed by the bidder connected to outputs
of two different transformers for data centre
d. There will be three outputs from each LT Panel going to UPS, HVAC panel and Utility
Panel.
e. UPS will be used to supply DC power for the Data Centre. HVAC Panels will be used to
supply power to cooling units for the Data Centre and supporting area. Utility panel will
be used to supply power for common electrical equipment/emergency lights for Data
Centre and supporting areas
f. All interconnecting cables should be proposed. All panels shall be type 4b form factor
panels
g. There will be an HVAC panel inside the Data Centre room each part i.e. Part -A and Part
-B as suitable from where the PACs will be powered. Panel should have two incomers with
Auto changing configuration. All interconnecting cables should be considered.
h. There will be PDU panels placed inside each part of the Data Centre Part A & Part -B. The
input and output connection will be through cable.
i. The bidder should propose additional auxiliary panels/DBs as per the Data Centre
standard such as Emergency Panel, Lighting Panel, Comfort AC panel, Raw power Panels
etc. for better distribution of power in a mission critical facility.
j. There will be a required size isolation transformer placed in the UPS room and that will
be connected in input of the proposed UPS. The bidder should propose the sizing and
connectivity of the transformer.
k. Supply, erection, installation, factory testing, testing at site, commissioning, and
integration of DC LT panel, HVAC Panel, UPS Output Panels, and Distribution boards.
l. LT Panels and HVAC Panels for Data Centre will be provisioned
m. Modification of existing panels (UPS Output)

G. POWER DISTRIBUTION UNITS (PDU)


PDUs in the Data Centre (Part A and Part B)

a. There shall be two sets of PDUs for each data centre i.e., two for Part -A and Part -B , which
shall be in N+N redundancy configuration for both sources of UPS.
b. Each PDU should have required number of outgoing breakers to distribute the UPS power
to the Racks using track busway system
c. Each PDU’s Incomer Multi Data Meter should have RS485 modbus communication facility
to integrate with the proposed controller/DCIM system

Tender No. C-DOT/Del/Tender/2022-2023/002 page 38 of 217

Copyright © C-DOT
iPDUs in the Racks (Part A and Part B)

a. Each Server rack shall be provided with two numbers of three phase iPDUs in redundant
mode (The power sourced from each of the two sets of UPS/Track busway system), to
supply power to servers, switches, etc. installed in the racks
b. Each iPDU shall have 18 numbers of C13 sockets and 6 numbers of C19 sockets.

H. DETAILS OF IT LOAD IN DATA CENTRE

● Approx. Load per Server Rack (Small Rack or Big Rack) = 8 KW


● Approx. Load per Network Rack = 8 KW
● Approx. Load per SAN Rack = 8 KW
● Approx. Load per LTO Rack = 8 KW

Approximate Power Calculations for IT Load

PART- A PART- B

Total Number of Racks 31 Total Number of Racks 38


Server Rack Small (SR) 18 Server Rack Small (SR) 30
Server Rack Big (BR) 1 Server Rack Big (BR) 0
Network Rack Big (BR) 4 Network Rack Big (BR) 4
SAN Rack Big (BR) 2 SAN Rack Big (BR) 4
Network Rack (NR) 4 Network Rack (NR) 0
LTO Rack 2 LTO Rack 0

Power Calculations Power Calculations


KW/Rack 8 KW/Rack 8
KW/Network Rack 5 KW/Network Rack 5
Total Power (KW) 224 Total Power (KW) 292
Total Power (KVA) Total Power (KVA)
248.9 324.4
(Assuming 0.9 pf) (Assuming 0.9 pf)
KiloBTU/H = KW * 3.41 763.84 KiloBTU/H = KW * 3.41 995.72
RT = (KiloBTU/Hr)/12 63.65 RT = (KiloBTU/Hr)/12 82.98

● Total power requirement for Data Centre (Part A + Part B) = 516 KW


Tender No. C-DOT/Del/Tender/2022-2023/002 page 39 of 217

Copyright © C-DOT
● Total power (KVA) for Data Centre (Part A + Part B) = 573 KVA
● Total RT Value for Data Centre (Part A + Part B) = 147

I. UPS SYSTEM
The proposed modular UPS systems shall take care of following requirements, based upon above
IT load calculations:
a. The load comprises of active Servers, Network and any other IT Devices.
b. The UPS shall have scalable architecture.
c. The 3 Phase UPS modules comprising of rectifier, Inverter, charger etc. should be
swappable. It shall be possible to plug out the Healthy or Faulty UPS sub module from the
frame in normal Online Double Conversion operation.
d. Battery bank to be VRLA type. UPS must have battery backup for minimum 15 minutes
considering load power factor of 0.9 till end of 5th year.
e. For uninterrupted power supply UPS with battery bank of required rating with battery
mounting racks/cabinets shall be proposed for the Critical and Non-Critical load. The UPS
must be modular and can be scaled up vertically and horizontally including a static bypass
switch. A separate UPS bank system has to be provisioned for support areas.
f. Modular UPS of 250 KVA scalable up to 600KVA each with VRLA Battery providing 15
minutes backup shall be provided in N+N configuration.
g. During the initial phase of the Data Centre i.e. on commissioning of Data Centre Part -A
in which all existing servers will be deployed, the existing two 100 KVA UPS may
preferably be combined and 200 KVA output may be used for UPS power source -1.
Bidders shall provide another 250 KVA UPS for UPS power source -2 to make UPS power
supply in N+N mode for 200 KVA.
h. During the commissioning of Data Centre Part -B, another 250KVA UPS shall be provided
to replace the existing 2 x 100 KVA UPS.
i. The bus bar and UPS system installed should be able to cater 600KVA load per source.
j. 2 * 20 KVA (N+N) Standalone UPS, VRLA Battery, 30 Minutes backup (each) for utilities
i.e. NOC, BMS and Emergency lighting shall be provided by the bidder. Optionally, if the
2 nos. of existing 100 KVA UPS are not able to be utilized in the Data Centre, the same may
be explored to be utilized for utilities instead of procurement of 2 * 20 KVA UPS.
k. The UPS system should be fully integrated with BMS for real time performance
monitoring.
l. UPS systems have to be modular in such a manner that the modules can be replaced safely
without any arching.
m. Bidders should submit a battery calculation sheet.
n. Efficiency of UPS- 96.4 % on 100 % Load
o. The bidder shall propose UPS systems with minimum footprint.
p. The UPS should be with maximum efficiency and minimum THDi.
q. Supply of UPS system and battery banks including unloading, shifting, toring, installation,
testing and commissioning.
r. Providing training to Client and maintenance team.
Tender No. C-DOT/Del/Tender/2022-2023/002 page 40 of 217

Copyright © C-DOT
s. Periodic maintenance.
t. SLA adherence.
u. Repair and Replacement, if required.
v. System Acceptance test at Factory and at Site. (On full load condition)

J. CIRCUIT BREAKERS:
The panel and the bus bars plus outgoing of all devices shall be protected by different types of
circuit breakers.

I. Air Circuit Breaker (ACB):


a. The air Circuit Breakers shall be Draw out type conforming to I.S: 13947 (Part 2)
1993.
b. The ACB shall be complete with solid state overload, short circuit and earth fault
protection with adjustable settings.
c. Each ACB shall have 4 "NO" and 4 "NC" potential free auxiliary contacts, in
addition to those required for its internal operating mechanisms.
d. There shall be suitable indicators for OPEN/CLOSE/SERVICE/TEST and
spring charged positions.
e. It shall be possible to close the door in Test position.
f. Castle Key and/or other interlocking devices shall be provided as required

II. Moulded Case Circuit Breakers (MCCB):


a. The MCCB shall have TP + NL and be suitable for simultaneous manual opening
and closing with rotary operating handle.
b. The ON/OFF/TRIP positions shall be clearly marked and easily visible to an
operator and confirm to latest IS: 13947-1993.
c. There shall be fixed/adjustable tripping devices with inverse time
characteristics for overload and short circuit protection.
d. Suitable Interlocking mechanism shall be provided, where required.

III. Miniature Circuit Breakers (MCB):


a. The MCB shall have quick make/break contacts with a heat resistant housing,
having high Impact strength and confirm to IS 8828-1996.
b. The MCB shall permit overload for short duration, as required for Inductive
loads and the breaking capacity shall not be less than 10 KA at 415 Volt A.C.
c. It shall be equipped with overload and short circuit protection devices and shall
be suitable for DIN mounting

K. CABLES/CONDUITS AND MARKINGS


Cables of different types and sizes as per the required design for connecting all required
components from source to load or vice-e-versa with termination at both ends.

Tender No. C-DOT/Del/Tender/2022-2023/002 page 41 of 217

Copyright © C-DOT
All outdoor cables shall be Aluminum core or better and all indoor cable shall be copper core.
The bidder shall submit a cable schedule as per the following format.

Sr. Fro T Max Cable Cabl No of Core Ru Type of Lengt Qty


m o Amp Ampa e Cores Type ns insulatio h (No)
city Size n (mtr)
1 A B 500 700 185 3.5 Al 2 XLPE 50 100

a. The bidders are strongly advised to maintain data consistency between Electrical Single
line diagram, Cable schedule and Bill of quantity at all times in the solution document.
The Electrical Single line diagram shall be prepared in detail showing all the components.
All the components should be uniquely labeled.
b. All cabling inside the server hall will be laid over head or under false floor bidder has to
recommend.
c. From the UPS Output panel till end feed unit of FRLS copper flexible cable will be used
on the cable tray.
d. All conduits inside the server hall will be MS type. No PVC conduit will be accepted.
However, the conduits if laid inside the wall can be PVC with FRLS type.
e. There has to be raw power provisions inside the server hall at every 10-15 mtr for facility
maintenance.
f. All cables must be tagged with a unique name with proper circuit number, details of load,
machine name etc. marked on it. The electrical cable will also be marked with the color
coding (R/Y/B) showing one of the phases from the three-phase power supply. Tagging
has to be on both ends. Color code shall be maintained as black for neutral and green for
earth (or bare earth). The tag should be long lasting and durable.
g. All cable entry to the panels should be with double compression glands. The glands must
be chosen as per the cable core metal. Cable installation shall be as per IE rules considering
pull strength, bending radius and insulation class.
h. All outdoor cables may be factory tested in presence of C-DOT authorities for insulation
strength. However standard test certificates will be accepted.
i. All outdoor cables shall be XLPE and all indoor cables should be FRLS Type.
j. All wiring in the support area shall be concealed. Sub-mains must be laid in PVC raceways
buried under the PCC floor.
k. The distribution to the desks should be through the furniture raceways from bottom.
l. There should be junction boxes on the floor under the carpets or on vitrified tile floors. It
should be concealed but should be openable for maintenance.
m. UPS output cabling should have double neutral. Single core copper cable shall be used.
n. Cable end point insulation has to be by heat shrink sleeve. Taping will not be allowed.

L. CABLE TRAYS FOR POWER, TELECOM AND DATA CABLING


a. Various pathways such as cable trays, Raceways, junction boxes, ladder trays, and Cable
Tender No. C-DOT/Del/Tender/2022-2023/002 page 42 of 217

Copyright © C-DOT
baskets required to be there for the entire facility. The said pathways will run above the
server racks i.e above the containment POD.
b. Cables shall be taken to the Data Centre from the basement UPS room by designated shaft.
All cables should be tagged.
c. Inside the Data Centre all cables must run on a cable tray.
d. Cable tray shall be factory made with pre-galvanized finish.
e. Cable fills in any tray should not be more than 70%.
f. All cabling and wiring shall be neatly dressed and tagged with a unique identity.
g. Existing shaft for the power cable should be used for taking cables from outside to inside
the floor. While working on the shafts, adequate care shall be taken not to disturb other
cables running inside it.

M. WIRING:
a. Wiring of all load points, wall outlets, Lights and all other points where connection is
required.
b. All along the Data Centre area, wiring color codes should be used for single phase, three
phase and Ground. All wires and cables must be tagged with a unique identity.
c. No joint of cable or wires is allowed without a proper factory-made jointing kit.
d. All the power cables to the HVAC system will be laid under the false floor.
e. Busbar trunking systems to supply power for IT loads will be installed above the racks in
an aesthetic design and look.

N. WALL OUTLETS, OUTLETS FOR RACKS, RECEPTACLES:


a. End point power outlets are required for all load points depending upon type and
redundancy.
b. The wall distribution panels should be double door type and recessed on the wall.
c. The looping of raw power and UPS power points for the user is allowed. However not
more than 3 raw power points and more than 2 UPS power points are looped for a single
circuit.
d. The receptacles on the wall and on the desk should be high durable and multi-pin type.
Each desk shall have 3 sockets, one for raw power and two for UPS power with proper
leveling.

O. EARTHING
All electrical components shall have proper earthing arrangement by connecting two earth
tapes from the frame of the component ring and will be connected via several earth electrodes.
All the power sockets should be complied with International/Indian Standards. The neutral to
earth voltage in all electrical points should be less than 0.5 volts. All metallic objects on the
premises that are likely to be energized by electric currents should be effectively grounded.
a. Earthing shall be in conformity with provision of rules 32, 61, 62, 67 & 68 of Indian
Electricity rules 1956 and as per IEC62561 and IEEE 80. The entire applicable IT
Tender No. C-DOT/Del/Tender/2022-2023/002 page 43 of 217

Copyright © C-DOT
infrastructure in the Data Centre shall be earthed.
b. Earthing should be done inside the Data Centre for the entire power system and
provisioning should be there to earth UPS systems, Power distribution units, AC units etc.
so as to avoid a ground differential.
c. Earth pits of different types, grounding bus bars/strips, Equi-potential grid for the critical
area.
d. Neutral Earthing for the source equipment shall be done with maintenance free copper
earth station with grounding electrodes and necessary materials.
e. Body earthing of all equipment shall be done with maintenance free copper earth station
with grounding electrodes and necessary materials.
f. The main earthing rings shall be done as per practice laid in Indian/International
Standard.
g. All electrical equipment shall be connected to the earth bus at two points.
h. Earthing will also be provided for body touch along with electrical circuits.
i. The earth pits will be designed and constructed for the Data Centre. The space for the earth
pit is designated at the place where ODU units will be installed. All earth pits irrespective
of Copper or GI have to be chemical type. Health Assessment of earth pits shall be
evaluated by the bidders & if required new Earth pits can be created.
j. The Data Centre area should have a grounding mesh in terms of Copper strip or braided
copper wire laid on the ground under the false flooring a matrix fashion to provide an
equipotential grid for all the equipment.
k. The earth strips should be copper for copper pits and GI for GI pits. All the earth strips
should be insulated.
l. All the earth pits should be covered with required standard of earth pit covers with
recommended load bearing specifications of OEM.
m. Earth pits should be connected at ground for redundancy and equi-potential.
n. The complete earth works like excavation, refilling & RCC covers of the desired standard
will be in the bidder's scope.

P. LIGHTFIXTURE
Electrical Lights: It is provisioned to have energy efficient Lights (preferably LED) in the Data
Centre and supporting area to enable low power consumption and reduce cooling loads in the
critical areas of the data Centre.
a. Lights of various types suitable for different floors including critical and non-Critical areas
are required to be done. Lux level inside server farm to be 500 lux measured at 1 mtr from
ground at all areas.
b. Other areas should have 300 lux. Lux Level Map from manufacturer must be submitted
before execution.
c. Bidders shall propose LED lights of different sizes as suitable and approved by C-DOT.
d. All the lights will have occupancy sensors.
e. The light fixtures in the support area will be recess mounted on the ceiling. The lights on
the server hall and power room may be suspended from the ceiling without compromising
Tender No. C-DOT/Del/Tender/2022-2023/002 page 44 of 217

Copyright © C-DOT
the aesthetics.
f. The size for fixtures can be chosen by the bidder so that the looks and ambience is not
compromised
g. Lifetime of lights should be at least 50,000 hrs.

Q. TRACK BUSWAY SYSTEM


This specification covers the electrical characteristics and general requirements for a Electrical
Bus Trunking System, hereafter referred to as Track Busway. Track Busway System shall be
designed for overhead power distribution of electrical power with Continuous Access where
the plugin unit/Tap off can be connected anywhere along the busway and which would allow
insertion and removal of the plugin units without De-Energizing the busway-Hot swappable.
Once installed, the Track Busway will provide Plug & Play, simple, versatile, fast and economic
means of distributing power. The System should be maintenance free and sections of the bus
bar should be joined without the use of Joint packs which need bolting and without the need
of torquing i.e., it should be a press fit design to join to sections.
Three-phase Track Busway system with the following features:
a. Extruded aluminium busway housing with copper conductors
b. Power Feed
c. Plug-in units for power distribution
d. Monitoring
e. Installation tool and joint kits
f. Optional accessories
g. Standards and Certification for 250 Amps
h. The Track Busway shall be designed and manufactured to the following standards:
• Electrical Testing Laboratories (ETL) (US/Canada) Certified to UL 857.
• International Electro technical Commission (IEC) Standard, IEC 61439-1, edition 2.0 –
Low Voltage Switchgear and Control gear Assemblies, Part 1: Type Tested and
Partially Type Tested Assemblies
• International Electro technical Commission (IEC) Standard, IEC 61439-6, edition 1.0 –
Low Voltage Switchgear and Control gear Assemblies, Part 6: Particular
Requirements for Busbar Trunking Systems (Busways).
• CE (Europe) Certified to IEC 61439-1 and IEC 61439-6.
• VDE (Germany) Certified to IEC 61439-1 and IEC 61439-6.
• NOM (Mexico) Certified to NOM-003-SCFI-2000
• National Electric Code (NEC) – Article 368 – Busways
• National Fire Protection Agency (NFPA) – 70, National Electric Code (NEC)
• National Electrical Manufacturers Association (NEMA) - AB1, Moulded Case Circuit
Breakers and Moulded Case Switches
• National Electrical Manufacturers Association (NEMA) – KS-1, Enclosed and
Miscellaneous Distribution Equipment Switches (600 VAC)

Tender No. C-DOT/Del/Tender/2022-2023/002 page 45 of 217

Copyright © C-DOT
3.2.1.3 SCOPE OF HVAC (HUMIDITY, VENTILATION AND AIR CONDITIONING) SYSTEM

DX Based Precision AC System (In-row Cooling)

Since Data Centre Rooms are a critical area, a separate air conditioning system (precision air
conditioning) should be exclusively installed to maintain the required temperature for Server
Room i.e. Data Centre Part -A and Part -B. The UPS & battery Room shall have a separate comfort
air conditioning system. NOC/BMS/MUX room will use the existing centralized cooling system.

Data Centre Room Area should be provided with In-Row Precision Air Conditioning on a 24 x 7
operating basis compliant with Rated 3 architecture requirements and having enough provision
to scale it to the next level as may be required in a later stage. The units should be able to switch
the air conditioner on and off automatically and alternately for effective usage. The units should
be front/horizontal air-flow fashion, air-cooled conditioning system. In-Row Precision Air
Conditioning systems specifically designed for stringent environmental Control with automatic
monitoring and control of cooling, heating, humidification, dehumidification and air filtration
function should be installed. It is advised that the temperature and humidity be controlled at
desired levels. The necessary alarms for variation in temperatures shall be monitored on a 24x7
basis and logged for providing reports.

a. There will be a cold aisle containment for racks in PART-A and hence there will be 1
containment PODs. Each POD will consist of 2 rows of racks.
b. There will be cold aisle containment for racks in PART-B and hence there will be 1
containment PODs. Each POD will consist of 2 rows of racks.
c. The temperature inside the Server Farm area (Data Centre Part -A and Part -B) should be
maintained at 22degree centigrade with a precision of ± 2 degrees while calculating and
sizing the in-row PAC rating. The ambient temperature has to be as per
ASHRAE/ISHRAE/TIA-942 requirement.
d. The return temp should be considered as per the supply and load. Accordingly, the
number of PAC units on a POD should be calculated. The in-row based PACs in a POD
have to be in N+1 configuration. The in-row PAC width should not be more than 600mm.
e. Placing of in-row based PAC shown in the layout diagram is indicative. The bidder may
use variable capacity PAC in-row units to make efficient cooling of the containment area
so that the number of PAC in-row units shown for each part of the Data Centre in layout
diagrams should match, wherever possible. IT load requirements for Data Centre are
indicated in the section 3.2.1.2 (H)
f. The PAC in-row units shall be supplied and installed in phased manner considering the
active load requirement of the data centre. The non-active area of the data centre shall be
adequately separated from active area using appropriate blank PAC units. However, this

Tender No. C-DOT/Del/Tender/2022-2023/002 page 46 of 217

Copyright © C-DOT
should be subject to cooling requirements as per Rated 3 compliant.
g. All the refrigerant piping should run below the raised floor without any hinderance to
other facilities.
h. Pipes have to be properly insulated. The exit of the pipes on the wall shall be through
factory made sealing blocks with fire rated material
i. Humidifier line can be taken from building water pipeline with a valve
j. Units should be selected at Return air temperature: 35 ° C DBT / RH 30 % with Ambient
air design temperature: 48.3 ° C and Sensible cooling capacity: 30 KW or 50 KW.
k. Bidders shall submit a detailed table of selection of various ratings of indoor units with
their cooling capacity in terms of CFM, power consumption and size.
l. Bidder has to submit a detailed bill of material with prices for each and every item.
m. Cold Aisle containment should be provided at data centre farm area and the In-Row
cooling units for DC shall be provided with Microprocessor based Precision Air-
conditioning system. Cool air feed to the DC shall be horizontal air flow ensuring no air
stratification across the face of the IT racks. The system shall be floor mounted, placed next
to server racks and configured for horizontal airflow with a draw-through air pattern to
provide uniform air distribution over the entire face of the server racks.
n. Temperature and Relative Humidity Recorders shall preferably be deployed for recording
events of multiple locations within the data centre. Records of events for a minimum of
last 7 days shall be recorded and presentable, whenever required. Automatic recording of
temperature and humidity using sensors located at various locations within the data
centre is necessary.
o. Supply of PAC and CAC (Cold Aisle Containment) systems Unloading, shifting, Storing,
Installation, Testing and Commissioning
p. Supply of low side items required for PAC & CAC systems with Unloading, shifting,
Storing, Installation, Testing and Commissioning
q. Bidder has to fabricate MS outdoor structure for PAC and CAC outdoor units in his scope.

A. COMFORT AIR CONDITIONING


a. UPS & Battery Room, Panel room and Electrical Room should be provided with VRV/VRF
comfort air-cooled system.
b. The units shall be integrated with BMS/DCIM system for management and monitoring.
c. All the AC units shall also be connected to the fire alarm system for tripping during fire.

B. OUTDOOR UNITS
a. Outdoor units for all in-row cooling units of the Data Centre should be installed at the
outside of Gate no 4 of C-DOT Campus building. Outdoor units for comfort cooling units
of UPS & Battery and other rooms will be installed at appropriate place with prior
confirmation from C-DOT
b. The outdoor units shall have both cooling & heat pump mode, consisting of one /multiple
outdoor units with single circuit of refrigerant piping and multiple indoor units of various
types.
Tender No. C-DOT/Del/Tender/2022-2023/002 page 47 of 217

Copyright © C-DOT
c. All outdoor units should be capable of integration with the Computer System based
Building Management System.

3.2.1.4 SCOPE OF SERVER RACKS/IPDUS/NETWORK ACTIVE & PASSIVE


INFRASTRUCTURE

A. DETAILS OF RACKS REQUIREMENTS

Following are the measurements regarding space required for different types of racks as shown
in Layout diagram in ANNEXURE -A (A.1 & A.2)
• SR indicates Small Rack showing width 600 mm
• BR indicates Big Rack showing width 800 mm
• d stands for depth and w stands for width
• Size of Server Rack (SR) = 600 mm (w) x 1200 mm (d)
• Size of Server Rack (BR) = 800 mm (w) x 1200 mm (d)
• Size of Network Rack (BR) = 800 mm (w) x 1200 mm (d)
• Size of SAN Rack (BR) = 800 mm (w) x 1200 mm (d)
• Size of Network Rack (NR) = 800 mm (w) x 1000 mm (d)
• Size of one of the LTO Rack (LTO) = 800 mm (w) x 1200 mm (d)
• Size of one of the LTO Rack (LTO) = 600 mm (w) x 1000 mm (d)

There will be two parts of the Data Centre (DC) PART - A and PART - B. Works for the data
centre will be carried out into two phases. First phase shall comprise the readiness of the Data
Centre in Part A and the second phase shall comprise of readiness of Data Centre in Part B.
Please refer the layout diagram for details of Rack infrastructure in ANNEXURE -A

Quantity of Racks
PART - A PART - B Total
To be To be To be
supplied supplied supplied
Rack Types Existing Existing Existing
by by by
Bidder Bidder Bidder
Server Rack (SR) 4 14 0 30 4 44
Server Rack (BR) 1 0 0 0 1 0

Network Rack (BR) 4 0 0 4 4 4


SAN Rack (BR) 0 2 0 4 0 6

Tender No. C-DOT/Del/Tender/2022-2023/002 page 48 of 217

Copyright © C-DOT
Network Rack (NR) 4 0 0 0 4 0
LTO Rack 2 0 0 0 2 0
Total Racks 15 16 0 38 15 54

a. Small Racks of 19” 42U and 600 mm width x 1200 mm depth and Big Racks of 19” 42U and
800mm width x 1200 mm depth
b. The no of Racks to be supplied by bidder is tentative only and the bidder may increase the
no. Racks in the DCs considering the build design proposed by bidder. Each Rack should
be equipped with perforated front and back doors and 42U in size and each U position
should be marked with its numbering.
c. Overall height should not exceed 2200mm including castors and wheels considering the
site conditions. Each rack to be supplied by the bidder should be of the same height.
d. Server Racks/Network Racks shall be provided with 2 nos. of removal type vertical cable
managers D-rings in the rear side of the rack. Each of the racks shall also be provisioned
with horizontal cable managers to accommodate 48 nos. of Cat-6 patch cords and 20
Optical patch cords.
e. Each rack will have two nos. of 3 Phase iPDUs with 24 equally distributed sockets each
and these iPDUs will be connected to DCIM via BMS network for various parameters
monitoring (power utilization, temperature, humidity, etc.). Where BMS Network is
defined as the network totally separate from the Data/IT Network of the Date Center. The
required infrastructure (like Racks, PDUs, Switches, Cables etc.) for setting up DCIM/BMS
Network shall be under scope of bidder.
f. Out of 24 sockets, the 3-Phase iPDU shall have 18 nos. of C13 Sockets and 6 nos. of C19
sockets. Each socket should be tagged to colour coding to identify the incoming phase
(R/Y/B) from the power source
g. The power to two iPDUs of each rack will be supplied from two dedicated UPS sources.
h. The racks that are not used or U space that is not used, will have blanking panels on them.
i. The racks shall be UL Listed and conform to EIA-310 Standard or India equivalent for
Cabinets, Racks, Panels and Associated Equipment and accommodate industry standard
19” rack mount equipment.
j. Racks shall have a provision for cable entry from the top and bottom.
k. The vertical mounting rails shall have two sets of EIA mounting holes perpendicular to
the primary mounting holes to allow devices to be mounted in the side channel.
l. The unit shall include requisite sets of M6 caged nuts, bolts and cup washers, and caged
nut tool for the mounting of equipment inside the unit.
m. Both the front and rear doors shall be designed with quick release hinges allowing for
quick and easy detachment without the use of tools. The front door of the unit should be
reversible so that it may open from either side.
n. The front and rear doors should open a minimum of 120 degrees to allow easy access to
the interior.
o. The unit shall provide for adequate ventilation to provide airflow required by the server
manufacturers
Tender No. C-DOT/Del/Tender/2022-2023/002 page 49 of 217

Copyright © C-DOT
p. All weight bearing components shall be constructed from steel with a thickness no less
than 0.9mm (20 gauge).
q. Plastic components shall comply with Underwriters Laboratory Specification 94 with V-1
rating (UL94 V-1) or better.
r. The racks shall have a minimum of IP 20 rating for protection against touch, ingress of
foreign bodies, and ingress of water.
s. Front and Rear mounting rails shall be adjustable for depth.
t. The roof of the racks shall be removable from the interior of the enclosure without tools.
u. The rack units should have mounting provisions for optional door alarm switches to
monitor access to the enclosure doors.
v. The access to racks shall have the standard lock and key mechanism.
w. Each Racks shall be provided with minimum 20 no’s of blanking panels to avoid air
recirculation and bypass.
x. Each Rack shall be provided with a minimum two temperatures and humidity sensors to
monitor temperature for Rack Air Inlet and exhaust air, separately. Continuous reading &
display of Fan speed, reading & Display of the temperature measured by the sensors at
BMS.
y. Indication of fault & alarm situations at BMS
z. Racks shall be capable to take the server weight of UDL 1360 Kgs and Rolling Load of 1000
Kgs.
aa. All the Racks shall be provided with removable side panels.
bb. Supply, unloading, storing, shifting, installation, testing and commissioning

B. DETAILS OF FIBER/COPPER CABLING


a. There should be enough space between data and power cabling and there should not be
any cross wiring of the two, to avoid any interference, or corruption of data
b. Shall meet all ANSI/TIA/EIA and ISO/IEC insertion loss and return loss requirements.
c. Guaranteed to meet IEEE 802.3ae, 802.3ba 10/40/100 Gigabit Ethernet requirements.
d. All the components and cabling system shall be certified with a 20 Years performance
warranty.
e. For fiber cabling, Designing of Overhead cable tray /runner in the Data Centre for laying
the cables. The design shall adopt the best practices keeping in mind the safety, security,
and aesthetics of the Data Centre. All the cable raceways shall be adequately grounded
and fully concealed with covers.
f. Bidder is required to quote complete solutions including Fiber cables, patch panels,
connectors, patch cords, Trunk Cables/termination of fibers, Fiber runner of same OEM
etc. and corresponding labeling and certification.
g. The complete solution shall be from a reputed manufacturer with certified components
preferably modular, pre-terminated and certified in factory. Bidders may estimate the
required quantity and length based on Data Centre size and rack layout.
h. Bidder shall provide the accessories and cleaning tools for connectors and ports.
i. Complete design layout and diagrams with labels and test reports will be prepared and
submitted by the bidder.
Tender No. C-DOT/Del/Tender/2022-2023/002 page 50 of 217

Copyright © C-DOT
j. Entire cabling for NOC area will be on Cat6A for each desk in the NOC area having two
data ports and one voice port.
k. Two Data Ports and one voice port for each desk are required inside server areas. (Part A
and Part B)
l. Bidder shall provide the Cat6A patch cord of different lengths in the count of 2 x N, where
N is the number of data ports.
m. Bunching and bending radius of the cable will be as per manufacturer standard.
n. Cat6A cabling on the support area has to run under the floor on PVC raceway.
o. Complete Scope of optical cabling (number and type of port required per rack, Inter Rack
Cabling etc.) is defined in ANNEXURE -A.3
p. The Scope specified in the ANNEXURE -A.3 is as per the rack count in tentative layout
diagram. If the rack count is changed by the bidder, the optical cabling will be extended
accordingly.

C. FIBER RACEWAYS
a. Supplying and fixing of Electro Zinc Galvanized CABLOFIL wire mesh cable trays.
b. It shall be manufactured with a longitudinal 'T- welded' safety edge. Trays shall be
constructed with 50 X 100 mm mesh configuration.
c. EDRN fast coupling to be used for coupling two cable trays, screw-based system to be
used for making Tee's, bends, crossover, curve etc.
d. All accessories including wall support and mounting accessories (Mechanically tested &
supplied by cable tray manufacturer shall be used) are required of the same finish as per
site requirement.
e. Trays should comply with standard EN ISO 14 61: at least 155 h of SST.
f. The deflection of the cable tray shall be no more than 1/200th of the distance between two
supports and tested in accordance with the standard IEC 61537.
g. Wire mesh cable trays shall be designed with an optimum span of 1.5 m, taking into
account the maximum carrying capacity authorised by the manufacturer.
h. Assemblies with specific fire-resistant properties should have an E30-E90 certificate.
Supports, brackets or hangers designed, mechanically tested and supplied by the wire
cable tray manufacturer to be used.

D. TOP OF RACK ACCESS SWITCH INSTALLATION:


a. Two switches will be installed per rack.
b. Total 38 switches shall be supplied and installed in 19 nos. server racks in Part -A.
However, this number may vary according to the requirement at the time of placing the
PO depending on active rack count.
c. Detailed technical specification of switches is specified in section 3.2.2.18

3.2.1.5 SCOPE OF SAFETY, SECURITY AND SURVEILLANCE SYSTEMS

Tender No. C-DOT/Del/Tender/2022-2023/002 page 51 of 217

Copyright © C-DOT
The scope of work includes Supply, install, test, commissioning and maintaining.

A. IP BASED CCTV
All the areas shall be covered under surveillance. Inside the data centre area, cold aisle
contaminants will also be covered. There should be no dark spot in the area defined for the
Data Centre as per section 3.1.4. Areas to be covered are Entry Area, Mux Room, Server Area
Part A and Part B both cold and hot aisle, NOC Room, BMS Room, UPS Room, Battery Room,
Lobby area, ODU, etc.

a. The scope of work involves supply, installation, testing and commissioning of Closed-
Circuit Television systems.
b. Surveillance of inside and outside of the facility should be done with different types of IP
cameras such as fixed/Dome/PTZ/bullet high definition 1080P POE (Power over
Ethernet), 20 m Night Vision, Onvif Compatible with all NVR with facility of motion
detection sensor-based recording.
c. The CCTV system should cover all the concerned areas of C-DOT DC.
d. All cameras have to be powered by Cat 5e/Cat6 from POE switch and option of another
supply in case of emergency
e. At least four months of recording shall be available in NVR in the inbuilt HDD along with
external storage.
f. Recording must be archived for every 3 months in an external storage associated with the
server supplied by the bidder over and above the NVR Capacity
g. The bidder should submit a detailed design sheet as per the OEM recommendations along
with the bid.
h. Supply, installation, testing and commissioning of IP CCTV system.

B. ACCESS CONTROL SYSTEM (WITH ATTENDANCE MANAGEMENT):


An access control system consisting of a central PC, intelligent controllers, proximity readers,
power supplies, proximity cards, and all associated accessories is required to make a fully
operational on-line access control system. Access control shall be provided for doors. These
doors shall be provided with electric locks, and shall operate on a fail-safe principle. The lock
shall remain unlocked in the event of a fire alarm. The fire alarm supplier shall make potential
free contacts available for releasing the locks in a fire condition especially for staircase and main
doors. Entry to the restricted area shall be allowed by showing a proximity card near the reader
and/or with biometric finger scan reader and exit shall be using a push button installed in the
secure area. The system shall monitor the status of the doors through magnetic reed contacts.
a. The scope of work involves supply, installation, testing and commissioning of Tamper
Proof Access Control system.
b. Access control system with entry with Biometric finger scan reader cum smart card reader
and exit with push button shall be proposed for all the entry/exit points as per the below
requirement.
Tender No. C-DOT/Del/Tender/2022-2023/002 page 52 of 217

Copyright © C-DOT
• Main Entry to the Data Centre
• Entry to Part A and Part B
• Cold Aisle Area of both Part A and Part B (both ends of aisle).
• NOC room
• BMS cum integration room
• Mux room
• UPS room & Battery room
• For any other room
• Required Access control software shall be provided by bidder
c. There will be an attendance management system type facility for allowing two level
authorizations of Biometric and Proximity Card for new entries. The access control system
should be centrally manageable.
d. Microprocessor Based Access Controller with Power Supply Module and Enclosure and
battery backup
e. All the entries and exit shall be logged centrally and reports shall be generated periodically
through the central control system.
f. There will be an access control for log management so that only authorized people can
manage and monitor the logs.
g. The system shall be able to raise audible alarms for any breach of privileges/access
restrictions or failures. Further entry shall be disallowed till the alarm is cleared
h. A detailed design sheet as per OEM recommendations shall be submitted along with the
bid.
i. Supply, Installation, Testing and commissioning of Access control system with all
accessories

3.2.1.6 SCOPE OF FIRE DETECTION, PREVENTION AND SUPPRESSION SYSTEM

A. ADDRESSABLE FIRE ALARM SYSTEM (AFAS)

Addressable fire detection systems will be implemented all across the Data Centre and support
area. The integration of the Fire alarm system has to be with DCIM.
a. Fire detection, annunciation & Alarm system shall cover all areas of the Data Centre.
b. Different types of detectors such as fire, smoke and heat or combination of all, installed
and wired to a control panel in a zonal fashion.
c. There shall be a central monitoring system to manage these instruments and must be
integrated with central monitoring system i.e. DCIM
d. Integration of Building fire panel and DCIM Integration with Access Doors and PAC
e. The AFAS system will have manual call points, hooters and all other accessories for a
complete fire detection system.
f. There shall be a provision to connect the system to the building main fire alarm system
g. Illuminated exit signs shall be installed on all possible points.
h. Emergency evacuation laminated charts of A3 size shall be displayed at all important
Tender No. C-DOT/Del/Tender/2022-2023/002 page 53 of 217

Copyright © C-DOT
locations.
i. A fireman’s boot, safety jacket, goggles, gloves, hammer, Axe etc. shall be kept in a steel
fabricated case with the front face visible.
j. Detectors must be placed on all voids.
k. A detailed table of items shall be submitted with quantity and type of items.
l. The design will be as per NFPA and local fire codes whichever is applicable.
m. Hooters with strobes are to be installed at least 3 points in the Data Centre area.
• Data Centre area
• Gate No 4 near to security guard area
• Electrical room at reception
n. The bidder should submit a detailed design sheet as per the OEM recommendations along
with the bid.
o. Supply, Installation, testing and Commissioning of Fire detection and alarm system

B. GAS BASED FIRE SUPPRESSION SYSTEM (NOVEC-1230)


Gas based fire suppression system is required to be used for the Data Centre area i.e. PART -A
and PART -B. There are three voids in the server hall. One is room void, second is floor void
and third is containment void. All the voids have to be covered. All contaminants must be
considered for gas and nozzle calculation. To minimize the risk of damage caused by Fire, an
environment Friendly Clean Agent Based (NOVEC 1230) Automatic Fire Suppression System
has been proposed for the Server Room Part A and Part B and the Electrical Rooms A & B. 4
meters height need to consider for Volumetric Gas Calculations.

a. Server farm area shall have a fire suppression system for each Part -A and Part -B, with an
alarm such that in case of fire the gas agent gets released through the nozzles and
suppresses the fire fully without damaging the electronic devices.
b. The suppression nozzles shall be placed on all voids and including the inside of
containment.
c. The cylinder has to be a seamless type.
d. In case there is a flooding of gas during execution and before the site handover bidder
needs to replace the gas at its own cost.
e. The gas-based suppression system shall be integrated into the fire alarm system.
f. Pressure on the cylinder shall be maintained throughout the contract period.
g. There should be provision for integration & monitoring of cylinder level pressure to the
DCIM.
h. Handheld fire suppression system shall be used for all areas except the server farm area.
Minimum quantity required for type BC (4 kg) is 8 and for ABC (2kg) is 8. The quantity
may vary based upon the actual requirements.
i. The bidder should submit a detailed design sheet as per the OEM recommendations along
with the bid.
j. Supply of NOVEC 1230 cylinder with Gas, all accessories, installation, testing and
Tender No. C-DOT/Del/Tender/2022-2023/002 page 54 of 217

Copyright © C-DOT
commissioning of the same.

C. VERY EARLY SMOKE DETECTION SYSTEM (VESDA)


The smoke detection 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, but
not be limited to, a Display Control Panel, Detector Assembly, and the properly designed
sampling pipe network. The system equipment shall be supplied by the manufacturer or by its
authorized distributor.

a. VESDA system is required in the Data Centre area for early detection of smoke with a
facility of alarm.
b. The system shall be digital and the panel has to be installed inside the BMS room
c. The sampling pipe has to run over the in-row based PACs, racks and below the floor, if
required.
d. The detectors have to be placed inside the containment as well.
e. VESDA solution shall be integrated with the hooters
f. The bidder should submit detailed design sheet as per the OEM recommendations along
with the bid
g. Supply, Installation, Testing and commissioning of VESDA system with all accessories.

3.2.1.7 SCOPE OF PEST AND RODENT REPELLENT SYSTEM (RRS)

The entry of Rodents and other unwanted pests shall be controlled using non-chemical, non-toxic
devices. Ultrasonic pest repellents shall be provided in the false flooring and ceiling to repel the
pests without killing them. The treatment shall be carried out generally in accordance with the
stipulation laid down procedure as per IS: 6313 (Part II)-1971 Part II Pre- constructional chemical
treatment measures I (code of practice for Anti-termite measures in building part II pre
constructional chemical.

a. The objective is to protect the entire premises viz., all the voids against rodents using non-
chemical, non-toxic devices. The purpose is to keep the rodents away from the floor by
generating very high frequency sound waves (above 20 KHz) which are not audible to
human ears but irritate rodents. The objective is to protect all the cables below floor, above
ceiling & room void from damage caused by rodents.
b. The satellites of the RRS to be installed in all voids in the Data Centre area and other area
mentioned in section 3.1.4.
c. Rodent Repellent system shall be provided on in all voids
d. The RRS shall be capable of integration with the DCIM tool for monitoring the health of
satellites & Transducers.
e. A detailed design sheet as per OEM recommendations shall be submitted along with the
bid.

Tender No. C-DOT/Del/Tender/2022-2023/002 page 55 of 217

Copyright © C-DOT
f. Supply, Installation, testing and commissioning of Water leak detection system

3.2.1.8 SCOPE OF WATER LEAK DETECTION SYSTEM (WLD)

The water leak detector shall be installed to detect any seepage of water into the critical area (Data
Centre area). It shall consist of water leak detection cable/ tape sensor, detection module and
control panel. The cable/ tape shall be installed in the ceiling & floor areas around the periphery.

a. The bidder shall be responsible to supply, deliver, install, test, commission and maintain
a proven technology and industry standard solution for a water detection system in the
Data Centre.
b. The complete system shall include electronic alarm panel, sensing cable, 4x20
alphanumeric display, and auxiliary equipment (such as hold down clip & Tag/Label for
the sensing cable).
c. Water leak detection system shall be digital with a hooter connected to the system.
d. This system shall detect and locate multiple leaks simultaneously as well as cable break &
power failure and activate the control panel alarm relays. The sensing cables shall be of
such construction that no metallic parts shall be exposed to the environment. The system
shall be provided with the flexibility of custom “cut-to length” sensing cable to meet the
exact length requirement at each area of protection and with pre-connectors sensing cable
components
e. Water leak detection system shall have capabilities to integrate with monitoring tools i.e.
DCIM.
f. A detailed design sheet as per OEM recommendations shall be submitted along with the
bid.
g. Supply, Installation, testing and commissioning of Water leak detection system

3.2.1.9 SCOPE OF INTEGRATED BUILDING MANAGEMENT SYSTEM

A. DATA CENTRE INFRASTRUCTURE MANAGEMENT


Data Centre Infrastructure Management (DCIM) Solution tool has to integrate all possible Non-
IT and IT field devices into one platform for effective monitoring of Data Centre operation.
It shall include supply of all end-to-end hardware and software, Installation, testing and
commissioning.
Monitoring Solution should be installed to enable centralized Monitoring for all Data Centre
related equipment performance, functional status and alarms. The Monitoring solution shall be
URL Web portal/client based. Monitoring Solution shall provide a centralized and integrated
dashboard for all the systems implemented in the Data Centre.
Licensing

Tender No. C-DOT/Del/Tender/2022-2023/002 page 56 of 217

Copyright © C-DOT
The solution should allow for perpetual licenses of all systems. There should be
availability for software updates, maintenance patches and upgrades.
User Permissions & Security

The solution shall have role-based permissions supporting roles such as Site
Administrator, Engineer, Technician, Viewer etc.
Additional conditions

a. The bidder shall provide integrated architecture of DCIM.


b. Bidder to supply, implement and maintain DCIM solution including all required
hardware, server, OS, DB, sensor, software licenses and accessories necessary to monitor
and manage the infrastructure as per above scope of work and specifications.
c. All the field devices shall be monitored through DCIM. The bidder should propose the
solution in such a manner as the BMS system integration with the proposed DCIM system.
d. The bidder should submit a detailed design sheet as per the OEM recommendations along
with the bid.

B. BUILDINGMANAGEMENT SYSTEM
BMS cum integration room having all the facilities shall be built for monitoring and
management of Data Centre and UPS room.
The BMS shall perform the following general functions including but not limited to:
• Building Management & Control
• Monitoring of all BMS devices through a portal / dashboard
• Data Collection & archival
• Alarm Event & Management
• Trending
• Reports & MIS Generation
• Maintenance & Complaint Management
• Network Integration
• Annual power maintenance including power redundancy failover
The Integrated BMS should include but not limited to Installation, Configuration, Operation
and Maintenance of the following components:
• Software Addressable Fire Alarm System
• HVAC units and Cooling System parameters
• IPDUs
• CCTV system
• Access control system, etc.
• LASER Aspiration System for early smoke detection
• NOVEC 1230 based Fire Suppression System

Tender No. C-DOT/Del/Tender/2022-2023/002 page 57 of 217

Copyright © C-DOT
• PA system to display announcement: Ceiling mounted speakers will be spread
across the facility, which will be connected to the central console. The console shall
have facility to announce configurable pre-recorded messages in case of emergency.
• Rodent Repellent System
• Water Leak Detection System
• Alarms of various types of facilities like UPS battery issues; power outages etc. shall
also be integrated.
• Energy Management
• LT Panel Energy Monitoring
• Sensors (Temperature, Humidity, etc.)
• UPS System and battery parameters
• Diesel Generator Integration
• Fuel Consumption
• Load Current

3.2.1.10 SCOPE OF NOC INFRASTRUCTURE

To Supply, Install, Test and commission all the audio-visual devices for NOC Room operations,
which includes setting up a 2 (rows) x4 (columns) video wall getting feed from 10 work stations
and displaying video/ images in required layouts and to setup conferencing microphones system
integrated with camera for video conferencing. Following is the brief of the scope of work: -

• To create a video wall of 2 rows x 4 columns from LCD Video Wall panels, each of size
55” (diagonal) & maximum 0.45 mm Bazel. The Video Wall shall be able to display two
continuous videos/ Images on two set of 4 panels, side by side, in aspect ratio of 16:9,
Single display on dedicated panel from any of the PC Monitor and also desired
predefined layouts in different display/ sections of the video wall. Panels must be
installed using high quality Push-Pull Mounts for easy maintenance from front.
• Video Wall must be connected to Video Wall Processor for displaying video/ images on
the Video wall in various layouts. Layouts must be predefined as per requirement. All
the workstations must be connected to the processor for routing (transmitting) the
image/ video feed. Processor must have redundant power supply provisions.
• Setting up of 2 nos of 86” LED Display panels, each LED display for taking video/ image
feed from any one or maximum 4 workstations, in case video wall is not working. The
display of all 10 workstations shall also be available to these LED display panels even if
the video wall is working.
• All the HDMI Cables/ other cables for sending feed from workstations to Video Wall
panel/LED TV shall be standby redundant (in full path) to accommodate the cable
failures during live operations.
• Setting up video conferencing system using a minimum 20x Optical Zoom Camera
integrating it with Audio Conferencing system. Gooseneck microphones with Stereo
Jack must be installed on each work-station table. All microphones must be connected
Tender No. C-DOT/Del/Tender/2022-2023/002 page 58 of 217

Copyright © C-DOT
to a Conference Control Unit. Solution must be able to work for all the persons sitting in
the room, for any one individual or group of sitting persons. System should have look
at me feature and headphone connectivity for individual or group of participants. The
audio must also come out from the loudspeakers integrated to the solution via Digital
Sound Processor for feed. Video Conferencing will be initiated by a dedicated PC.
• Entire solution must be of enterprise grade. Video Wall must be able to work 24/7.
• The NOC room shall be fitted with adequate lighting which should be suitable for
normal operations of the NOC as well as for training and presentation purposes. The
lights should be having aesthetic looks, shall be dimmable and should not hinder in any
task involved in the NOC.
• It shall also be ensured that the NOC room acoustics are taken care of for imparting
trainings as well as for normal operations that may include video conferencing as well.
• Bidder may refer the tentative connectivity and layout of video wall as per ANNEXURE
-A.4. Video wall shall be configured for Basic Layout -1 and Basic Layout -2.

3.2.1.11 SCOPE OF MANAGED OPERATION & MAINTENANCE (O &M) SERVICES

A. ON-SITE 24X7X365 SUPPORT ON SHIFT BASIS


Manpower at On-Site: Competent Data Centre Infrastructure O&M team (min. 2 members per
shift and 3 shifts per day along with one coordinator level/nodal person during regular shift ),
should be available at On-site to manage the entire infrastructure and operation to provide
warranty / operational support on 24x7x365 basis. The Manpower should be always available
on site and should be reachable on telephone.
C-DOT has the right to ask for a change of maintenance personnel without citing any reason.
The bidder shall arrange a replacement within 3 working days having the same or higher
competency level.
The Agency shall also be capable of providing the onsite operations support for the day-to-day
operations such as: -
a. User Management and Card Activation in consultation with the Data Centre In-charge
appointed by C-DOT.
b. System Administration for the equipment supplied and installed by Agency
c. Problem Resolution / Troubleshooting
d. Coordination with offsite technical support and the Help Desk.
e. Any other related services not included in this document.

B. REPORTS

Tender No. C-DOT/Del/Tender/2022-2023/002 page 59 of 217

Copyright © C-DOT
Agency shall provide the MIS reports for all the devices installed by the Agency in a format
and media as mutually agreed with the C-DOT on a monthly basis. The MIS reports would be
included but not limited to the following reports. Whenever required by C-DOT,
a. Agency should be able to provide additional reports in a pre-specified format.
b. Visitor details for C-DOT Data Centre including name, time of entry and exit, entry
authorized by, purpose of visit, etc. as applicable.
c. Material movement for all material entering / exiting from the Data Centre and details
about inventory
d. Uptime Report for Input AC Power supply (AC input from Transformer or DG set as
applicable)
e. Uptime Report for UPS system including load variations on an intraday basis.
f. Uptime Report for Air-conditioning system
g. Time of Day report for Temperature and Humidity variations
h. Uptime and availability of CCTV Surveillance system
i. Uptime and availability of Access Control
j. Uptime Report for Fire Management System
k. Incident reports leading to disruption, downtime, security violations or any such reports
that C-DOT would like the Agency to provide.
l. Helpdesk report including details of each call, time of call, defect reported, time of call
resolution, action taken, etc.,
m. SLA compliance reports
n. Business Compliance report stating that Agency is not violating the terms of contract,
statutory/ regulatory requirements to ensure & commit continued services as applicable.
o. Any other reports which are not included but required for the O&M of the Data Centre.
These reports should be made available online to C-DOT on a demand basis. Agency should
also provide for remote viewing of all the reports by C-DOT. During the execution phase, the
agency will also be required to provide necessary documentation of leading practices as per
international standards to be followed so as to maintain the agreed service levels.

3.2.1.12 SCOPE OF DOCUMENTATION

The successful bidder shall provide detailed design, documentation, make, and model
efficiency including user, system, and operation manuals along with the necessary diagrams,
design drawings and detailed bifurcation of Bill of Quantity (BOQ) along with detailed
description.
a. The shop drawing (to be submitted before execution or as on when required) may include
but not limited to the following
• Site layout
• Equipment placement layout
Tender No. C-DOT/Del/Tender/2022-2023/002 page 60 of 217

Copyright © C-DOT
• All drawing for Electrical scheme including single line diagram
• All GA drawing of equipment
• Piping schematic
• Grounding and Earth pits
• Lighting
• Furniture placement
• Complete HVAC system
• Networking cabling
• Cable trays and raceways
• Shafts
• Panel GA drawing
• Fire detection and suppression system
• Aspirating smoke detection, water leak detection, rodent repellent, CCTV, access
control system
• DCIM schematic
• Ceiling plan
• Sectional views
• 3D drawing as required
• Others
b. Drawings as per plan and as built shall be handed over in hard copy as well as in soft copy
c. Manual of operation and maintenance will be handed over in hard copy as well as in soft
copy
d. The Bidder should prepare & submit along with the bid documents, the piping Isometric
drawing, datasheets of the hardware used in the system.
e. The Bidder shall also submit a copy of CCE approval letter for the cylinder proposed to be
used. These documents shall be attached to the bid.
f. Documentation of the Installed Network with the Diagram and labeling details of the I/O's
and Patch Panels and Penta Scanning Results of UTP Nodes will be submitted in soft as
well as hard copy.
g. The bidder shall submit hard as well as soft copies of the following related to electrical
systems, in various stages of the project: i.e. complete unpriced BOQ according to the
bidder’s solution- To be submitted along with technical bid.
• Single line diagram – To be submitted along with the bid. The single line diagram
has to be in detail showing unique notations for each and every component such as
breakers, indicators, CTs, bus bars, cable rating etc.
• Cable schedule as per the format. – To be submitted along with bid
• Lux level calculation – To be submitted along with the bid.
• Cable and panel datasheets – To be submitted along with bid
• Shop drawings for cable pathways, wiring, and RCP – Before execution
• Coordinated drawing – Before start of execution
h. Any other diagram/documents wherever applicable for the Data Centre shall be
submitted in hard copy and soft copy.

Tender No. C-DOT/Del/Tender/2022-2023/002 page 61 of 217

Copyright © C-DOT
3.2.1.13 SCOPE OF OTHER WORKS

Since this is a Turnkey project, the bidders shall include any other components/equipment
required for completion of this project and submit their bid accordingly. Bidders will have to
do the work which is not written or partially written in this document but required for the Data
Centre to design, operate or for aesthetic look. C-DOT Committee may also propose any work
related for the Data Centre and bidders will have to accept the same.

Tender No. C-DOT/Del/Tender/2022-2023/002 page 62 of 217

Copyright © C-DOT
3.2.2 TECHNICAL SPECIFICATIONS OF EQUIPMENT

3.2.2.1 COMMON SPECIFICATIONS FOR QUOTED ITEMS

The bidder shall ensure for the compliance of below criteria for the items/equipment to be quoted
for the data centre:

1. The Bidder/OEM of quoted equipment shall have local service centre in Delhi NCR.
2. The OEM of quoted equipment (modular UPS System, PAC system, DG Set, Transformer)
should have atleast 5 installations in India for the offered rating. Proof in form of purchase
order either in the name of Bidder or OEM to be furnished.
3. The OEMs of quoted modular UPS system, PAC system, DG Set and Transformer should
have been in production, supply and maintenance of atleast 8 years on the submission date
of the tender. Proof of facility in the form of MOA/Company or firm registration or self-
declaration signed by head of Production unit.
4. The quoted DG set should have minimum Support Life: 15 Years from Date of Installation.

3.2.2.2 ELECTRICAL WORK/ SYSTEMS

The electrical systems installed should conform to below specifications

Sr. No Technical Specification


Except where specified otherwise, herein, all material equipment and construction
1. should conform to Indian Electricity Act and Rules and Indian Standards specified in
Specification.

Equipment and accessories confirming to British standards or international Electro-


technical commission (IEC) Publications, which ensure equivalent quality, should also
2. be acceptable. The equipment conforming to other international Standards, which
ensure equivalent quality, are also acceptable but in such cases, prior approval from
project manager should be taken.

IS:732 Code of Practice for Electrical wiring installation (System Voltage not exceeding
3. 650V)

4. IS:1646 Code of Practice for fire safety of buildings - (General Electrical Installation).

5. IS:3043 Earthing.

6. Indian Electricity Act, 1956 and Rules and Fire Insurance Regulations.

7. IS:2274 Electrical wiring installations (System voltage exceeding 650 volt)

Tender No. C-DOT/Del/Tender/2022-2023/002 page 63 of 217

Copyright © C-DOT
8. IS:7752 Guide for improvement of power factor consumer’s installations

9. IS:5216 Guide for safety procedures & practices in electrical work

10. IS:3072 Installation & maintenance of Switchgear

11. IS:2551 Guide for danger notice plates

12. IS:8923 warning symbols for dangerous voltages

13. IS:13947 Specification for low-voltage switchgear & Control gear

14. IS:1777 Industrial luminaries with metal reflectors

15. IS:1913 General & safety requirement of luminaries

16. IS:116 Circuit Breakers for AC system

17. IS:3427 Metal enclosed switchgear & Control gear

18. IS:3837 Accessories for rigid steel conduits.

IS:4047 Heavy duty Air brake switches & composite switch fuse units for voltage
19. exceeding 100 volts.

20. IS:4237 General requirements for switchgears not exceeding 1000 Volts

21. IS:159: Bus bars & busbars connections

IS: 415 marking & arrangement for switchgear board’s main connections & auxiliary
22. wiring.

23. IS :415 Tungsten filament lamp

24. IS: 722 Three phase watt hour meter with MDI

25. IS :1248 Directing acting electrical indicating instruments

26. IS :2147 Degree of protection provided for enclosure for switchgear

27. IS: 2075 Current Transformer

28. IS: 2834 LT Capacitors

29. IS: 3106 Code of practice for installation & maintenance of switchgear.

30. IS: 2607 Air brake isolators for voltage not exceeding 1000 Volts

Tender No. C-DOT/Del/Tender/2022-2023/002 page 64 of 217

Copyright © C-DOT
31. IS: 1753 aluminium Conductors for insulated conductor

32. IS: 3961 Recommended current ratings for cables

33. IS: 3480 Flexible steel conduits for electrical wiring

34. IS: 1646 Code of fire safety of building (General Electrical installation)

35. IS: 6381 Specifications for construction & testing of electrical apparatus.

36. IS :1818 Isolator & Earthing switches

37. IS: 3106 Code of practice for selection

38. IS: HRC Cartridge fuse unit up to 650 Volts

39. ARE 375 – Marking and arrangements of bus bars

40. Miniature circuit Breakers – IS 8828 -1996

41. Fuse switch units – IS 4064

42. Current Transformer – IS 2705

43. Voltage Transformer - IS 3156

44. Relays – IS 3231

45. Control Switches and push buttons – IS 711

46. Auxiliary contractors – IS 6875

3.2.2.3 LV PANELS

Rating: 63 A to 4000 Amps

Unless specified otherwise Main Distribution board / L.V. Panel shall conform in design,
material, construction and performance to the latest editions of the international
recommendations (IEC standards) and its corresponding British / European standards (BS EN
standards) and in particular to the following publication Low Voltage Switchboard IEC 61439-
1/BS EN 60139 Degree of protection IEC 60529. Overvoltage Category to II Degree of protection
against mechanical impact shall be IK09/10 in Accordance IEC 62262 Internal arc containment
test in accordance with IEC61641.

Sr. No. Description

Tender No. C-DOT/Del/Tender/2022-2023/002 page 65 of 217

Copyright © C-DOT
Technical Specifications
The main distribution boards shall be of standard, natural air cooled, well tested and
proven design which ensures maximum safety to personnel, maximum service
1. reliability and economic operations for a lifetime of at least 20years. Design and
construction shall be simple, well laid out and shall provide good accessibility to
components and parts
Unless specified otherwise, the form of construction for the main distribution board
2.
shall comply with Form-4b requirements of IEC 61439-1 and 2.
The electrical system for all main distribution boards shall be 415 / 380V, 50 Hz 3phase
3. and neutral, 4-wire solidly earthed. The main distribution boards shall be suitable for
operating voltage up to 690 V and Insulation voltage of 1000V.
Panels should be tested for mechanical impact as per IEC62262 for IK09 with double
4.
door design
5. Panels should be internal arc tested as per IEC-61641 for 65 KA at 0.3 secs
The enclosure shall be powder coated to an approved colour. The painting process shall
include removal of moisture on the sheet steel surface using and applying
6. thermosetting polyester powder using automatic guns. Polymerization of the powder
shall take place when the components are cured at about 180ºC, forming a continuous
integrated coating. A fairly uniform coating of at least 70-80 microns shall be provided.
Main distribution board enclosure shall be fabricated of minimum 1.5mm thick electro-
galvanized sheet steel folded construction. The enclosure shall be of simple and robust
7. construction designed for a variety of dimensions obtainable by means of standardized
basic elements. Main distribution board shall consist of several enclosures of equal
height and depth mounted side by side to form a composite board of uniform assembly.
Unless specified otherwise, Main distribution boards shall be designed for front access
for the purpose of operation and access to all components and shall suit front or rear
8.
access for cable connections and top or bottom for cable entries. Wherever required,
enclosure shall be suitable for bus duct entry at the top. The access and entries shall be

Tender No. C-DOT/Del/Tender/2022-2023/002 page 66 of 217

Copyright © C-DOT
provided as per site requirements.
9. Panels shall be CPRI type tested
The bus bar system shall be designed as per the pre-defined guidelines provided by the
original manufacturer. The bus bar system shall be type tested by the manufacturer at
a reputed laboratory for short circuit withstands capacity. The neutral and earth bus
bars shall also be type tested for the short circuit withstand capacity. The fault level
10.
rating of the bus bar system shall be as per the drawings however the minimum short
circuit withstand capacity shall be 50KA RMS for 1second. Neutral bus bar shall be able
to withstand a thermal stress of at least 50%, corresponding to the main phase busbar
rated short circuit withstand capacity.

3.2.2.4 MODULAR UPS FOR IT LOAD WITH BATTERY SOLUTION

Rating/Sizing: 250 KVA (Scalable up to 600 KVA):

UPS System design concept is based on redundancy and availability, with true double conversion
- online system. The Module size should not exceed 60 KVA each.

Sr. No. Description

Technical Specification
1. Efficiency online mode to be >= 96 % along with PF Correction to Unity at Input
2. UPS should handle 100% unbalanced load

Tender No. C-DOT/Del/Tender/2022-2023/002 page 67 of 217

Copyright © C-DOT
3. Electrical Characteristics Input:
● Input: 380/ 400/ 415 VAC - Three Phase four wires + ground
● Input Voltage Range: +/- 15% (On Full Load)
● Rated Input frequency: 50 or 60 Hz, user configurable
● Frequency tolerance: 45 to 55 Hz
● THDi (Total current harmonic distortion) < 3% at 100% rated load
● Input Power Factor must be atleast 0.90 at load >25%
4. Electrical Characteristics Output:
● Crest factor: 3:01
● Rated Output voltage: 380 V; 400 V; 415 V
● Output voltage variation, steady state: ± 1% (balanced load); ± 2% (unbalanced load)
● Output Frequency variation: ± 0.1 Hz
● Output voltage harmonic distortion: <5% at 100% non-linear load, <2% at 100%
linear load
5. Overload capability: 10 mins: 110%, 1 min: 125%, 10 seconds:150%
6. The UPS shall be provided with minimum IP20 ingress protection
7. Noise level should be less than 75 db on normal condition at 1 meter distance.
8. Battery System to be equipped with cell, module, bank level battery management
system and to be monitored by Data Centre Infrastructure Management system with
following certifications: Safety Cell UL1642, Module UL 1973, Seismic GR63 EMC
IEC61000-6-2, 61000-6-4

9. Each UPS battery shall be sized for 15 minutes backup at 250 kVA load at a power factor
of 0.9

10. Rectifier to be IGBT based and Inverter to be IGBT based (3 level or better) (Switching
losses Shall be Less than 30% on IGBTs)
Details of Specification
Sr.No. Description
1. The UPS should have built in facility through which it can be switched off immediately

Tender No. C-DOT/Del/Tender/2022-2023/002 page 68 of 217

Copyright © C-DOT
through local switch or remote Emergency Power Off switch wherein the load is
disconnected from the UPS under emergency condition. Restarts are possible after
manual inspection and removing the conditions of emergency and resetting the
Emergency Power Off switch
It shall be possible to insert & remove (Plug In-Plug Out) sub power module from the
UPS frame while the UPS is in Online Double Conversion Mode of operation i.e., Sub

2. Power modules shall be swappable without putting the UPS in bypass/battery


operation. Same shall be compliant to OSHA, IEC and certified by UL (Underwriters
Laboratory)
Failure of any sub power module in an individual UPS Frame shall not lead to entire
Frame Capacity Down but only the failed sub power module capacity shall go down.
i.e. In case of Failure of any one Sub Power module, the rest of the available power

3. module in the frame shall continue to operate in normal double conversion mode of
operation with reduced capacity.
Static bypass switch should be for the Full capacity UPS and bypass voltage range
should be 380 V; 400 V; 415 V.
The Modules should have Redundant variable speed fans and be capable of
4.
maintaining the system in event of single fan failure.
The UPS shall be provided with Phase Sequence Correction at Input i.e. In case of Phase

5. reversal at Input, UPS shall continue to operate in Double Conversion Mode of


operation without going to battery mode.

6. Back feed protection required (Inbuilt or External) at Mains as well as Bypass

7. The offered UPS shall be provided with IEC certification and UL Certification.
UPS should have a wide choice of communication interface through SNMP / Modbus
8.
protocol using the RS232 / RS485 / Ethernet port.
The UPS Frame shall be of modular architecture with 3 phase sub power modules
9.
rating of higher than 50 KVA

10. The UPS shall be designed minimum 3 Level Inverter design or better technology

Tender No. C-DOT/Del/Tender/2022-2023/002 page 69 of 217

Copyright © C-DOT
which shall lead to minimum stress on IGBT (Switching losses Shall be Less than 30%)
and High reliability
It shall be possible to insert & remove (Plug In-Plug Out) sub power module from the
UPS frame while the UPS is in Online Double Conversion Mode of operation i.e., Sub

11. Power modules shall be swappable without putting the UPS in bypass/battery
operation. Same shall be compliant to OSHA, IEC and certified by UL (Underwriters
Laboratory).
Failure of any sub power module in an individual UPS Frame shall not lead to entire
Frame Capacity Down but only the failed sub power module capacity shall go down.
i.e. In case of Failure of any one Sub Power module, the rest of the available power
12.
module in the frame shall continue to operate in normal double conversion mode of
operation with reduced capacity. This shall also be applicable to all UPS’s operating in
parallel configuration.
It shall be possible to interchange the sub power modules among each other in the

13. frame or from any of the other similar frames without the need of shutdown or
programming required by the OEM / Service Team.
Life cycle monitoring of critical components such as AC/DC Capacitors, Battery bank,
14.
cooling fans.
The UPS shall be provided with Phase Sequence Correction at Input i.e. In case of Phase

15. reversal at Input, UPS shall continue to operate in Double Conversion Mode of
operation without going to battery mode.

16. The offered UPS shall be provided with IEC certification and UL Certification.
Modes of Operation:

Normal: The UPS system shall continuously supply power to the critical load as per
IEC 62040-3 Class 1 Online Mode of Operation.
17.
● Battery: Upon failure of the utility AC power source, the critical load shall be
supplied by the inverter, which, without any interruption, shall obtain its power
from the battery.
● Recharge: Upon restoration of the utility AC power source (prior to complete
battery discharge), the PFC rectifier shall power the inverter and simultaneously
Tender No. C-DOT/Del/Tender/2022-2023/002 page 70 of 217

Copyright © C-DOT
recharge the battery.
● Static bypass: The static bypass switch shall be used to transfer the load to the
bypass without interruption to the critical power load. This shall be
accomplished by turning the inverter off. Automatic re-transfer or forward
transfer of the load shall be accomplished by turning the inverter on.
● Maintenance bypass: In maintenance bypass the load is supplied with
unconditioned power from the manual maintenance bypass input switch
provided in a separate enclosure with each UPS.
● Static Bypass operation with Power Factor Improvement & Harmonic
Mitigation: UPS shall be capable to mitigate Harmonics (THDI) to < 5% and
Power Factor Improvement to 0.90 at full load while UPS is operating in Static
Bypass in Economy mode. The UPS vendor may supply an active harmonic filter
in UPS bypass path if this is not a standard feature available in the UPS. The
overall Efficiency of UPS & active filter shall be ≥ 98% from 50% Loading to 100%
Loading condition in bypass operation in Economy mode
The UPS shall have a short circuit rating of 65 kA for Input & Bypass Terminals and
18.
limited to ≤ 2 kA for Power Modules
Each UPS battery shall be sized for 15 minutes backup for a Data Centre of load 250

19. KVA which will be expandable to 600 KVA. AC/DC capacitor service life shall be
minimum 10 years
The UPS shall be provided with an oscilloscope for measuring and recording
input/output voltage & current waveforms in the event of any abnormal or alarming

20. situation arises. In-case it is not available within the UPS, then two numbers of 3 Phase
Power Meters (one at Input & one at Output) shall be provided along with the UPS
system which can capture the Waveforms Triggered during the failure event.
UPS shall have built-in features to test UPS at 100% Load without the need of any
external Load Bank. In case this feature is not available within the UPS; Vendor shall
21.
provide an External Load Bank equal to UPS Capacity which will be kept at the site till
the end of Warranty period.

3.2.2.5 UNINTERRUPTED POWER SUPPLY (UPS) SYSTEM WITH BATTERY BACK-UP (FOR
NON-CRITICAL LOAD)

Rating / Sizing: 2 x 20 KVA – 1 set

Tender No. C-DOT/Del/Tender/2022-2023/002 page 71 of 217

Copyright © C-DOT
There shall be 1 set of UPS systems (2X20 KVA), each shall be connected in one path of power to
the Data Centre non critical load. The UPS shall be with double conversion IGBT based
technology.

Sr. No. Description

Technical Specification

1. The UPS systems shall be sized to provide a maximum of 20kVA and a maximum of 18
kW output at 0.9 output power factor.
2. Load voltage and bypass line voltage will be 380/400/415 Vac, three phase and neutral.
Input voltage will be 380/400/415 Vac, three phase.
3. The battery system shall have a capacity of 48 kW for at least 30 minutes at 25ºC
4. The UPS to have minimum footprint and without isolation transformer
5. The battery will be installed on open racks
6. The UPS should be VFI classified (according to IEC 62040-3) producing an output
waveform that is independent of both the input supply frequency and voltage.
7. UPS Module AC Input: • Input voltage range for rectifier operation: 340-460 Vac
(nominal400 V AC) • Frequency Range: 47 – 53Hz • Power walk-in: 15 seconds • Input
Power Factor: should be @ 0.9 at rated load.

Tender No. C-DOT/Del/Tender/2022-2023/002 page 72 of 217

Copyright © C-DOT
8. Modular UPS Module AC Output:
● Load Rating: 100% continuous load rating at 40ºC for combination of linear and non-
linear loads as per IEC 62040-3 standard)
● Voltage Regulation: 1% steady state for balanced load, 5% for 100% unbalanced load
as per IEC 62040-3, 5.3.1.
● Nominal Output Power Factor: 0.9 for KW rating of UPS. However, UPS module
should be able to operate for load power factor from 0.9 lag to 0.9 lead with suitable
de-rating factor.
● Frequency Regulation: ± 1Hz synchronized with bypass source, ± 0.01Hz free running
or on battery operation.
● Frequency Slew Rate: 0.1 up to1.0Hz per second (selectable)
● Phase Imbalance: 120º ±1º el. for balanced or 100% unbalanced loads.
● Voltage Transients: ± 5% for 100% output load step (as per IEC 62040-3).
● Transient Recovery Time: ±1% of steady state output voltage within 20ms.
● Voltage Distortion (at 100% rated load with crest factor 3:1)

Overload Capability at Rated Output Voltage:


● 110% of rated load for 60 minutes.
● 125% of rated load for 10 minutes.
● 150% of full load for a minimum of 1 minute.

3.2.2.6 PRECISION AIR CONDITIONING SYSTEM (DIRECT EXPANSION IN-ROW)

Sr. No. Description

Technical Specification

1. Refrigerant: R410a
2. Dx based Cooling Unit with Scroll /Digital Scroll /Inverter brushless scroll
compressor/Tandem Compressor
3. The air-conditioning unit will have EC fans.
4. Cooling coil should be of copper and aluminium fins
5. Unit return air temperature: 28 Deg C /40%RH (Scalable to 37 Deg C)
6. Air Flow Direction: Horizontal-in front of the racks
7. Air Quantity: 80 to 100 CFM/KW.
8. Cold Aisle Temperature: 22 +/- 2 deg C
Tender No. C-DOT/Del/Tender/2022-2023/002 page 73 of 217

Copyright © C-DOT
9. Ambient air design temperature: 45.9 deg
10. Humidifier Type: Electronic Controlled Infrared/Immersed Electrode with Electronic
Expansion Valve/Thermal Expansion valve. However Electronic Expansion Valve is
preferable.
11. There should be provision for integration of the units with Fire Alarm system for tripping
of the units during fire emergencies
12. The cooling units should be UL certified considering the safe operations and units being
installed next to the Server Racks inside the Data Centre
13. The unit will be equipped with electric heaters, to allow temperature control during
dehumidification cycles
Details of Specification
Sr. No. Description
● Unit should include Network management for integration with BMS as well as
DCIM.
1. The filters should be minimum 30% efficient per ASHRAE Standard 52.1, UL Class 2
(MERV 8 per ASHRAE 52.2). Filters should be EN779 G4 efficient
Positions of Indoor units shall be done wisely to reduce the distance of return air path
from hot aisle to hot-air in-take of cooling units. Cooling units shall be positioned as
2. closer to the heat load, so that any kind of recirculation of air can be avoided i.e. next to
the IT racks.

Controller with microprocessor: The control system will include a microprocessor that
will be programmed to manage all the functions of the air-conditioner. The controls shall
3. be of microprocessor based programmable PID logic controllers. Status Report of the
latest 400 events/messages of the unit.

Alarms: The microprocessor controller should be capable to activate critical alarms-


I. Dirty filter sensor: this sensor is needed to optimize filter operation, so they
4. can be replaced only when necessary
II. Flood sensor: this sensor is needed if there is condensate water spillage
outside unit
Manufacturer Authorization letter (As per format) to be submitted along with technical
5.
bid.

3.2.2.7 COLD AISLE CONTAINMENT SYSTEM


Tender No. C-DOT/Del/Tender/2022-2023/002 page 74 of 217

Copyright © C-DOT
Sr. No Description
Technical Specification
A General
The Containment uses a series of panels, door frames and doors, and air blocks to enclose
1. a cold aisle zone which contains cooling unit supply air
Cold Aisle Containment: The cold aisle zone is the space between two rows of IT
equipment racks with cold air being supplied between the two rows of racks and the IT
equipment exhausts hot air away from the aisle. In this enclosed space cooling unit supply
air is collected inside of the Containment. It shall support aisle width 4 feet (1200 mm).
The cool air is supplied to the IT equipment while the IT equipment exhaust air is pushed
outside the Containment and returned to the cooling unit.
By preventing mixing of cool supply air and hot exhaust air, this self-contained
configuration is capable of supporting a complete range of low, medium and high
power/heat density loads, and can be deployed in multiple environments without
2. affecting the surrounding area.

All system components shall be ROHS Compliant as suitable for this Data Centre
3. environment by documentation supporting
B Ceiling Panel
Ceiling panels shall be with (6 mm) thick GE Lexan sheet with aluminium framing clear
1.
panels having removable option with the help of wing nuts.
Ceiling panels shall be designed to be supported by the frames of the IT Equipment racks.
Ceiling Panel frames sizes shall be suitable to match up with various rack widths, row
2. width, and aisle widths.
C Door Frames and Door
Metal door frames and doors shall be provided to establish air containment at the end of
two rows of racks. The door frame system shall match the height of the rack-based
equipment and match the design width of the contained aisle. One door shall also be
1. provided in the middle of each Part of the Data Centre, at the place where the center of
the network rack is placed in each row. This is to be placed to prevent from installing
cooling units, in cases where server racks of the Data Centre are utilized less than half of
its capacity.
Doors shall be Sliding, to permit access into the contained aisle for maintenance or
2.
servicing.
Doors shall be provided with a window, handles and latches and have provision of
3.
access control system.
Tender No. C-DOT/Del/Tender/2022-2023/002 page 75 of 217

Copyright © C-DOT
The door shall be provided with a glass window, handles, latches, lock and keys. CRCA
Powder Coated Steel Dummy Box of 600 mm wide, 1200 mm and height matching to 42U
4. IT Rack enclosure. The dummy box shall be used to cover the gap between two racks in a
row near to the column (pillar). Dummy racks/box shall also be installed for the empty
space left for storage/PAC racks to ensure 100% of air sealing.

3.2.2.8 DCIM AND BMS SYSTEM

Sr. No Technical Specification

Integration and alarms management with DCIM


1.

Ability to gather and integrate data from Data Centre equipment’s and accessories via
2.
SNMP, IP, Modbus and BACnet protocols.

3. Monitoring Solution shall be open to integration with present and future systems with
minimal change in the existing system setup.

4. Monitoring Solution shall have a self-check mechanism to monitor its own performance
continuously and alert on degradation.

5. System alarms shall be generated from the system conditions and shall not be restricted
to the following parameters: Communication fault, power fault, ground fault, low voltage,
loop communication etc.

6. Monitoring Solution shall have configurable polling interval for monitored parameter.
Monitoring Solution shall have inbuilt mechanism to send notification through Web
Portal, SMS and email.

7. Monitoring Solution shall have inbuilt mechanism to store monitored performance data
of each parameter for 1 year or higher. Monitoring Solution shall have inbuilt mechanism
to enable data backup of the parameters and configurations.

Tender No. C-DOT/Del/Tender/2022-2023/002 page 76 of 217

Copyright © C-DOT
8. Monitoring Solution shall collect and integrate the energy consumption data of all the
components. Software solution proposed should support user to deploy HA or DC/DR
(high availability or redundancy) architecture, with 100% guaranteed uptime.

9. Monitoring Solution shall continuously monitor the following UPS parameters:

• UPS Availability

• UPS Load

• Battery Health

• Battery Capacity

• Input frequency

• Input Voltage

• Output current

• Output Frequency and Voltage

10. Monitoring Solution shall provide alarms generated by the access control systems on the
centralized management console and also provide reports of access granted or denied.
Monitoring Solution shall provide live monitoring of the cameras.

11. Monitoring Solution shall integrate with cameras and access control system on standard
interfaces/protocol.

12. Monitoring Solution shall integrate with the fire alarm system and provide the alarms
generated by the system on the centralized Dashboard

13. Provision should be there to generate trends and alarms of each point defined and
integrated based on time and date range selection for a minimum period of 1 year.

14. The Graphics of the alarm generation should be such that colour is different for different
event/ alarm/ trouble types based on priority levels.

Tender No. C-DOT/Del/Tender/2022-2023/002 page 77 of 217

Copyright © C-DOT
15. The solution shall provide a PUE/DCiE dashboard.

16. Monitoring Layer: Proposed DCIM solution shall be designed with a top-level
100/1000bT Ethernet network, using the BACnet/IP / Lon Works/IP, SNMP, and/or
Modbus TCP protocol.

17. Third Party system Integration: DCIM platform shall be capable of pushing monitored
device information to any Third-Party NMS system using SNMP
INFORM/REQUEST/Restful API procedures and to third party BMS system using
Modbus TCP out channel and support Web services programming interface.

18. Email Server Integration: DCIM Monitoring Layer server/VM system shall allow
integration of C-DOT email server via SMTP channel.

19. Alarm Status Tracking: DCIM Monitoring layer shall have Alarm filters in the Monitoring
dashboard. The solution provides alert compression and advanced alerting algorithms
including deviation from normal and time over threshold to help reduce false positive
alarms.

20. Trend Analysis: Shall offer Graphical trending analysis for historical data pertaining to
day, week, month, year and user defined durations.

21. Rule Creations for Threshold Alert: DCIM solution shall allow for custom logics for
creating Rules of Escalation and Email alerts for various devices based on alarm severity
and priority.

22. Auto Timed Reporting DCIM Monitoring Layer: Shall allow for Auto Timed/Scheduled
Report Emailing to selected audience on required key performance indicators. These
Reports shall be mailed to relevant users as CSV format, PDF formats, word, ppt, excel.

23. Reports:

• Monitoring Solution shall have inbuilt mechanism to generate standard and

Tender No. C-DOT/Del/Tender/2022-2023/002 page 78 of 217

Copyright © C-DOT
customized reports.

• Provide features to generate a history report for an alarm point state.

• The reports have to be provided in at least the following file formats: CSV, Excel,
PDF.

• The solution shall have the capability to support tools for report customization.

Details of Specifications:
The proposed 100% web based DCIM should have following modules:
1. Inventory Manager
2. Thermal Systems Manager
3. Site Manager
4. Power System Manager
5. Energy Insight
6. Proposed DCIM should have a single platform deployed on a Single Server.
7. The solution should have a symbol, which shall include physical dimensions, rated
capacities, consumption of space, power and cooling and any other associated
manufacturer’s data
8. Proposed DCIM solution should support complex business process mapping based on
requirement. Example: - commission, de-commission, add and modify
9. Thermal heat map - should visualize thermal data in the form of heat maps in a 3D
rendering of the floor view. And should allow to view actual rack heat load and to help
balancing and optimizing the system and generate reports
10. DCIM should have capability to customize the dashboard as per C-DOT requirement.
11. The solution shall support all levels of role-based access control and fine grain
authorization for each functional department
12. Proposed DCIM should be able to integrate with a third party BMS solution based on
Modbus/IP, Bacnet/IP, SNMP Protocol, etc. with support of Velocity/IP Protocol.
13. Space, power and cooling capacity management: End to End DC facility view to analyze
data such as rack capacity, maximum rack space available, weight, and available space in
racks/dc floor to improve capacity.
14. DC design capability: Upload floor plan images and utilize drag-and-drop functionality
to place equipment within the floor plan including detailed rack elevations with rack load,
space utilization, relationship rules and inventory monitoring built in.
15. At minimum DCIM should provide these reports (hourly, daily, weekly, monthly, and

Tender No. C-DOT/Del/Tender/2022-2023/002 page 79 of 217

Copyright © C-DOT
quarterly, yearly): However, there should be an option to customize the reports as per the
end user requirement anytime. Availability/Reachability Report, Total UPS load, Used
UPS load, total cooling capacity, used cooling capacity, Total/Used/Available U space
(floor level & at rack level), Ambient and Inlet temperature, Energy Efficiency PUE/DCiE
trend, rack level power consumption report, Alarm reports, quick access to information
such as current capacity, asset lists and exact device location.
16. The solution provides alert compression and advanced alerting algorithms including
deviation from normal and time over threshold to help reduce false positive alarms.
17. The solution will provide provisions to recommend the best location for a server in the
rack layout, utilizing available space, cooling, and power capacity to optimize capacity
utilization.
18. Proposed DCIM shall provide mobile device capability preferably iOS/Android solution
through web browsers or apps.
19. The proposed solution should have well established integration support with a physical
asset management solution to detect physical assets at rack level & precise u level location
20. All this should be complied with the Integrated Data Centre Management solution details
explained in the “details of Work:” section.

3.2.2.9 BUILDING MANAGEMENT SYSTEM

Centralized Software

The BMS management platform shall present a single point of entry for users to operate, monitor
and optimize building automation, fire safety and security systems or a combination thereof.

Essential functions of system

The system comprises the supply, engineering, testing and commissioning of an integrated
building management system. The essential functions of the system are as follows:

1. Centralized operation of the plant (remote control)


2. Dynamic and Animated Graphic details of Plant and building
3. Early recognition of faults
4. Vector Graphics rather than conventional graphics
5. Faults statistics for identification
6. Preventive maintenance and plant servicing
7. Prevention of unauthorized or unwanted access
8. Own error diagnosis integrated systems General System

Tender No. C-DOT/Del/Tender/2022-2023/002 page 80 of 217

Copyright © C-DOT
Architecture

The system shall be logically structured into three distinctive levels, which are Management
Level, Automation Level, and Field Level. Each level shall be autonomous from the other. Peer
to peer communication shall be possible on all system levels and the system design shall be
modular in structure to allow straightforward extensions.

System Overview Key Features included should be –

1. Industry-leading, pane-based management station with 64-bit, Windows® 7 on Intel i7


processor providing critical data in a single view to critical events -to-advanced needs-
user needs ate response
2. Supports leading open standards: BACnet, OPC, Modbus, ONVIF * and SNMP
3. UL Listed to 864 9th Edition Standard for Control Units and Accessories;
4. Protection / Suppression system

3.2.2.10 FIRE DETECTION & ALARM SYSTEM

Technical Requirements

1. The control panel shall be a microprocessor based two loop addressable unit, LCD
display, designed and manufactured to the requirements of EN54 Part 2/ UL standard
for the control and indicating component and EN54 Part 4/ UL standard for the
internal power supply.
2. The fire alarm system shall be integrated with the access control system to deactivate
all door locks in case of emergency.
3. Instructions/signals from the panel should also shut down the PACs in case of fire.
4. The fire alarm system should also be integrated with the BMS through SNMP
CARD/Modbus/BACnet interface or equivalent standard interface to get all the alerts
and alarm on the BMS
5. Each Loop with 250 device capacity capable of handling the following detectors and
devices.
6. Analogue Addressable Photo Type Smoke Detector with Detector base Server Farm

Tender No. C-DOT/Del/Tender/2022-2023/002 page 81 of 217

Copyright © C-DOT
Area
7. Analogue Addressable Multi Criteria type Smoke Detector with Detector base for
Utility area
8. Intelligent Analogue Addressable Smoke Detector., UL Listed 268, software
Programming only.
9. Addressable single action pulls down type Manual call point.
10. Addressable Monitor Modules
11. Addressable Control Modules
12. 75-80 DB Sounder
13. Integration with PAC and BMS System
14. All cables should be FRLS type. All conduits should be metal type

3.2.2.11 GAS BASED AUTO FIRE SUPPRESSION SYSTEM (NOVEC 1230)

Technical Specifications

The Clean Agent Fire Suppression system cylinder, CCOE approved seamless cylinders,
discharge hose, fire detectors and panels and all other accessories required to provide a complete
operational system meeting applicable requirements of NFPA 2001 (2012 edition) Clean Agent
Fire Extinguishing Systems, NFPA 70 National Electric Code, NFPA 72 National Fire Alarm Code
or ISO standards shall be considered to ensure proper performance as a system with
UL/FM/VDS approvals and installed in compliance with all applicable requirements of the local
codes and standards.

The minimum criterion for the selection of the Clean Agent will be on the following parameters

• Zero Ozone Depleting Potential.

• Global Warming Potential not exceeding one.

• Atmospheric Lifetime not less than 5 days.

• comply with NFPA 2001 standard (2012 edition)

1. The system shall be properly filled and supplied by an approved OEM (Original
Equipment Manufacturer)
2. Be efficient, effective and does not require excessive space and high pressure for storage.
3. The system shall be designed taking the minimum design concentration as per NFPA

Tender No. C-DOT/Del/Tender/2022-2023/002 page 82 of 217

Copyright © C-DOT
2001(Latest Edition) guidelines & as applicable to class 'A' & C risks. The NOVEC 1230
agent shall be stored in seamless steel cylinders and dry nitrogen shall be added to provide
additional energy to give the required rapid discharge. At the normal Operating pressure
of 42bar/25 bar at 21Deg C, the agent is a liquid in the container. Note: bidder should
design the system keeping in mind the cylinder space available at site and distance from
cylinder bay to the farthest rack placed at site and pressure at the nozzle as per NFPA
guidelines
4. NFPA2001 states that the design concentration of a clean agent post discharge shall be
maintained for a sufficient period of time to ensure there is no re-ignition of fire once
suppressed. NFPA 2001 and 12A require an enclosure integrity test as part of the
acceptance procedure for all clean agent systems. This includes halocarbon and inert
agents. This comprehensive test and calculation predict the leakage area corresponding to
the retention time of the agent in the enclosure on discharge. Most specification state it
shall be ten minutes
5. The cylinders shall have a digital pressure gauge which should be Capable of integration
with the BMS tool for remote monitoring.
6. Portable ABC /Co2 /Foam type Extinguisher for NOC, BMS Room and other common
areas.

3.2.2.12 HIGH SENSITIVITY SMOKE DETECTION SYSTEM/VESDA

Technical Specifications:

1. The panels shall be mounted inside the risk protected and there shall be a network of air
sampling pipe work.
2. The High Sensitivity Smoke detection consists of highly sensitive Laser-based Smoke
Detectors with aspirators connected to networks of sampling pipes. The alarms shall be
generated once the laser sensor receives smoke at a pre-determined obscuration level to
activate and alert, Fire 1, Fire 2 and alert signal.

Tender No. C-DOT/Del/Tender/2022-2023/002 page 83 of 217

Copyright © C-DOT
3. The signal shall be extended to the Fire Alarm monitor Modules / BMS through Volt free
contacts for further investigation.
4. It shall be possible to connect an interface card for open Protocol output to BMS system
for online Monitoring with Software level integration.
5. An optional remote Display unit shall be provided to monitor each detector, and a
Programmer shall be supplied to configure the system
6. The system shall include all equipment’s, appliances and labor necessary to install the
system, complete with highly sensitive LASER-based Smoke Detectors with aspirators
connected to network of sampling pipes.
7. The Bidder shall also make provision in the Aspirating Smoke Detectors to trip PAC
system and to shut fire dampers in the event of fire through the relay contacts.
Codes and standards:

1. The entire installation shall be installed to comply one or more of the following codes and
standards: NFPA Standards, British Standards, BS 5839 part :1
Approvals:

1. All the equipment shall be tested, approved, and/or listed by: o LPCB (Loss Prevention
Certification Board), UK FM Approved for hazardous locations Class 1, Div 2 UL
(Underwriters Laboratories Inc.), US ULC (Underwriters Laboratories Canada)
2. The System shall consist of a highly sensitive LASER-based smoke detector, aspirator, and
filter.
3. It shall have a display featuring LEDs and Reset/Isolate button. The system shall be
configured by a programmer that is either integral to the system, portable or PC based.
4. The system shall allow programming of: Multiple Smoke Threshold Alarm Levels Time
Delays. Faults including airflow, detector, power, filter block and network as well as an
indication of the urgency of the fault. Configurable relay outputs for remote indication of
alarm and fault Conditions. It shall consist of an air sampling pipe network to transport
air to the detection system, supported by calculations from a computer-based design
modeling tool. Optional equipment may include intelligent remote displays and/or a
high-level interface with the building fire alarm system, or a dedicated System
Tender No. C-DOT/Del/Tender/2022-2023/002 page 84 of 217

Copyright © C-DOT
Management graphics package
Performance Requirements:

1. Shall provide very early smoke detection and provide multiple output levels
corresponding to Alert, Action, and Fire 1 & 2. These levels shall be programmable and
shall be able to set sensitivities ranging from 0.025 – 20% obscuration / meter Shall report
any fault on the unit by using configurable fault output relays or via the graphics Software.
2. Shall monitor for filter contamination. Shall incorporate a flow sensor in each pipe and
provide staged airflow faults.
Materials and Equipment:

1. Both Light Scattering and Particle Counting shall be utilized in the device as follows: The
Laser detection Chamber shall be of the mass Light Scattering type and capable of
detecting a wide range of smoke particle types of varying size.
2. A particle counting method shall be employed for the purposes of preventing large
particles from affecting the true smoke reading.
3. Monitoring contamination of the filter (dust & dirt etc.) to notify automatically when
maintenance is required.
4. The Laser Detection Chamber shall incorporate a separate secondary clean air feed from
the filter; providing clean air barriers across critical detector optics to eliminate internal
detector contamination.
5. The detector shall not use adaptive algorithms to adjust the sensitivity from the set during
commissioning.
6. A learning tool shall be provided to ensure the best selection of appropriate alarm
thresholds during the commissioning process.

Detector Assembly:

1. The Detector, Filter, Aspirator and Relay Outputs shall be housed in a mounting box and
shall be arranged in such a way that air is drawn continuously from the fire risk area by
the Aspirator and a sample passed through the Dual Stage Filter and then to the detector.
2. The detector shall be LASER-based and shall have an obscuration sensitivity range of 0.025
Tender No. C-DOT/Del/Tender/2022-2023/002 page 85 of 217

Copyright © C-DOT
– 20% obs/m.
3. The detector shall have four programmable smoke alarm thresholds across its sensitivity
range with adjustable time delays for each threshold between 0 - 60 seconds. The detector
shall also incorporate the facility to transmit a fault through a relay.
4. The detector shall have a single pipe inlet that shall contain an ultrasonic flow sensor. High
flow fault (urgent and non-urgent) and low flow fault (urgent and non-urgent) can be
reported.
5. The filter shall be a two-stage disposable filter cartridge. The first stage shall be capable of
filtering particles in excess of 20 microns from the air sample. The second stage shall be
ultra-fine, removing more than 99% of contaminant particles of 0.3 microns or larger, to
provide a clean air barrier around the detector’s optics to prevent contamination and
increase service life.
6. The aspirator shall be a purpose-designed rotary vane air pump. It shall be capable of
allowing/ supporting for a single pipe run / multiple sampling pipe runs with a transport
time of less than 90 seconds.
7. Detectors shall be capable of supporting a single pipe run of 25m with a maximum
transport time of 120 seconds or as appropriate standards dictate.
8. The Assembly shall contain relays for fire 1, Action and fault conditions.
9. The relays shall be software programmable (latching or non-latching). The relays shall be
rated at 2 A at 30V DC.
10. Remote relays shall be offered as an option and either configured to replicate those on the
detector or programmed differently.
11. The Assembly shall have built-in event and smoke logging. It shall store smoke levels,
alarm conditions, operator actions and faults. The date and time of each event shall be
recorded. Each detector (Zone) shall be capable of storing up to 18000 events.

Displays on the Detector Assembly:

1. The detector will be provided with LED indicators.

Tender No. C-DOT/Del/Tender/2022-2023/002 page 86 of 217

Copyright © C-DOT
2. Each Detector shall provide the following features at a minimum: Alert, Alarm, Fire 1 and
Fire 2 corresponding to the alarm thresholds of the detector.
3. Smoke Dial display represents the level of smoke present. Fault Indicator. Disabled
indicator.
4. Buttons supporting the following features shall be accessible to authorized personnel:
Reset – Unlatches all latched alarm and faults. Disable – Disables the fire relay outputs
from actuating and indicates a fault.

Sampling Pipe:

1. The sampling pipe shall be smooth bore with an outside diameter of 25mm and internal
diameter of 21mm should be used.
2. The pipe material should be suitable for the environment in which it is installed, or should
be the material as required by the specifying body.
3. All joints in the sampling pipe shall be air tight and made by using solvent cement, except
at entry to the detector The pipe shall be identified as Aspirating Smoke Detector Pipe
along its entire length at regular intervals not exceeding the manufacturer’s
recommendation or that of local codes and standards.
4. All pipes should be supported at not less than 1.5m centres, or that of the local codes or
standards. The far end of each trunk or branch pipe shall be fitted an end cap and drilled
with a hole appropriately sized to achieve the performance as specified and as calculated
by the system design

Sampling Holes:

1. Sampling Holes of 2mm, or otherwise appropriately sized holes, shall not be separated by
more than the maximum distance allowable for conventional detectors as specified in the
local codes & standards. Intervals may vary according to calculations.
2. Each sampling point shall be identified in accordance with Codes or Standards.
Consideration shall be given to the manufacturer’s recommendations and standards in
Tender No. C-DOT/Del/Tender/2022-2023/002 page 87 of 217

Copyright © C-DOT
relation to the number of Sampling Points and the distance of the Sampling Points from
the ceiling and roof structure and forced ventilation systems.

3.2.2.13 ACCESS CONTROL SYSTEM

Technical Specifications:

Sr. No. Description


The Integrated Access Control System’s (ACS) primary function shall be to regulate
1. access through specific doors, gates or barriers to secured areas of the facility.

An Intelligent System Controller (ISC) shall link the ACS software to all other field
hardware. It shall provide full distributed processing for access control and alarm
2. monitoring operations. Controller should be 8 doors, 20,000 cards capacity, and 5000
events. Interface on RS232, RS485 and TCP/IP.

A Dual Reader Interface Module (DRIM) shall be available for each controlled door and
3. provide the ability to connect up to two card readers or entry devices

Smart card readers at every Critical door for Entry and Exist. Biometric fingerprint
Card reader for Critical door of Server room Door / Other Specified doors only for
4.
Entry Point and exist Smart card readers.

Enterprise Version Server Software for Access control &Time and Attendance with

5. capability to service Minimum 1 concurrent clients, Inclusive of One Server & One
Client License

Shall be capable to communicate with centralized command software (BMS) and


6.
integrable with DCIM

Tender No. C-DOT/Del/Tender/2022-2023/002 page 88 of 217

Copyright © C-DOT
Software shall Programmable functions, controller downloads and uploads, multi-
level local and global anti-pass-back, integration with fire systems, grouping of escape
7.
routes, door security clearance, import and export utilities, etc.

Alarm recognition and treatment


8.

9. Scheduled times for door clearance

10. BMS should be able to send emails and SMS to selected users.

11. Multiple card formats and facility codes


Flexible commands for card users such as temporary access level (shift changes) and
provisional cards, card lock, penalties, card and event tracking, Double custody of
12.
access cards, etc.

13. SITC for Panic Bar with alarm for emergency exit doors.

3.2.2.14 IP BASED CCTV SYSTEM

Technical Specifications

Sr. Description
2-megapixel (1920 x 1080) resolution Indoor Camera with 1/2.9" 2.19M CMOS or better,
Lens- 3.2 ~ 10mm varifocal lens or better, Min 30fps@all resolutions (H.264), H.264,
1. MJPEG codec supported, Multiple streaming and User Access 6 users at unicast, Auto
Day & Night, WDR -120dB or better, Tampering, Motion detection, Micro SD/SDHC
memory slot Min support 32GB, PoE, Hallway view, IR Range 20m
32CH, Max. 12MP Camera supported, 256Mbps network camera recording,
Transmission Bandwidth 500Mbps, Support 4K video out on HDMI monitor,

2. Simultaneous Playback Min 16CH Support Dual monitor video out, Support H.265,
H.264, MJPEG compression, 8 internal HDDs support e-SATA / iSCSI external storage,
backup from camera SD card & Failover support- N+N / N+1, Operating Temperature

Tender No. C-DOT/Del/Tender/2022-2023/002 page 89 of 217

Copyright © C-DOT
+0°C ~ +40°C, Humidity 20% ~ 85% RH or better.
There should be provision of integration of CCTV system with DCIM tool in order to
3.
monitor the Camera, NVR, HDD status remotely

4. Storage capacity to store more than 120 days backup

5. Rated voltage: 220-240 VAC 50/60Hz.

3.2.2.15 RODENT REPELLENT

Technical Specifications:
Sr. No. Description
1. Configuration: Master console with necessary transducer and Cabling
2. Operating Frequency: Above 20 KHz (Variable)
3. Mini Exhaust Fan
4. RS485 MODBUS RTU for BMS Integration
5. Programmable Sweep Time & delay
6. Sound Output: 50 dB to 110 dB (Not audible to humans)
7. Power Supply: 230 V AC 50 Hz
8. Mounting: Wall Mounting
9. The cabling for Rodent Repellent should be properly routed in the false ceiling as well
as for false flooring.

3.2.2.16 WATER LEAK DETECTION SYSTEM

Technical Specifications:

Sr. No. Description

1. Control Panel with 4 x 20 LCD


2. 4 / 8 zones
3. Sensing technology shall be only AC
4. Isolate facility for each zone
5. Common fire interface relay
6. Fault relay
7. Hooter output
8. Zone alarm & fault LED Indication
9. MODBUS RTU for BMS integration
Tender No. C-DOT/Del/Tender/2022-2023/002 page 90 of 217

Copyright © C-DOT
10. The complete system shall include an electronic System control panel, multiple control
modules, distance type sensing cable and all required auxiliary accessories (such as
hold down clip & Tag/Label for the sensing cable).
11. This system shall detect and locate multiple leaks simultaneously as well as cable break
& power failure and activate the control panel alarm relays. The sensing cables shall be
of such construction that no metallic parts shall be exposed to the environment. The
system shall be provided with the flexibility of custom “cut-to-length” sensing cable to
meet the exact length requirement at each area of protection and with pre-connectors
sensing cable components

3.2.2.17 RACKS

Technical Specifications:

Sr. No. Hardware Specification

1. Dimension of Big Server racks (BR): 19” 42U of dimension 800 mm(W) x 1200 mm(D)

2. Dimension of Small Server racks (SR): 19” 42U of dimension 600 mm(W) x 1200
mm(D)

3. Each rack should be supplied with complete required accessories and vertical and
horizontal cable managers to manage the cables in aesthetic look.

4. Each rack shall have two intelligent PDU’s in redundancy.

5. Rack should have 100% assured compatibility with all equipment’s conforming to
DIN 41494 (General Industrial Standard for equipment) or Equivalent EIA /ISO / EN
Standard.

6. The OEM must adhere to Quality Management system through ISO9001:2015 and
Manufacturing facility has to be certified for the same

7. The OEM must adhere to Environmental and Occupational Health Management


system through ISO14001:2004 & OHSAS45001:2018 and Manufacturing facility has to
be certified for the same

Tender No. C-DOT/Del/Tender/2022-2023/002 page 91 of 217

Copyright © C-DOT
8. The OEM should adhere to Information Security Management system through
ISO27000:2013 and Manufacturing facility has to be certified for the same

9. Products should be UL Certified.

10. Manufacturer should certify that the products are RoHS Compliant.

11. The rack should comply with a minimum of IP 20 rating for protection against touch,
ingress of foreign bodies and ingress of water.

12. Rack should support a static load of 1250kgs on the plinth.

13. Rack should have Front convex metal perforated door, back dual perforated doors
and detachable side panels.

14. Rack should be with swing handle locking with Common Key

15. The Big Rack should be below 2200 mm in Height

16. The Small Rack should be below 2200 mm in Height

17. Rack should have Adjustable mounting depth.

18. Rack should have 4No’s adjustable, 19” verticals with punched 10mm square hole
and Universal 12.7mm-15.875mm-15.875mm alternating hole pattern offers greater
mounting flexibility, with numbered U position.

19. OEM to provide rack ground point, Provision to further ground to Telecom Ground
bus bar System.

20. Powder coated finish with seven Tanks pre-treatment process meeting IS

21. Grounding and bonding as per UL Standards.

Tender No. C-DOT/Del/Tender/2022-2023/002 page 92 of 217

Copyright © C-DOT
22. The manufacturer should supply 2 Nos Closed Type Cable Vertical Cable Organizer
and 2 Nos Loops Type Cable Vertical Cable Organizer for management.

23. 2 Nos 300mm Cable basket for management of Vertical Cables.

24. Rack should have provision for cable entry Exit from Both top & Bottom.

25. Rack should have 1 Packet of mounting hardware, Pack of 20.

26. Each rack should have a unique key-lock for front and rear doors.

3.2.2.18 RACK IPDU

Sr. No Technical Specification


1. PDU should have UL based bus bar architecture for minimizing the down time

PDU chassis should be of aluminum without perforated holes to sustain high


2. temperature.

Energy measurement per phase, i.e. output requirement of an entire IT Rack shall be
3. made available as part of the Rack PDU

4. Display of Energy consumption

5. iPDU should be of 3 phase 32A load as per site requirement

6. iPDU should have MTBF minimum of 1 million hours

7. Intelligent PDU should have suitable IEC-60309 Industrial input plug

8. Intelligent PDU should have minimum 24 Outlets: IEC C13 X 18 and IEC C19 X 6

9. iPDU should be equipped with secure Lock outlets

10. iPDU should provide power information from Line and CB

PDU should have LCD Display for the rack display of the power information from
11. Line and CB

Tender No. C-DOT/Del/Tender/2022-2023/002 page 93 of 217

Copyright © C-DOT
PDU should support configuration of user defined thresholds at CB and Inlet / Input
12. levels and alerts at multi levels with two on higher and two on lower side.

PDU should have 16A flush mount type hydro-mechanical (Class B) Circuit Breaker
13. rated over 20A to protect the connected equipment

PDU should have audible alarming beeper for Circuit Breaker Trip and Circuit
14. Breaker overload

PDU controller should have minimum configuration of ARM9 400MHZ (Atmel


15. SAM9G20), 16MB NOR Flash, 64MB SDRAM

PDU should provide for power control of each individual sockets i.e. On / off /
16. recycle / graceful shutdown of the connected device

iPDU should support multiple sensors like Temperature & Humidity, Water Leakage
Detection, Proximity, Differential Air Pressure, Smoke detection, contact closure,
17. Airflow, Web Camera and Asset Management System i.e. PDU should support
connecting up to 32 Sensors using appropriate Hardware / Hubs

PDU should have USB Ports, supporting auto mass & independent configuration, Wi-
18. Fi, Webcam.

Full color chassis - PDU should be available in different colored enclosures to choose
19. from to ensure deployment classification

20. Embedded software Specifications

Intelligent PDU should measure and monitor RMS current per line, RMS voltage,
21. Apparent and Active power (kVA, kW), Power Factor (PF) and Energy consumption
(kWh) in real time at the inlet and circuit breaker

Measuring and monitoring of Data and readings by the PDUs should be of billing
22. grade accuracy i.e. +/- 1%

PDU should support integration with LDAP/LDAPs and AD for secure


23. authentication apart from local user and user groups

PDU should support setting Password Policies like password aging, password
24. history, alphanumeric and special character combination with minimum and
maximum characters. Also, should allow user block on multiple failed attempts.

25. Customized and configurable user profiles to access, view and deny

Tender No. C-DOT/Del/Tender/2022-2023/002 page 94 of 217

Copyright © C-DOT
PDU should support variety of access protocols including HTTP, HTTPS, NTP,
26. SMTP, SSH, Telnet, SSL, SNMP v1, v2 and v3, SNMP INFORMS and JSON-RPC

PDU should support sending / recording alerts to users via SNMP, SMTP, GSM SMS,
27. Syslog, etc.

28. PDU should support both IPv4 and IPv6 network protocols

PDU should support access control list based on IP and role in both IPv4 and IPv6
29. networks

PDU should support integration with Power Management Software for providing
30. periodical data of power consumption

PDU should support rule-based actions in case of events to notify the user via soft
31. alerts like Email, SNMP, SMS, etc or hard alerts like buzzer, hooter, controlling power
to a specific device

PDU should support multiple configuration options from USB flash drives to
32. sophisticated network-based tools: TFTP, PXE over DHCP, JSON-RPC, and others.

3.2.2.19 ACCESS SWITCHES

Sr. No. Specifications

A. Hardware Architecture

1. Redundant Power Supply and Fan. Power supply 230 Volt 50Hz input.

2. High density 10GbE ports (low latency and low per port power consumption.

3. Top of the Rack, 1 RU with all necessary power cords, adapters, data cables, connectors,
CDs, manuals, brackets accessories, wire managers, Optical Modules etc. should be
provided.

4. Fast convergence high availability L2 protocols including Multi-Chassis or Multi-


Switch Link Aggregation providing full active-active paths to enable the network
design, free from spanning tree protocols.

Tender No. C-DOT/Del/Tender/2022-2023/002 page 95 of 217

Copyright © C-DOT
5. Front-to-back cooling and variable speed fans to allow efficient use of the cool air from
the cold aisle to Hot aisle containment in Data Centre.

B. Chassis Performance

1. Interfaces Required: 24x10GBase-T, RJ45 (1G/10Gbps Dual speed) ports at wire speed
(L2 & L3 Both) and 2x40G QSFP+ based dedicated uplink ports populated with
modules to support OM4, 40Gig MTP/MPO cabling standards

2. Four 40G QSFP+ to 4 Duplex LC Breakout Cable to be supplied per switch.

3. Minimum Switching bandwidth at 600 Gbps, Forwarding rate 400 Mpps or higher.

4. Jumbo Frames: 9 k bytes

5. Max VLAN support:4000

C. L3 features

1. Static Routing

2. OSPF, OSPF V3

3. VRRP

4. IPv4 / IPv6 Dual stack support

5. Layer 3 interfaces: Routed ports on interfaces, switch virtual interfaces (SVIs), Port
Channels

D. Network Protocol and Standards Compatibility (IEEE)

1. IEEE 802.1D Spanning -Tree Protocol

Tender No. C-DOT/Del/Tender/2022-2023/002 page 96 of 217

Copyright © C-DOT
2. IEEE 802.1Q VLAN.

3. IEEE 802.1p Priority Queues

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

5. IEEE 802.1w Rapid Spanning Tree Protocol (RSTP)

6. IETE802.1x Ethernet Authentication Protocol

7. IETE802.3ae 10GBASE-X

8. IETE802.3ad Link Aggregation Control Protocol (LACP)

9. IEEE 802.1Qbb Priority Flow Control (PFC)

10. IEEE 802.1Qaz, Transmission Selection (ETS)

11. IEEE 802.3ab 1000BASE-T

E. Security:

1. Standard and extended ACLs support for Layer 3 to 4 ACLs including IPv4, IPv6,
ICMP, TCP, and UDP with logging and statistics

2. Dynamic Host Configuration Protocol (DHCP) snooping.

3. AAA and RADIUS authentication supporting RBAC

4. MAC address-based port level filtering support.

5. Multiple Privilege Levels for managing & monitoring.

6. Storm control (multicast, and broadcast)

F. Monitoring, Management & up gradation:

1. Console port for administration & management

2. SNMP v2, v3, XML support, Remote monitoring (RMON)

Tender No. C-DOT/Del/Tender/2022-2023/002 page 97 of 217

Copyright © C-DOT
3. Management using CLI, GUI using Web interface

4. OEM Management application for Data Centre switches shall be supplied for
configuration, management, troubleshooting, compliance and periodic report
generation.

5. Secure FTP/TFTP for upgrading the operating System

6. Syslog

7. Network Time Protocol support (NTP)

8. Link Layer Discovery Protocol (LLDP)

9. SSHv2

10. Debug & Diagnostics: Display of input and output error status on all interfaces

11. Debug & Diagnostics: Display of Dynamic ARP table

12. Debug & Diagnostics: Display of Routing table

13. Debug & Diagnostics: Trace-route, PING, extended PING

G. Quality of Service (QoS)

1. 8 egress queues per port

2. Weighted random early detection (WRED) scheduling

3. Strict priority queuing

4. Traffic identification based on Layer 3 ToS field – DSCP value

5. QoS classification of incoming packets for QoS flows based on Layer 2, Layer 3, and
Layer 4 fields.

H. IP Multicast:

1. IGMP V2 RFC 2236& V3 RFC 3376

2. PIM-SM RFC 2362/4601

Tender No. C-DOT/Del/Tender/2022-2023/002 page 98 of 217

Copyright © C-DOT
I. Certification

1. UL/CSA/IEC/EN 60950-1

2. Common Criteria Minimum EAL2 certification (ISO/IEC 15408) for the model or
family

Tender No. C-DOT/Del/Tender/2022-2023/002 page 99 of 217

Copyright © C-DOT
3.2.2.20 VIDEO WALL INTEGRATED WITH AUDIO-VIDEO CONFERENCING SOLUTION

Sr. Parameters Features

LCD Video Wall Panels


1 Screen Size 55" inch or above. (Monitor Dimension: 1,210.51 × 681.22 ×
(Diagonal) 86.5 mm or above)
2 Aspect Ratio 16:09
3 Native Resolution 1,920 X 1,080 (FHD) or High, display should support UHD
resolution in Videowall application
4 Brightness 500 nits or Higher to get clear visibility in highlight condition
of room if required.
5 Dynamic CR 500,000:1 or better to ensure the contrast as per requirement
of contents
6 Viewing Angle (H x 178 X 178 angle to cover Max viewing angle from any location
V) of Room
7 Life time (Typ.) 60,000 Hrs (Typ.) or High to ensure full performance of LED
for long period
8 Operation Hours 24Hrs grade panel for ensure heavy duty cycle if required
9 Orientation Portrait & Landscape suitable format to ensure zero gravity
effect in case of customised installation for long period
10 Inputs ports HDMI -2, DP-1, DVI-D-1, USB-1, Audio-1, RJ45(LAN-1) or
high to cover all types of inputs as per site requirements &
future requirements
11 Output ports Display Port (DP) for daisy chain to run FHD contents
without Controller RJ45(LAN-1) for daisy chain to take
control of videowall from remote location
12 Bezel Width 0.45 mm or less to get smooth picture/Video experience
13 Key Feature required Internal Memory (8 GB or higher), Temperature Sensor,
Current Sensor, BLU Sensor, Local Key Operation, OS from
OEM, Embedded CMS (Local Contents Scheduling, Group
Manager), USB Plug & Play, Fail Over, Background Image
(No Signal Image), Sync Mode (RS-232C Sync, Local Network
Sync), Video Tag (2), Play via URL, Rotation (Screen Rotation,
External Input Rotation), Gapless Playback, Tile Mode
Setting (Max. 15 × 15), Setting Data Cloning, SNMP, ISM
Method, Auto Set ID, Status Mailing, Control Manager),
Smart Energy Saving, PM Mode, Wake on LAN, HDMI-
CEC3), SI Server Setting, webRTC, Pro:Idiom, W/B Setting
by Grey Scale, Scan Inversion

14 Operation Humidity 10 % to 80 %
Tender No. C-DOT/Del/Tender/2022-2023/002 page 100 of 217

Copyright © C-DOT
15 Power Supply 100-240V~, 50/60Hz
16 Power / BTU 300 Watts or less. BTU: 682 BTU / Hr (Typ.), 853 BTU / Hr
(Max.)
17 CERTIFICATION's UL for safety, FCC for Electro Magnetic Communication,
Energy star rated for confirmation of power consumption &
BIS
18 Installation SITC installation with OEM approved Push Pull Bracket for
easy maintenance & Connectors, cables
Video wall processor having minimum 10 inputs and 10 HDMI output. Video wall
Controller Chassis, Modular Hardware based Video Wall Processor (or "Processor")
Video wall processor Supply, Installation, Testing & Commissioning of modular
Hardware chassis-based Video wall processer. Video wall
processor must be Configurable with scaling and must
support the real-time windowed display of multiple video
and graphic input sources on a single or tiled video display.
System must be modular chassis-based architecture having
provision to accommodates variety of inputs and outputs like
HDMI, DVI, HDBT, 3G-SDI, H.264/H.265 decoding card by
changing the cards to meet any future needs. System should
have minimum 10 HDMI inputs and of that minimum 2
inputs should support 4k resolution and balance 8 HDMI
input must support minimum 1080p resolution. System
should have minimum 10 HDMI output and of that
minimum 2 Output should support 4k resolution and balance
8 HDMI output must support minimum 1080p without
compromising the resolution on any panel, colour, pixels and
aspect ratio. Video wall processor must be capable to handle
up to 56 HDMI 1080p input physical ports & up to 56 HDMI
1080p output physical ports depending on the slot & cards
configuration. The video wall processor has minimum 4
video wall (VW) canvas and must support multiple canvas
without disturbing each other.
Each canvas should support symmetric and asymmetric both
kind of Video wall along with minimum features like Picture
in picture, Multi windowing, source overlaying & Outputs
rotation in 1-degree increments for having 360-degree
rotation. Systems must have other key features like HDCP
Compliant, Real-time status feedback through events, Live
dashboard to switch pre-sets and window sources, Custom
Resolution Editor with resolutions auto detected on inputs &
selectable on the outputs, Combination of different size and
resolution of displays can be used, option to handle custom
aspect ratio on inputs and output side both, Adjustable bezel
Tender No. C-DOT/Del/Tender/2022-2023/002 page 101 of 217

Copyright © C-DOT
compensation, Horizontal alignment on analog PC inputs,
Up-Down-Cross Conversion, Extended Display
Identification Data (EDID) manager, De-embedded audio out
& minimum 50 pre-sets should be saved permanently in the
system, Secure comms: for keeping information safe with
HTTPS SSL connectivity and experience RESTful multi-user
control with remote monitoring or equivalent. Unit must
have minimum Control: Dashboard on software, Mobile
application for Android and Apple both, Tablet application
for Android and apple both, LAN & RS-232.
Video wall Mounts
1 Material Should be made with Heavy-Duty Mild Steel, Powder Coated
and it must be able to take load of more than 22 Kg.
2 Mechanism Mount must have Push Pull mechanism using heavy-duty
spring and locking system. with 3 Axis Alignment
3 Alignment Mount should have at least 3-Axis alignment mechanism to
calibrate and adjust the fine alignment of LCD panels and
minimise the gap between bezels
4 VESA Support Must support multiple Video Electronics Standards
Association (VESA) measurements
HDMI Cables (Quantity as per requirement)
1 Video Resolution Should support Resolution for 3–15ft (.9–4.6m) lengths:
4K@60Hz (4:4:4)
Should support Resolution for 25–35ft (7.6–10.7m) lengths:
1080p−12bit
Should support Resolution for 50ft (15.2m) lengths: 1080p
2 Video Data Rate Should support Data Rate for 3–15ft (.9–4.6m) lengths: 18
Gbps
Should support Data Rate for 25–35ft (7.6–10.7m) lengths:
7.65 Gbps
Should support Data Rate for 50ft (15.2m) lengths: 4.95Gbps
3 Audio Supported Audio Formats: Dolby Digital Plus™, Dolby
TrueHD™, DTS−HD Master Audio™, DVD Audio, SA−CD
4 Physical HDMI Source & Display: On a male HDMI type A, 24K
gold−plated K−Lock connector
5 Conductors Material: Tinned Copper/Bare Copper
3–35ft (.9–10.7m) lengths: 28AWG (7/0.127)
50ft (15.2m) lengths: 26AWG (7/0.160)
6 Other Features Should have Triple shielding of PVC. Temperature rating up
to 80 degrees Celsius. Safety: Flammability Rating –
CL3/FT4. Environmental: RoHS 2011/65/ EU. The standby

Tender No. C-DOT/Del/Tender/2022-2023/002 page 102 of 217

Copyright © C-DOT
HDMI cable connectors shall be properly covered to avoid
environmental damage.

Audio-Video Conferencing Solution


1 20x Optical Zoom Supply of Full HD 1080p, minimum 20X Optical Zoom, min
Camera 100 Pre-sets, 60 Frames per Second, Ethernet Out, HDMI Out,
3G-SDI Out, Audio In, RS232/422 Controls, -170° ~ +170°
Panning angle, -30° ~ +90° Tilting angle, should support PoE
2 HDMI TO USB Feed Supply of HDMI to USB 3.0 video converter. Supports up to
Convertor 4K UHD (18Gbps, 4K@50/60Hz 4:4:4, 8-bit) video input and
output. simultaneously streaming the audio and video signal
at 1080p to a USB connected PC for capture or re-broadcast.
Automatically scales 4K sources to 1080p for USB capture.
Video timing stabilization feature helps to ensure that the
USB capture stream won’t lock up or drop, even if the HDMI
input source is intermittent or becomes disconnected. Digital
stereo audio from either HDMI (LPCM 2.0) or the 3.5mm
analog audio input will be captured with the HDMI video
source and is selectable within the configuration software.
Inputs 1x HDMI [1x Uncompressed AV and Data] 1x 3.5mm
[1x Stereo(L/R)]. Outputs 1x HDMI [1x Uncompressed AV
and Data]. 1x USB Type-B [1x Propriety Data]
3 Audio Conference Supply of Control unit should have the RS-232 interface for
Control Unit the programming purpose for Auto Tracking of Cameras. It
should have a built in DSP chip which can adjust the audio
output and sensitivity automatically. System should have the
facility to be able to connect the cameras for ‘look at me’
feature through required hardware. The control unit should
be able to control atleast 5 chairman units & 250 delegate
units by extension power supply. It should have 128x64pixels
digit LCD monitor display, the configurations can be set up
and displayed. The system should have auto testing facility
when powered on. It should support built-in voting feature.

Technical specification:-
Frequency response : 50HZ~16KHZ( ±1dBV )
T.H.D. : ≦0.1%
S/N Ratio : ≧85dBV
4 Chairman Supply of Complete Flush Mount Chairman Unit should
Microphone Unit support Cat5/Cat6 cabling for digital Series-Parallel daisy
chain connection and with push to talk and priority speak
button, pluggable gooseneck microphone easy to remove
when not in use and with light ring for easy identification of

Tender No. C-DOT/Del/Tender/2022-2023/002 page 103 of 217

Copyright © C-DOT
the speaker. Microphone length should be 17" to 22".
Microphone should get auto off when not in use and also get
auto activated when someone starts to speak. MIC auto-Off:
10-99 seconds. "Talk" button with light indicator to activate
and deactivate microphone. It should have roller type
headphone volume controller.

Technical Specification:-
Frequency response : 100HZ~16KHZ
Sensitivity : ≧-50dB
S/N ratio : ≧70dB
Auto Gain Control (AGC) -45 0dB
Connections RJ-45 Jack x 2
Earphone jack 3.5Ø Stereo
REC jack 3.5Ø Stereo
5 Delegate Microphone Supply of Complete Flush Mount Chairman Unit should
Unit support Cat5/Cat6 cabling for digital Series-Parallel daisy
chain connection and with push to talk, pluggable gooseneck
microphone easy to remove when not in use and with light
ring for easy identification of the speaker. Microphone length
should be 17" to 22". Microphone should get auto off when
not in use and also get auto activated when someone starts to
speak. "Talk" button with light indicator to activate and
deactivate microphone. It should have roller type headphone
volume controller.

Technical Specification:-
Frequency response :100HZ~16KHZ
Sensitivity : ≧-50dB
S/N ratio : ≧70dB
Auto Gain Control (AGC) -45 ~ 0dB
Connections RJ-45 Jack x 2
Earphone jack 3.5Ø Stereo
REC jack 3.5Ø Stereo
6 Cable Set for Supply of adequate length (2 meters or higher) Cat6/Cat5e
Microphones LAN-Patch, 8 x 0,14 mm2, RJ45 complete with standard
accessories. 20% spare cables shall also be supplied.
7 Cable Set to connect Supply of adequate length (20 meters or higher) Cat6/Cat5e
Microphones with LAN-Patch, 8 x 0,14 mm2, RJ45 complete with standard
Control Unit accessories. 20% spare cables shall also be supplied.

Tender No. C-DOT/Del/Tender/2022-2023/002 page 104 of 217

Copyright © C-DOT
8 BXB DSP DAM-0808 Supply of 4X4 Digital Audio Matrix Processor: ADI SHARC
21489@450 MHz SIMD. DSP capability:400 MIPS; 1.6
GFLOPS. Applied with the software for managing the
operation of all audio channels. Supports adaptive echo
cancellation (AEC): 60dB/S convergence rate; 80dB echo
cancellation level. Built-in automatic noise suppression
(ANS): making the SNR increase 18db. Supports adaptive
feedback control (AFC), automatic gain control (AGC): auto-
gain control -6dB~+18dB; auto - balance control -
12dB~+12dB. Support ducker, ANC, AM, and Gate Mixer.
Definable UI for managing and configurating the max. of 30
units. Centralized control: easily one clicks to control the
power of A/V equipment and switch the audio source. USB
audio for soft Audio conferencing.
10 Active Speakers Indoor System comprising of 2 set of Speakers in a single
loop, each set should contain 1 active and 1 passive, 2x30W
RMS
4K High Brightness LED Panels
1 Screen Size Diagonal: 86" (218 cm) or more; Panel
Technology: IPS; Native Resolution : 3,840 x 2,160 (UHD);
Brightness(Typ.) :500 Nits; Contrast Ratio :1,100:1; Dynamic
CR :1,000,000 : 1 *The luminosity ratio of Full Black / Full
White colour on video input condition. Colour Gamut :NTSC
72%; Colour Depth :1.07 Billion Colours (10 bit); Refresh Rate
120Hz; Response Time :8 ms (G to G); Surface Treatment
(Haze) :Haze 28%;Operation Hours (Hours / Day) :24/ 7;
Portrait / Landscape :Yes / Yes; Input :HDMI Yes (3)
HDMI1/HDMI2: HDCP 2.2/1.4, HDMI3: HDCP 1.4, DP (1,
HDCP 2.2/1.3), DVI-D (HDCP 1.4), Audio, USB 2.0 Type A-
2; Output :DP, Audio; External Control :RS232C (4 Pin Phone
Jack) In / Out, RJ45(LAN) In, IR In; (Max. 30º) *In conditions
within 30ºC temperature, 50% humidity; Speaker : Yes; Safety
: CB, NRTL; EMC: FCC Class "A" / CE / KC; ErP : Yes; OPS
Type Compatible : Yes; OPS Power Built In : No; IP Rating
:IP5x. Monitor Dimensions : 75.8 x 43.2 x 2.4 in/1926.2 x
1097.2 x 60.6 mm.
Internal Memory : 8GB; Built-in Wi-Fi : Yes; Temperature
Sensor, Auto Brightness sensor, Local Key Operation, Local
Contents Scheduling, Group Manager, USB Plug & Play, RS-
232C Sync, PIP, PBP upto 4 feed, Screen Share, Video Tag,
Play via URL, Screen Rotation, External Input Rotation,
Gapless Playback, Tile Mode Setting - Yes (Max. 15x15), Wake
on LAN, HDMI-CEC
Tender No. C-DOT/Del/Tender/2022-2023/002 page 105 of 217

Copyright © C-DOT
AV Rack
1 21U or more 600x800 mm Rack with FAN 230V AC 90 CFM,
qty-02 Front toughened glass, back steel door and foldable
side panels. PDU 19 HORIZONTAL 6, SOCKET 5/15 AMP
WITH SWITCH AND INDICATOR AND 2.5 MTR CABLE
AND 3 PIN PLUG, qty-01. HARDWARE, FRONT PNL, SQR,
PKT OF 10, qty -1. CASTOR, HY, DTY, THR QOT W/O
BRAKE AND WITH BRAKE -qty -1set
Computers with Touch Monitors for control workstation
1 CPU with Touch Specifications are mentioned as per section 3.2.2.21 with
Monitor Touch Monitor.

2 Webcam Specifications are mentioned as per section 3.2.2.21

Furniture & Wooden Work


1 Wall Panelling To be custom made in good quality Commercial
Ply/Plyboard with ISI mark and Laminate/PU Polish as per
the site requirements. It should provide a side covering to
video wall panels. It should have provision of opening for
maintaining the video wall. The design must be approved by
C-DOT.

3.2.2.21 WORKSTATION FOR NOC

The specification parameters required for the workstation/PC with display monitors, which will
be installed in the NOC room for workstation purpose are:

Technical Specifications

Sr. Parameter
Details
No.
1. CPU/Speed 10th Generation Intel® Core™ i7 processor or higher
generation i7 or i9 processor
2. RAM 16 GB DDR4-@2666 SDRAM (upgradable to 32 GB without
discarding existing memory)
3. Storage • 2 TB 7200 rpm SATA 3Gb/s hard drive or higher
(2x 1TB configuration also acceptable)
• 500 GB or higher capacity SSD Disk
• Optional Optical Drive – 22X DVD+/-R/RW (or better)
with DVD writer Software. Shall be able to write on dual
layer DVD media
Tender No. C-DOT/Del/Tender/2022-2023/002 page 106 of 217

Copyright © C-DOT
4. Video Intel UHD Graphics/AMD Radeon/ NVIDIA GeForce
Controller Multiple Displays, Multi-Tasking
Display port out for dual independent Displays
5. Graphics 21.5” LED Flat Panel Display with 1920X1080 resolutions
6. Keyboard and Mouse Wireless Multimedia/Internet Keyboard and Optical Scroll
Mouse from same OEM
Audio • Integrated high definition with audio ports
• On-Ear High-Definition Stereo Headset (Headphone with
Microphone) with noise cancellation
• External Stereo Speakers (May be integrated in the
7. Monitors supplied)
8. Network 1 x 10/100/1000 Mbps Ethernet Network Card, Auto sensing.
Interface
9. Bus Slots One x16 PCI Express slot
10. Ports Minimum 6 USB ports with inclusive of at least two USB 3.1
1 RJ45
1 VGA /HDMI
1 Display Port
Universal Audio port/ Line-in & Line-Out Ports to
accommodate the Stereo Speakers and Audio Headset
concurrently
(Integrated Stereo Speakers in the Monitor is also acceptable)
11. Power Supply 220-240 VAC, 50 Hz with Indian Power cables
12. Drivers/Accessories Required drivers and cables to be provided
13. O.S. and Antivirus (a) Dual boot operating system with Microsoft 64-bit Windows
11 Professional or higher and Ubuntu 22.04 or higher to be
supplied
(b) Kaspersky Endpoint Security latest version at the time of
delivery with three years’ subscription (The signature
update would happen through an update server)
14. Warranty 3 years’ Comprehensive onsite warranty support for Hardware
and OS from the date of Installation/Acceptance
15. Post-Sales Support Principal/Supplier should have a full-fledged service centre
at the city of installation
16. Installation Installation/Creation of Partition, OS Installation and
enabling Restore option onsite

Tender No. C-DOT/Del/Tender/2022-2023/002 page 107 of 217

Copyright © C-DOT
Cables, Drivers All the necessary cables, drivers, connectors and accessories if
17. connectors and any should be provided.
accessories
18. WIFI Enabled Yes
Monitor / Touch LED, Diagonal Size 21" or above, Resolution 1920 x 1080
19.
Monitor * pixels or higher
Webcam Full HD 1080p premium video quality, 1/2.7" 2.13MP CMOS,
20. USB 2.0 (USB 3.0 compatible), FOV 90 degree, 2 Omni-
directional MICs
* Only two workstations out of ten in the NOC room, shall have Touch Monitor.

3.2.2.22 TRACK BUSWAY SYSTEM

Technical Specifications:

a. System Voltage - 600V Earthing - 100% isolated earth Insulation Voltage -1000V
b. Frequency - 50Hz
c. Neutral Ampacity should be 200% of the active conductor
d. KA Rating for 160A / 250A / 630 A should be a minimum of 10KA for 1 sec
e. Busway shall operate with continuous load with no derating up to 40 degrees Celsius
f. Relative humidity should be 0 to 95% non- condensing
g. Busway sections should range from 0.6 Meters to 6 meters
h. The bus bar conductors shall be continuous copper fabricated from high strength
electrical grade Copper (C101 BS 1432/1433) 99.99% Purity to ETP 99.9
i. End feed should have power monitoring
j. Connection to the End feed unit should using cables
k. Tap-off Boxes should be capable of inserting safely when the busbar is live.
l. Plugin Units to be polarized to prevent incorrect installation
m. Plugin units shall not require any tools to mount it to the busway
n. Plug-in units shall be configured by the manufacturer to balance the load based on
quantity of plug-in unit types provided
o. The busway shall be installed with the open access channel facing downward, or to the
side for special applications. Special installation shall be agreed upon by the
manufacturer
p. End caps will be provided to install at the end of each run
q. The closure strip is an optional accessory that can be cut and fitted to cover the bottom
opening of the Track Busway housing to prevent dust and debris.
r. Closure Strip can be field modified for fit.
s. The bus bar should be available with options of color identification to help
differentiate/identification of power sources from different power sources.

Tender No. C-DOT/Del/Tender/2022-2023/002 page 108 of 217

Copyright © C-DOT
3.2.2.23 DRY TYPE TRANSFORMER WITH OLTC

Technical Specifications:
Sr. No. Description Specifications

1. KVA Rating 1600

2. Voltage HV side 11000 V

3. Voltage LV side 415 V

4. Amperes HV 84

5. Amperes LV 2225.9

6. Phases HV and LV 3

7. Frequency 50 Hz

8. Cooling Type AN

9. Vector symbol Dyn11

10. Impedance volts 6.92%

11. Number of tapping * 6

12. Applicable Standard IS 11171-1985

Tender No. C-DOT/Del/Tender/2022-2023/002 page 109 of 217

Copyright © C-DOT
Manufacturer Authorization letter (As per format) to be submitted
13. along with technical bid.

* HV Side LV Side

Tap Distribution Voltage Ampere Voltage Ampere

1. 11550 80 415 2225.9

2. 11275 81

3. 11000 84

4. 10725 86.1

5. 10450 88.4

6. 10175 90.8

3.2.2.24 DIESEL GENSET

Technical Specifications:
● New DCC rated DG sets to cater to the adequate load (considering sum of the IT Load
given by C-DOT and the non-IT Load designed by bidder) of the Data Centre shall be
supplied and installed as backup power source in N+1 redundancy mode. (N shall not
be greater than 2)
● This specification covers design, manufacturing, testing and delivery of the 1250KVA
Tender No. C-DOT/Del/Tender/2022-2023/002 page 110 of 217

Copyright © C-DOT
Data Centre Continuous Duty radiator cooled Diesel Generator sets.
● The equipment offered shall be complete with all parts necessary for their effective
and trouble-free operation. Such parts will be deemed to be within the scope of the
supply irrespective of whether they are specifically indicated in the commercial order
or not. Specifically, it is a turnkey contract with sets handed over to direct use.
● The Equipment offered shall conform to the relevant standards and be of high quality,
sturdy, robust and of good design and workmanship complete in all respects and
capable to Perform continuous and satisfactory operations in the actual service
conditions at site and shall have sufficiently long life in service as per statutory
requirements.
● Factory Acceptance Testing for 8 hours
● Transportation of DG set at data centre site should be part of scope.
● Packing of the Equipment suitable for (all) weather conditions for proper protection.
● First fill of lube oil.
● First fill of coolant
● Exhaust piping
● Fuel piping
● Mounting of Fuel Tank (buffer tank)
● Mounting of DG Control Panel
● Busduct between Alternator & DG Control Panel, DG Control Panel and PCC
● Charging of Battery and connecting it with Engine.
● 8 hr. testing at site on available load.
● Final check-up, testing and commissioning in presence of Employer’s representative.
● Handing over set to Employer.

Applicable Standards: -

● The standard Design consists of direct injection, turbo-charged, four stroke, water
cooled diesel engine confirming to BS 5514 and IS 10000 suitable for DCC Rating
Generating set.
● Equipment offered shall comply with all currently applicable statutory requirements,
regulations and safety codes applicable for design, quality of material and
construction, manufacture, inspection and performance.
Diesel Engine:

● 1250kVA 12 Cylinder, Radiator cooled, turbocharged with after cooler, suitable for
Generating Set application, 1500 RPM, under NTP conditions of BS: 5514, with an
overload capacity of 10% for one hour, in any 12 continuous hours operation.
● The Engine shall be complete with the following accessories:
● Radiator with blower fan- engine driven
● Corrosion inhibitor coolant
● Paper element filters - fuel, lube oil
● Direct fuel injection system with fuel lift pump
● Flywheel housing and flywheel to suit single bearing alternator
Tender No. C-DOT/Del/Tender/2022-2023/002 page 111 of 217

Copyright © C-DOT
● Dry type air cleaners and vacuum indicator
● Turbocharger
● Residential silencers
● Stainless steel exhaust flexible bellows
● Electric starters
● Battery charging alternator
● Electronic Control Panel (displaying the following)
● Battery Voltage
● Coolant Water Temp.
● Lubricating Oil Pressure
● Engine Speed
● Engine Hours
● Safety Control : high water temperature (hwt)
● (Trip & Indication) : low lube oil pressure (Ilop)
● Over-speed stop
● Electronic Governor – ISO 8528-5 Class G2 with Isochronous Capability
● Oil Change period should be 500 Hours
● Mechanical Fuel Injectors would be preferred for reliability and ease of maintenance
● Engine suitable for 50◦C ambient
● Engine displacement not less than 46 litres
● Average Load Factor- 100%
● Engine manufacturer should certify
● Emission data for the engine offered- exhaust emission parameters of individual
emission component as per Indian Standard
● Deration declaration for the engine along with engine mounted radiator for an
ambient temperature of 50◦C
● Average Load Factor for Engines in DCC Rated DG sets as per ISO:8528

3.2.2.25 ALTERNATOR

Alternator, rated at 1250kVA, 0.8 PF, 415 Volts, 3 Phase, 4 wires, 50 cycles/sec., 1500 RPM self-
excited and self-regulated, with Brushless Excitation, Band of Voltage Regulation ± 2.5% of rated
voltage from no load to full load. Insulation Class “H”. The Alternator generally conforms to BS
5000/ IS: 4722. The output cables to the alternator shall be connected using proper size of cable
end box to alternator with adequate space for connecting cables. There shall be extension of
terminal links using copper strips and rigid support with insulators. The construction of box shall
be in 2 mm. thick sheets steel and structural supports if required shall be provided using proper
M S angle supports. AREP excitation system would be required for the alternator for more
reliability and ease of maintenance.

3.2.2.26 FUEL TANK

❖ Diesel Tank – 1 Day Tank and 1 buffer tank (or as per Rated 3 data centre compliance)

Tender No. C-DOT/Del/Tender/2022-2023/002 page 112 of 217

Copyright © C-DOT
❖ 990 Litres or higher adequate capacity (as per Rated 3 data centre compliance) of Fuel Tank
with mounting brackets, complete with level indicator, fuel inlet and outlet, air vent, drain
plug, inlet arrangement for direct filling and set of 5 ft. long fuel hoses.

3.2.2.27 EXHAUST

❖ 30m (or above the roof top of the building) exhaust height to be considered with DG Set.
Suitable length horizontal pipes also need to be considered.

3.2.2.28 BATTERY

❖ Set of 2 Nos. 12 Volts, 27 Plates, dry, uncharged batteries with leads and terminals.

3.2.2.29 COMBINED AMF AUTO SYNCHRONISING AND AUTO LOAD SHARING PANEL
WITH AUTO LOAD MANAGEMENT

❖ The control panel for 1250 kVA 4 nos of Diesel Generating Sets shall be Composite and
suitable for and complete with 2 numbers of Automatic Mains Failure panels with
Motorized (ACB) (for 1250 kVA- 2000A), Electrically Draw out type, 3 P + Neutral
Contactor each with following
o Voltmeters with Selector Switches for MAINS & ALTERNATORS
o Ammeter with Selector Switch
o Current Transformers
o KWH Meters (Digital)
o Digital common meter for A/V/Hz
o Auto Synchronization Relay – with Load Management feature
o Battery Charger consisting of Transformer / Rectifier with surge protection against
deletion of Network.
o DC Voltmeter
o DC Ammeter
o Selector Switch for Trickle, off & Boost Alternator Engine
o Selector Switch for current adjustment
o Mains supply failure monitor (Voltage Sensing)
o Supply failure Timer
o Restoration Timer
o Control Unit incorporating 3 impulses Automatic Engine Start / Stop and “Failure
to Start “lockout.
o Impulse Counter with locking and reset facility
o OFF / Manual / Auto / Test Selector Switch
o Control Circuit ON / OFF Switch
Tender No. C-DOT/Del/Tender/2022-2023/002 page 113 of 217

Copyright © C-DOT
3.2.2.30 LOAD MANAGEMENT

❖ The Genet Control Unit shall have the Load Management facility as follows-
❖ Any one generator set can be selected as “Master “with preset load limit say 80-85% and
the other generator set will be the “Slave”
❖ When grid power fails the “Master “DG will start in AMF mode and will start catering to
the Load.
❖ As soon as the Load exceeds the preset limit say 80-85% of “Master “DG the “Slave” DG
set will start in AMF mode, will get synchronized with the “Master DG Set and start Load
sharing equally.
❖ If during running of both the DG Sets, load reduces to the limit of say 80-85 % of the “Slave
“DG will stop and only “Master “DG will cater to the Load.
❖ The above sequence of operation will work throughout the duration of DG operation when
Grid power fails.
❖ There will be facility to select / deselect any one DG out of two as “Master or Slave”

3.2.2.31 BASE FRAME

❖ The base frame shall be sturdy, MS fabricated, channel iron base frame for mounting the
above engine and alternator.

3.2.2.32 AVM PADS

❖ Set of AVM Pads to be provided between engine / alternator and the base plate.

3.2.2.33 ACOUSTIC ENCLOSURE

❖ Construction: Free standing, floor mounting type, six-sided, integral part of DG Set. The
Acoustic enclosure will be modular in construction consisting of acoustically treated
panels from all the four sides and top. All the panels will be jacket filled with glass wool
& covered with perforated sheet from inside. The outside fabrication will be made of 16
SWG MS CRCA sheet metal.
❖ Doors: Hinged doors on either side
❖ Ventilating Louvers: Both at the engine side and Alternator side for fresh air Entry and for
hot air exhaust.
❖ Performance: The sound level shall be 85-88 dBA at a distance of 1 meter from the Genset
under Free-field conditions.

Tender No. C-DOT/Del/Tender/2022-2023/002 page 114 of 217

Copyright © C-DOT
Sr. No. Description of Parameter

1. Output Power: 1250 KVA/ 1112KW / 1500 HP (approx.)

2. Output Voltage: 415 V 3Ø

Frequency: 50 Hz

PF: 0.8 Lagging

3. Noise Level :< 75 dB

4. Fuel Consumption:

100% Load :< 200 Ltr/Hr

75 % Load :< 160 Ltr/Hr

50% Load :< 115 Ltr/Hr

Tank Capacity: 999 Ltr

5. Weight of DG with Canopy: 13500 Kg (Approx.)

6. Dimension of DG (l x w x h): 7800 x 2300 x 2713 mm


(approx.)

7. Battery Voltage: 24V

Tender No. C-DOT/Del/Tender/2022-2023/002 page 115 of 217

Copyright © C-DOT
8. Engine Parameters:

No. Of Cylinders: 16

Cubic Capacity: 32 Ltr (Approx)

Bore x Stroke: 130 x 150 mm

Rated Speed: 1500 rpm

Lube Oil Change Period: 500 Hrs

Lube Oil Sump Capacity :> 120 Ltr

Coolant Capacity :> 175 Ltr

9. Alternator Parameters:

Insulation Class: Class H

Ingression Protection: IP 23

Alternator Efficiency (>75% Load) :>95%

Special Windings to Reduce Harmonics

Vacuum Pressure Impregnation and epoxy gel coating on


the winding

10. Permissible Voltage Dip at Full Load 0.8 PF Lag :< 15%

11. Time Permitted to build Rated Voltage at Rated RPM :<1


Sec Provided Engine reach rated speed

12. Short CktRatio :< 0.45

Short Ckt withstand time: 3 times rated capacity for 10


Second

13. Overload Withstand Capacity: 10% Overload for 1 Hour,


once in 12 Hours

Tender No. C-DOT/Del/Tender/2022-2023/002 page 116 of 217

Copyright © C-DOT
14. Canopy:

Ease of Access and Serviceability

Aesthetically designed,

Weather And Sound Resistant Enclosure

Insulation conforms to UL94-HF1 class for Flammability

15. Controller:

Microprocessor based

Graphical LCD display

Best in class monitoring and diagnosis capability

Synchronization & Communication Configurations

16. Automatic Mains Failure (AMF) Panel for Auto Start &
Stop

17. Monitoring Features: –

Phase Voltages & Currents,

Frequency,

Reverse power,

Genset kVA, kW, kWh, kVAr,

Power Factor,

Canopy Temperature

Lube oil Pressure,

Engine Temperature,

RPM,

Run Hours,

Number of starts,

Tender No. C-DOT/Del/Tender/2022-2023/002 page 117 of 217

Copyright © C-DOT
Fuel Level,

Auto / Manual Stop

Battery charge condition

AMF feature

18. Diagnostic Features: –

Battery charging failure,

Over/Under speed,

Over Current, Over/Under Voltage,

Over KW,

Phase Sequence,

Phase Missing,

Mains Under Voltage,

Earth Fault Trip,

Fuel Usage Alarm,

Low Lube Oil Pressure,

High Engine Temperature,

Low/High Battery Voltage,

Low Fuel Level,

Over Crank Protection,

Routine Maintenance Indicator,

Genset Test Facility,

Mains Frequency

Tender No. C-DOT/Del/Tender/2022-2023/002 page 118 of 217

Copyright © C-DOT
3.2.2.34 FIBER CABLING

S/N Component Detailed Specifications

Plug and Play Advanced Fibre Optic Systems should offer


premium factory-controlled optical performance, enable
flexible system configuration and fast, economical
installation.

The Trunk Cable shall be Low Smoke Zero Halogen (LSZH),


Laser-Optimized Multi-Mode Fiber (LOMMF), OM4 type for
100G connectivity.

Multimode The Trunk Cable Should be of Low loss construction with


OM4 40/100G Maximum Insertion Loss should not be more than 0.35dB.
MTP/MPO-
1 MTP/MPO - Cable shall be Micro Cable Double Jacket OD Max 4.5 ± 0.3
12 fiber trunk mm
cable with
MPO connector shall have Stepped guide pin holes for better
Polarity B
connector mating

Maximum Attenuation should be:


≤ 3.0dB@850nm
≤ 1.0dB@1300nm

Meet IEC 60332-1/ IEC 60332-3C flame ratings for standard


compliant safety

RoHS Compliance

Meet all TIA/EIA-568-D.3 Standard

constructed from high performance OM4 50/125 μm


FO patch multimode cable
2
cords
Low Smoke Zero Halogens (LSZH) Cable

100 % factory tested for insertion loss

Tender No. C-DOT/Del/Tender/2022-2023/002 page 119 of 217

Copyright © C-DOT
Should be available in customized lengths as required

Insertion loss data recorded for every Multi Mode patch cord

Patch cords shall have LC Uniboot connectors, with


reversible polarity feature without exposing fiber during the
changeover process

Meet IEC 60332-1/ IEC 60332-3C flame ratings for standard


compliant safety

RoHS Compliance

Fiber Components

Standards FOCIS-3 TIA/EIA-568-D.3 complied

Adapters can be used with multi-mode connectors and patch


cords

MTP-12 to LC Zirconia ceramic split sleeves


Adapter
3 cassette Protective cap to fully surrounds split sleeves opening
Zirconia ceramic split sleeves

Integrated retention clip to create a snug fit to reduce rattles

including adapter

RoHS Compliance

Fiber Components

Fiber Optical Panel should be able to use Cassette type


modules for Pre-terminated, Pass-through adapters and
Splice applications
Optic Fiber
Distribution 1U Fiber Optical Panel shall be able to house 120F LC in 1U
4 Unit or and 288F LC in 2U
Enclosure
19” rack mountable

Include fiber optic cable routing accessory kit

Unused slots should be covered with blank adapter plates

Tender No. C-DOT/Del/Tender/2022-2023/002 page 120 of 217

Copyright © C-DOT
Cassettes should be able to remove and fix from both front
and back side.

Should be modular

Should be able to protect critical connections from bend


losses by maintaining a minimum bend radius of 41mm and
providing physical protection from external elements,
Fiber guided offering a load capacity of up to 55kg and an impact
5
systems resistance of 1kg/1m.

All components should conform to industry standards and


are ROHS compliant with a UL94-V0 level of flammability.

Should be available in at least three sizes.

3.2.2.35 COPPER CABLING (FOR BMS, NOC MANAGEMENT)

Component /
S/N Proposed Product Feature
System/Service

Cat 6 Components

Meets latest ANSI/TIA-568-C.2; exceeds Cat6A requirements


(ETL Verified)

Conductor Diameter: 23 AWG Solid bare Copper (0.556 +/-


0.01 mm)

Insulation: High Density Polyethylene


Cat 6A UTP
1 Jacket Material: LSZH
Cable
Pulling Force:100 N

Frequency tested up to Minimum 500 MHz

Jacket Material: LSZH

FLAME PROPERTIES

Tender No. C-DOT/Del/Tender/2022-2023/002 page 121 of 217

Copyright © C-DOT
● Flame test: IEC 60332-1
● Acid Gas Emission Test – IEC 60754-1
● Smoke Density Test – ASTM 2843

ROHS Compliance

Performance characteristics to be provided along with bid, IL,


NEXT and PS NEXT, Return Loss, ACRF and PS ACRF

Cat 6 Components

Meets latest TIA / EIA-568-B.2.1 requirements


• ISO/IEC 11801 (2nd Edition): 2010

• ATM 1200 blade servers

• 1000BASE-T (Gigabit Ethernet)

• 1G FCBASE-T
Cat 6A patch
2
cords Jacket Material: LSZH, Diameter: 6.0 ± 0.2mm, thickness:
0.6mm

Conductor Material: 24AWG stranded copper, 7/0.192mm

Insulation Material: HDPE, diameter: 0.95 ± 0.05mm

Patch cable comes with Push on boots on ends

Insertion cycle >750 compliance with IEC60603-7

Tender No. C-DOT/Del/Tender/2022-2023/002 page 122 of 217

Copyright © C-DOT
3.3PROJECT MANAGEMENT

3.3.1 ROLES AND RESPONSIBILITIES


The following matrix shall broadly govern the roles and responsibilities of the Contractor and C-
DOT under the complete Scope of Work:

S. No. Activities Contractor C-DOT

1. Overall Project Management Ownership P

2. Preparation of the Project Plan P

3. Approval of Project Plan P

4. Site Handover to contractor P

5. Access to the facilities and movement of S P


material / equipment as per the requirement

6. Engineering and Execution Drawings P A


submission

7. Requisition for Access Passes for Working Staff P A

8. Making Detailed Bill of Material P

9. Submitting samples / material, for make and P A


quality approval

10. Supply Installation Testing & Commissioning P


of In-scope works

11. Approval for Design Guidelines submitted by P


Bidder

12. Formulation of Acceptance Test Procedures P A

Tender No. C-DOT/Del/Tender/2022-2023/002 page 123 of 217

Copyright © C-DOT
13. Availability of test Equipment/instrument P A

14. Co-ordination between subcontractors P

15. Storage Space, Project Insurance and Physical P


Security of Equipment at site

16. Arranging weekly review meetings P S

17. Tracking Project Plan P S

18. Regulatory Approvals – Municipal Committee; P S


Electrical; Pollution Control Board, Landlord
Approval for Electrical

19. Final Acceptance Testing S P

20. Documentation and Training P S

21. Project commissioning and Hand over to C- P A


DOT

22. Project takeover by C-DOT S P

Legends: P = Primary S = Secondary A= Approval (With Approval from C-DOT)

3.3.2 PROGRAM MANAGEMENT


The bidder shall appoint a Project Manager to head a team of technical experts for each area of
work head under the contract. The project manager shall be responsible for all the coordination
work at site and represent the contractor in review meetings. The technical experts of the
contractor shall also make themselves available on-site for any clarifications/technical
discussions, if required.

3.3.3 REVIEW MECHANISM

Weekly review shall be done with the C-DOT team to assess the progress of the project. Weekly
status report shall be submitted one day before the scheduled review meeting.

Tender No. C-DOT/Del/Tender/2022-2023/002 page 124 of 217

Copyright © C-DOT
3.3.4 ESCALATION MECHANISM

The bidder shall provide an escalation matrix (including names and contact details of responsible
persons from bidder’s organization) at the time of bid submission for smooth execution of the
project. It is the responsibility of the bidder to ensure that no issue is pending for more than two
days after escalation by C-DOT.

3.4LIST OF PREFERRED MAKES/BRANDS/MODELS

List of PREFERRED Makes/Brands/Models of the major components/ equipment’s is given.


Bidders should adhere to the same for the Proposed Data Centre.

LIST OF PREFERRED MAKES/BRANDS/MODELS

No Item Description MAKES/BRANDS/MODELS

Civil Works:

False flooring Unitile/Encore/ Uniflair AET


1. Flexiblespace

2. Thermal Insulation Armaflex/K-flex/Paramount

3. Fire Rated Gypsum Partitions India Gypsum/Boral

4. Vitrified Flooring Kajaria/Nitco/Johnson/Somany

5. Vinyl Flooring Armstrong/Hanwha/Forbo

6. Fire rated Doors Vaultek,Godrej,Tata

7. Painting Asian Paints / Berger / Nerolac

Fire rated Painting International


8. Paints/Newkem/Promat/Asian

9. Furniture Godrej / Wipro / Featherlite

10. Aluminium Section Jindal / Hindalco

Tender No. C-DOT/Del/Tender/2022-2023/002 page 125 of 217

Copyright © C-DOT
Electrical Works:

TTA Panel ABB ( Ar2K)/ Schneider (


1. LT Panels
Blokset)/ Siemens ( Siepan8PU)

ABB / Schneider / Siemens/Havells/


2. MCB / MCCB
L&T/ Legards

3. MDM Meters HPL / Schneider / Enercon

4. Distribution Boards Schneider / Legrand / ABB/Havells

KEI, Polycab, Finolex,Havells,


5. LT Cables
RRKable

KEI, Polycab, RRKable,


6. Wires
Finolex,Havells

Crabtree / MK India / Legrand


7. Switches & Sockets
/Havells

8. FRLS PVC Conduits Universal / Precision

9. Light fixtures - LED type Wipro / Philips / GE/Havells

10. Cable trays OBO / Profab

11. Bus bay trunking Starline /Larsen & Toubro

HVAC System:

Emerson/ Schneider/
1. Cooling units
Vertiv/Hitachi/Climaveneta/ Stulz

Emerson/ Schneider / Vertiv


2. Containment System /York/Hitachi /Profile Solution/
Netrack

Racks:

Tender No. C-DOT/Del/Tender/2022-2023/002 page 126 of 217

Copyright © C-DOT
Emerson/Rittal / Netrack/
1. Racks Schneider/Legrand

Emerson/Rittal / Netrack /
2. Intelligent PDU Schneider/Legrand/Rariton

Networking Equipment

1. Switches CISCO /JUNIPER/Arista/HPE

Molex/ Commscope/ Veldon/


2. Fiber cables Commscope/ AFL/ Corning/Belden

Molex / Schneider / AFL/


3. Copper Cables Corning/Belden

Legrand/ Panduit/ Tolmega/


4.
Fiber Raceways Gewiess/ AFL/ Corning/Belden

Fire detection & Alarm system (All components shall be UL listed)

Advanced
1. Main Fire Alarm Panel /Apollo/JCI/Honeywell/Pyrox

Smoke Detectors (Photo / Photo Advanced


2. Thermal) /Apollo/JCI/Honeywell/Pyrox

Advanced
3. Heat Detectors /Apollo/JCI/Honeywell/Pyrox

Interface Modules : Monitor /


4. Relay / Control / Zone Monitor Advanced
etc. /Apollo/JCI/Honeywell/Pyrox

Sounders / Sounder cum Flashers


/ Strobes / Speakers / Speaker
5. cum Flashers / Annunciation
devices Advanced /Apollo/JCI

Tender No. C-DOT/Del/Tender/2022-2023/002 page 127 of 217

Copyright © C-DOT
6. Manual Pull Stations Advanced /Apollo/JCI

7. Panel Protection System Fire trace/ceasefire/ABB

8. PA System/Speakers BOSCH /AHUJA

CCTV System:

Axis / arecont vision/avigilon/D-


1. IP BASED CCTV CAMERA Link/Honeywell

Axis / arecont vision/avigilon/D-


2. Indoor PTZ CCTV CAMERA Link/Honeywell

Axis / arecont
3. vision/avigilon/Milestone/Mirasys/
VMS Honeywell

4. Server / PC / Monitors Wipro / IBM / HP / DELL/Lenovo

Access Control System:

Contact less Access Readers (


1. Proximity/Smart ) HID /Cardax / Axis/Honeywell

2. PIN type Readers HID /Cardax / Axis/Honeywell

Bioscrypt/ HID /
3. Biometric Card Readers Axis/Morpho/Honeywell

4. Emergency Break Glass unit KAC / Agni

5. EM Door Locks BEL / Dorma / Ebelco / Honeywell

6. Access Controllers HID / Axis/ Lenel/Honeywell

7. Access Control Software HID / Axis / Lenel/Honeywell

Fire Extinguishers:

Tender No. C-DOT/Del/Tender/2022-2023/002 page 128 of 217

Copyright © C-DOT
Safex / Ceasefire / Minimax
1. Co2 Fire Extinguishers /LifeGuard

Safex / Ceasefire / Minimax


2. ABC Fire Extinguishers /LifeGuard

Water leakage detection system:

Sontay / Raytech / C Systems/


1. Water Leak sensing Cable Synopsys

2. Zone Panel Jay / PCD / C Systems/ Synopsys

3. Hooter Ravel /Agni/Siemens/ Equiv.

High Sensitivity Smoke detection system:

High Sensitivity Smoke detection


1. unit Xtralis / System Sensor / Equiv.

2. Air Sampling Piping Sch. 40 Xtralis/ System Sensor/ Equiv.

3. Capillary Tubes & Sampling Points Xtralis / System Sensor / Equiv.

NOVEC 1230 based Fire suppression system:

High Sensitivity Smoke detection


1. unit Xtralis/Securiton

Air Sampling Piping Sch. 40 Astral/ Xtralis


2.
Capillary Tubes & Sampling Points Xtralis/ Equiv.
3.
NOVEC 1230 based Fire suppression system:

1. NOVEC 1230 Gas 3M Corp., USA, Dupont

Tender No. C-DOT/Del/Tender/2022-2023/002 page 129 of 217

Copyright © C-DOT
Cylinder with valve ( OEM Factory UTC / Ansul / Siemens
2. Filled) /Firetrace/Honeywell

UTC / Ansul / Siemens


3. Electrical Actuator /Firetrace/Honeywell

UTC / Ansul / Siemens


4. Manual Actuator /Firetrace/Honeywell

UTC / Ansul / Siemens


5. Pneumatic Actuator /Firetrace/Honeywell

UTC / Ansul / Siemens


6. Discharge Hoses /Firetrace/Honeywell

UTC / Ansul / Siemens


7. Actuation Hoses /Firetrace/Honeywell

UTC / Ansul / Siemens


8. Manifold Check Valves /Firetrace/Honeywell

UTC / Ansul / Siemens


9. Nozzles /Firetrace/Honeywell

UTC / Ansul / Siemens


10. Low Pressure Switch /Firetrace/Honeywell

UTC / Ansul / Siemens


11. Discharge Pressure Switch /Firetrace/Honeywell

Piping ASTM A106 Gr. B Sch 40 &


12. Sch.80 Jindal/SAIL

"UL Listed" Gas Release Panel, with


13. programmable Relay Modules &
Builtin Listed Power Supply Ravel / GE / Equiv.

"UL Listed" Manual Release &


14. Abort Switch Ravel / GE / Equiv.

Tender No. C-DOT/Del/Tender/2022-2023/002 page 130 of 217

Copyright © C-DOT
Rodent Repellent system:

1. Satellite Stations / Transducers RScat/ Maser / C Systems

2. Controller RScat/ Maser / C Systems

3. Wire As Manufactures Requirement

4. Conduit ISI Approved

Display Unit

1. Video Wall -LED TV Samsung/ Sony /LG

Data Centre Infrastructure Management

1. DCIM Emerson / Schneider / CA

Electricals

Honda/ Kirloskar/ Yamaha/


1. Mahindra/ Sudhir/ Birla Power/
Diesel Genset Bajaj

CGL/ ABB/ Voltamp/ Siemens/


2.
Transformer Sudhir/ Kirloskar Electric

Note: “Equiv.” means any equivalent brand

Tender No. C-DOT/Del/Tender/2022-2023/002 page 131 of 217

Copyright © C-DOT
4 CRITERIA OF EVALUATION OF ACCEPTED BIDS & SELECTION

4.1ELIGIBILITY CRITERIA
The Bidder should fulfill the following mandatory requirements in order to qualify as an eligible
Bidder and shall submit the corresponding supporting documents as part of his bid.
a) Only Class-I Local Supplier and Class–II Local Supplier as defined under the Revised Public
Procurement (Preference to Make in India) order 2017, issued vide DPIIT Order No. P-
45021/2/2017-PP (BE-II) dated 16th September, 2020 and further as amended from time to time,
if any, shall be eligible to bid in the tender. All rulings with respect to Local content, Class-
I Local supplier/Class-II Local supplier shall be as per the cited order. The bidder shall
submit the Declaration of Local Content (LC) as per ANNEXURE -M in the technical bid.
b) The BIDDER or its parent company (bidder should be a 100% owned subsidiary of the parent
company) shall be a registered/incorporated Indian Company. The BIDDER shall submit
memorandum of association and/or registration certificates to this effect along with the bid.
The Bidder should be registered & incorporated in India under the Companies Act, 1956/2013.
The company should be operational in India for at least the last five financial years as on date
of RFP.
c) Consortium of companies/ firms are not allowed to participate in the tender.
d) The BIDDER should have installed and commissioned at least two (2) numbers of Data Centres
(Civil, Electrical, air-conditioning etc.) each with a purchase order value of 10 crore or higher.
These Data Centres shall be built in India within the last five years (i.e. FY 2017-18 to 2021-22).
Copy of successful completion certificate from the customer along with Purchase Order should
be provided.
The BIDDER should have undertaken the following activities in the aforementioned Data
Centres built by them
i. Civil works involving
a. False Ceiling
b. False Flooring works
c. Building Partitioning
d. Building Interiors
e. Furniture
f. Cement Concrete work
g. Fire rated Glazing and partitions
h. Fire rated Doors
i. Thermal insulation
j. Masonry works
k. Plumbing work
ii. High performance Closed Loop Cooling and Comfort Air Conditioning Systems
iii. Electrical works involving Supply, Installation, Testing and Commissioning of the

Tender No. C-DOT/Del/Tender/2022-2023/002 page 132 of 217

Copyright © C-DOT
following:
a. UPS Systems in N+N configuration
b. UPS power distribution involving bus trunking, electrical panels and switches etc.
c. Fixtures & Light Fittings
d. DG Sets of adequate capacity
iv. Fire Detection, Prevention and Suppression
a. Addressable Fire detection system
b. Novec 1230 based Fire suppression system.
c. VESDA (Very Early Smoke Detection and Alarm)
d. Alarm panels and hooters
v. Access control system
a. Biometric/Card based Access Control System
b. Attendance Monitoring System
vi. CCTV system
a. IP Camera based CCTV system
vii. Water Leak detection system,
viii. Pest and Rodent control,
ix. Structured cabling with certification using Cat 6 or higher and OM3 or higher Fiber
x. Integrated Building Management System
xi. NOC with video wall/video panel display
e) Bidder must be an OEM and/or authorized Business Partner of Data Centre Build
Infrastructure Components consisting of UPS, Precision Air Conditioning System (PAC), DG
sets, Power distribution Systems, Transient Voltage Surge Suppression, Automatic Transfer
Switches (with Overlapping Neutral), CCTV, Fire Detection and Prevention Systems, Biometric
Access Control Systems, Datacenter Infrastructure Monitoring (DCIM) solution, Server,
Storage, Networking & Cyber security equipment etc.
f) The BIDDER should have worked successfully on similar SLAs (without the contract having
been cancelled) as has been described in this document. Documentary evidence from
clients/customers in the name of the BIDDER shall be submitted along with the bid. In cases
where the BIDDER is unable to furnish evidence, he must give an undertaking for the same.
g) The bidder must be a profit-making company in the last three financial years ending 31st March
2022. The average annual turnover of the BIDDER in the preceding three financial years as on
the date of bid opening shall not be less than Rs.50 Crores. The bidder shall have to submit their
audited balance sheet for the last 3 fiscal years i.e., 2019-2020,2020-2021, 2021-2022.
h) Details & brief description of Projects and self-certification for successful completion of the
projects clearly indicating the complete scope of work shall be submitted along with the bid.
i) The Bidder must have the following Certificates at the time of bidding,
• ISO 9001:2015
• ISO/IEC 20000

Tender No. C-DOT/Del/Tender/2022-2023/002 page 133 of 217

Copyright © C-DOT
j) The validity of the certificate shall be continuing at the time of submission of the bid. A copy of
the latest certificate shall be enclosed with the bid.
k) The BIDDER should hold a valid GST registration and a copy of the same shall be furnished
along with the PAN No. and PF/ESI no.
l) The Bidder shall not be insolvent, bankrupt or being wound up, not have its affairs
administered by a court or a judicial officer, not have its business activities suspended and must
not be the subject of legal proceedings for any of the foregoing reasons.
m) The Bidder shall not have, and their directors and officers not have, been convicted of any
criminal offence related to their professional conduct or the making of false statements or
misrepresentations as to their qualifications to enter into a procurement contract within a
period of five years preceding the commencement of the procurement process, or not have been
otherwise disqualified pursuant to debarment proceedings. An undertaking in this regard has
to be submitted by the bidder.
n) The bidder should not have been blacklisted in the past by any Govt. Agency. An undertaking
to the effect that “the bidder should not have been banned/blacklisted by any Govt.
Department, Central Govt. Unit/PSU/Financial Institutions/court during preceding three
years till date”, is to be submitted.
o) Bidders/OEMs must have a full-fledged service and support centre at Delhi/NCR and are able
to provide services to their customers of DC facilities. The Bidder must submit details of their
office and also the responsible officer. The bidder must also give details about their O&M
manpower manning at least one of the DC facilities provided as proof in 3.1(c) above.
Certification about the same from the authorised signatory of the customer (on their official
letterhead) regarding the satisfactory service delivery shall also be submitted.
p) There must be a dedicated technical person to support installation and post maintenance
work for the Data Centre.

q) The bidder shall provide a list of the OEMs / main technology partners along with the bid
whose equipment / solutions are being offered in the bid. Only one combination for the whole
set of equipment shall be quoted. Alternative technology options within the bid are not
acceptable and such bids shall be rejected.

r) The bidder shall submit valid documents from all the OEMs, whose equipment / solutions are
being offered in the bid, with regard to being their authorized Indian representative. The date
of such authorization should be current as on the date of release of the tender and should have
a validity of at least another six months, thereafter.

s) The bidder shall submit a joint undertaking/MAF duly signed by themselves and all the OEMs
for their proposed major equipment/ solution, to provide support as per tender terms &
conditions, to C-DOT for a minimum period of eight (8) years. The Bidder shall have back-to-
back support agreements with each of the equipment/solution providers individually for the
entire duration of contract. A copy of such undertaking shall be made available to C-DOT at
the time of submission of the bid. Technical bids will not be accepted without OEM agreements
with the components in the following areas of work
Tender No. C-DOT/Del/Tender/2022-2023/002 page 134 of 217

Copyright © C-DOT
• Electrical Works (Including UPS, DG sets, Transformers and Bus Trunking system,
but excluding cables, panels, circuit-brakers, battery, etc.)

• HVAC System,

• IPDUs and Networking Infrastructure,

• Safety, Security and Surveillance System,

• Fire Detection, Prevention and Suppression System (including VESDA, etc.),

• Integrated Building Management System,

• NOC Infrastructure (excluding furniture and fixtures)

The decision in this regard would be at the discretion of C-DOT.

Tender No. C-DOT/Del/Tender/2022-2023/002 page 135 of 217

Copyright © C-DOT
4.2 TECHNICAL COMPLIANCE
Technical Compliance statement strictly as per the format in ANNEXURE -F for each tendered
item is a prerequisite for evaluation. Therefore, the same must be submitted with the
technical bid. Any falsification / suppression in the compliance statement would lead to
the rejection of the bid with forfeiture of the Bid Security. Corresponding to each technical
specification in the compliance statement, relevant serial no. / page no. / line no. etc., in the
data sheet should be indicated and highlighted. Incomplete compliance statement or
compliance statement in a different format may lead to rejection of the bid. It is mandatory
to attach the compliance statement of the respective terms and conditions enclosed with the
technical specifications.

4.3DELIVERY
The delivery of all the items to be completed within 14 weeks from the date of placing the
Purchase Order and the Installation and commissioning of the entire project shall be
completed at site within 34 weeks from the date of Purchase Order. Please note that this work
has to be done in two phases i.e. Phase I for Part A and Phase II Part B (as detailed in
ANNEXURE -A) with a cooling period of 4 weeks between the two phases which will be
utilised to commission the part A and operationalise it. The Phase I for Part A shall be
completed within 20 weeks from the release of PO and the Phase II for Part B shall be
completed within 10 weeks after 4 weeks of successful operation of Part A. The execution
duration summary is as given below:

• Phase-I (Part A): 20 weeks


• Cooling Period: 4 weeks (The shifting of Active Infrastructure from Part B to Part A
shall be carried out by the bidder in consultation with C-DOT during this period)
• Phase-II (Part B): 10 weeks

In case the delivery schedules ( i.e. 14 weeks from the date of PO) are not adhered to and the
supplies get delayed beyond schedules, penalties shall be imposed on the vendor/bidder by
C-DOT and the penalty to be imposed will be @ 0.5% for every week or part thereof subject
to the maximum being 5% of the total PO value(inclusive of all Taxes & Levies). Delay beyond
this period will be treated as an exception and C-DOT reserves the right to cancel the purchase
order.

In case the party fails to deliver the material/software or services even beyond the extra time
allowed with penalty as mentioned above, C-DOT reserves the right to make alternate
procurement and arrangements only at the suppliers’ cost and risk. For this, the supplier shall
be served with a notice of 2 weeks under a registered cover and in case of non-performance,

Tender No. C-DOT/Del/Tender/2022-2023/002 page 136 of 217

Copyright © C-DOT
on expiry of the notice period, the cost of alternate procurement /arrangements shall be
recovered from the vendor.

Penalty for delay in installation and commissioning (execution of pending work) will be @
0.3% of the total PO Value (inclusive of taxes & levies) for each week of delay or part thereof
for a period up to ten weeks (from the scheduled commissioning of Part-A) and thereafter @
0.5% of the total PO Value for each week of delay or part thereof subject to a maximum of 5%
will be applicable.

No counter terms and conditions will be accepted by C-DOT. Bids not complying to C-DOT
terms & conditions will be summarily rejected. No clarifications will be entertained.

Tender No. C-DOT/Del/Tender/2022-2023/002 page 137 of 217

Copyright © C-DOT
4.4 EVALUATION OF TECHNICAL BID
The eligible BIDDERS are required to give a presentation at C-DOT of their proposed
solution in detail. During the presentation the complete compliance statement (in C-DOT
prescribed format), elaborate layout diagrams (Civil, Electrical, Air Conditioning and
Structured cabling etc.), BOQ and details of quoted products along with product brochures
and drawings shall be available in soft copy format which can be displayed using a projector.
The presentation shall be a complete walk through of the proposed solution and shall not
deviate from the submitted bid. The technical team of the Bidder shall be present during
the presentation to answer the queries regarding their quoted solution. The BIDDER will be
informed about the date of presentation two days in advance.

Technical Evaluation criteria: Shall be based on the technical compliance given by the vendor
along with technical presentation and also the quality of the project undertaken as per the
criteria given below:

Criteria for technical evaluation

S. Area of evaluation Max. Marks Criteria for Evaluation


No.

1. Average Turn Over per annum of 5 3 Marks for 50 Crores turnover AND
Bidder for last 3 years as mentioned additional 1 mark for every additional
in eligibility criteria, minimum 50 25 Crores subject to a maximum of 5
Crore marks

2. CDCE Certified manpower 4 2 marks for every qualified manpower


working with the organization for
last 1-Year or more

3. CDCP Certified manpower 3 1 mark for every qualified manpower


working with the organization for
last 1-Year or more

4. CDCS Certified manpower 3 1 mark for every qualified manpower


working with the organization for
last 1-Year or more

Tender No. C-DOT/Del/Tender/2022-2023/002 page 138 of 217

Copyright © C-DOT
5. AOS Certified manpower working 2 1 mark for every such qualified
with the organization for last 1-Year manpower
or more

6. PMP Certified manpower working 3 1 mark for every qualified manpower


with the organization for last 1-Year
or more

7. Bidder’s experience in setting-up / 6 2 Marks for each TIA 942 Rated-3 /


design consultancy of Uptime Facility Certified Data Center;
Institute Design Certified Tier III/
Evidence in the form of copies of P.O.,
EPI Rated 3 or higher rated Data
commissioning report and Rated 3
Centers, quantified in terms of
compliance certificate.
number of projects will be
evaluated.

8. Bidder's experience in deploying 3 1 mark for each site having minimum 40


maximum Number of Racks in a number of Racks in a single turnkey
single site turnkey data center project
project of any Nationalized Bank /
PSU / Telecom / Govt.
Organization / Govt. Department /
MNCs

9. Bidder’s experience in providing 5 1 mark for each project


Data Center Facility including
O&M Manpower services to any
Nationalized Bank / PSU /
Telecom / Govt. Organization /
Govt. Department / MNCs,
quantified in terms of number of
projects will be evaluated; project
considered for evaluation should
have project cost more than Rs. 2
Crores.

Tender No. C-DOT/Del/Tender/2022-2023/002 page 139 of 217

Copyright © C-DOT
10. Technical Presentation for the 8 Approach & Methodology -1
proposed solution and execution
Project Plan -1

Proposed Time sheet -1

Data Centre Execution Plan – 1

Operation and Maintenance Plan – 1

3-D video walk through of the proposed


solution -3

11. Detail Site Plan (Rack layout, 14 Innovative and flexible design of the
efficient use of space, partitions, Data Centre Civil Infrastructure to allow
False Floor, False Ceiling, furniture, non disruptive expansion of IT,
cooling efficiency, electrical design, Electrical and Air-conditioning
layered access security (e.g. Infrastructure-------------3
perimeter security, facility controls,
Effective Utilization of space, ease of
white space access and cabinet
access to various facilities keeping in
access etc.), compliance to EPI
view the functionality of the Data
Rated 3 guidelines etc.)
Centre-------------------2

Layered Security in design -----------------


---------2

Rated 3 compliance as per TIA 942-------


--------2

Energy efficient design----------------------


---------2

Acoustic/Noise control ---------------------


----------1

Attention to aesthetics with reuse of


existing infra-----2

12. Precision AC (In-Row) 8 Innovation and modularity of the


proposed design-----2

Tender No. C-DOT/Del/Tender/2022-2023/002 page 140 of 217

Copyright © C-DOT
compliance as per ASHRAE---------------
2

Energy efficiency------------------------------
---------2

Environment friendly approach-----------


--------2

13. Comfort AC 3 Aesthetics/Ergonomics---------------------


----------1

Cooling and Energy efficiency-------------


--------2

14. Electrical System: Lighting, DG, 10 Innovation, Flexibility and Modularity


Transformer, UPS and UPS of the proposed design----------------------
distribution -------------------5

Reuse of existing Infrastructure-----------


-----3

Attention to aesthetics and


maintainability---2

15. Energy Efficiency (Green Data 5 Design considerations for energy


Centre) efficiency, PUE/DCiE, innovative
approaches for low carbon footprint
without compromising performance---5

16. Cabling and cable guides/tray 7 Innovative design, Quality


(including Structured cabling) (measurable), ease of upgrade, ease of
maintenance, aesthetics-----------------4

Proof of number of successful


completion of certified structured
cabling works (Cat6 or above and OM3)
of 500 ports or higher (1 point for each
site subject to a maximum of 3 sites)-----
----------3

Tender No. C-DOT/Del/Tender/2022-2023/002 page 141 of 217

Copyright © C-DOT
17. NOC 5 Novelty of proposed design, effective
utilisation of space, features of the video
wall, aesthetics --3

Low Operational Cost-----------------------


--------2

18. Integrated BMS, access control and 12 Fault resilient design of BMS towards
IP CCTV efficient monitoring, management of all
the control points and subsequent
report generation---------------3

Fool- Proof and efficient access control


system with ease of management and
detailed report generation--3

Innovative design of CCTV system for


foolproof and easily manageable
surveillance and subsequent report
generation---------------------3

Innovative alarm system--------------------


--------1

Ease of integration, a single common


interface operation of all these entities--
-------------------2

19. Fire Detection and Prevention 11 Innovative design for Foolproof fire
detection and prevention-------------------
----------------------------3 Environment
Friendliness-------------------------3

Methods to avoid false alarm and false


release of gases--3

Fire Exit plan---------------------------2

20. Adherence to specifications 15 Will depend upon the degree of


compliance to the clauses of this
document.

Tender No. C-DOT/Del/Tender/2022-2023/002 page 142 of 217

Copyright © C-DOT
21. SLA Adherence in past projects by 2 Proof of adherence to SLAs from the
the bidders Bidders.

Qualification of bidder towards compliance and proposed solution = Points on a scale of 100
(A)

Tender No. C-DOT/Del/Tender/2022-2023/002 page 143 of 217

Copyright © C-DOT
4.5 EVALUATION OF FINANCIAL BID

[(XL/Vx +ML/VA)/2] x 100 = B

XL= Value of Lowest Bid received for Data Centre Setup

VX =Value of bid of the bidder for Data Centre Setup

ML = Lowest bid value for post warranty CAMC and O&M manpower for 5 years

VA = Value of bid of the bidder for CAMC and O&M manpower for 5 years

4.6 FINAL EVALUATION

Total points of a bidder “Q” = (A x 0.70 + B x 0.30)

• The successful bidder shall be the one with the highest score of total points (Q), who will
be considered for award of PO.
• In case more than one bidder obtaining equal highest point (Q), the one with higher score
of “A” shall be considered as successful bidder.
• Any effort on the part of the bidder towards canvassing or influencing C-DOT in any way,
during the course of bid evaluation or award of contract, shall lead to rejection of his bid.
• All prices should be explicitly quoted line item-wise as per BOM. Additional line items
may be added for Installation, Services etc.
• In case price of any line item is missed out, the same shall have to be supplied free of
cost. Accordingly, the CAMC of these items for subsequent 5 years after inbuilt 3 years
warranty shall also be valid without any financial implications.
• No Revised Price-Bid/ corrections shall be allowed under any circumstances.

4.7 CLARIFICATION OF OFFERS


To assist in the scrutiny, evaluation and comparison of offers, C-DOT may, at its discretion, ask
some or all bidders for clarification of their offer. The request for such clarifications and the
response will necessarily be in writing. Response to such clarifications by bidder shall be
submitted well within the due date and time, failing which the bid may not be processed. Any
unsolicited clarification initiated by the bidder shall not be entertained by C-DOT.

Tender No. C-DOT/Del/Tender/2022-2023/002 page 144 of 217

Copyright © C-DOT
5 OTHER TERMS, CONDITIONS AND GUIDELINES
(i) Performance Bank Guarantee (PBG):
• The successful Bidder, after placement of Purchase Order by C-DOT, shall submit
Performance Bank Guarantee for an amount equal to 3% of the Total PO value within
30 days from receipt of PO, and shall remain valid for the duration upto the total
warranty period plus 3 months; towards faithful performance of the Bidder during the
term of the contract including warranty obligations. The same can be deposited
through a crossed DD in favour of ‘Centre for Development of Telematics’ or a PBG
in the format provided in ANNEXURE -E, issued by a nationalized or scheduled bank.
If the security deposit or PBG of the requisite amount stipulated in the PO is not
submitted, payments will not be made by C-DOT, even after the receipt of order
acknowledgement. Fixed Deposits will not be considered as PBG. EMD shall be
released within 1 month of verification of received PBG.
• The successful bidder shall have to submit a Performance Bank Guarantee (PBG)
within 30 (thirty) days from the date of acceptance of Work Order / Purchase Order.
• However, a penal interest at the rate of 15% per annum on PBG value shall be charged
for the delay beyond 30 (thirty) days, i.e. from 31st day after the date of acceptance of
Work Order / Purchase Order. Applicable penalty will be deducted from first
payment, as and when due to the bidder, after fulfilling all other required payment
terms and conditions.
• In case, extension of time is denied by the competent authority or the bidder fails to
submit the requisite PBG even after 60 days, the purchaser reserves the right to cancel
the purchase order.
• Any payment for the supply of items / services rendered shall not be made till PBG is
submitted by the bidder.
• In case the Work Order / Purchase Order is cancelled due to non-submission of PBG,
EMD submitted the bidder shall also be forfeited and / or further action of debarment
/ blacklisting may also be taken against the defaulting bidder.
• All decision of the purchaser / competent authority, in this regard, shall be binding on
the bidder.
• Before the completion of the three years warranty period, the bidder must submit a
PBG of 3 percent of the CAMC PO value for a further period as specified in the PO plus
three months.
• The Local Content certification has to be submitted on OEM’s letterhead clearly
mentioning a) The Bid reference b) Product/model offered c) LC % d) Place at which
LC addition is done. This is mandatory for technical qualification.

Tender No. C-DOT/Del/Tender/2022-2023/002 page 145 of 217

Copyright © C-DOT
(ii) The Purchaser reserves the right to amend the commercial terms & conditions, scope of supply
and the technical specifications and publish them before the specified last date of submission
of the Bid.

(iii) The Purchaser reserves the right to cancel the tender process partially or entirely before
placement of Purchase Order, without assigning any reasons thereof.

(iv) The Purchaser reserves the right to reject any OEM or its subsidiary, who is found to indulge in
any corrupt or fraudulent practices, while competing for this tender.

(v) The Purchaser reserves the right to declare a Bidder ineligible, either indefinitely, or, for a stated
duration, for being awarded a contract, if, at any stage of the bidding process, it is found that
the Bidder has engaged in corrupt or fraudulent practices, before, during or after the
award/execution of contract.

(vi) Integrity Pact: Integrity Pacts as required by applicable Indian laws shall have to be complied
with and signed by the Bidders as per the format given in ANNEXURE -E and the Bidders shall
upload scanned copy of signed Integrity Pact along with the technical bid.

(vii) If, at any time, during the performance of the Purchase Order, the Bidder encounters conditions
impeding timely delivery of material, then they should promptly notify C-DOT, in writing, of
the fact of the delay, the cause of delay and its likely duration. C-DOT shall evaluate the
situation and at its discretion, decide to extend for the Bidders, the time for performance. C-
DOT’s decision in this regard will be final and binding

(viii) FORCE MAJEURE shall mean and be limited to War hostilities, riot or civil commotion,
earthquake, flood or other natural physical disaster and striction imposed by the Government
or their statutory bodies which prevents or delays the execution of the contract. In the event of
delay lasting over one month, if arising out of cases of Force Majeure, C-DOT will still reserve
the right to cancel the order/contract.

(ix) Payment Terms:

Percentage of Total
Milestone
Contract Value to be paid

Delivery and verification of all equipment, accessories etc.


as per the BoM of the tender (required for the project), as
certified by the C-DOT representative. 60%

Tender No. C-DOT/Del/Tender/2022-2023/002 page 146 of 217

Copyright © C-DOT
Commissioning of phase I and successfully running of
Data Centre in Part –A for a month with IT load.
10%

On successful commissioning of Phase - II and integration


of all the components of the project, as certified by C-DOT
Representative 20%

On successful running of data centre for one month with


actual load, as certified by C-DOT Representative
10%

Payments towards CAMC shall be done on deferred Deferred


quarterly basis on submission of an appropriate invoice quarterly basis
subject to satisfactory services rendered and accepted by
C-DOT.

Notes: -

1. Payments to be made for the above milestones will be subject to recovery, if any, for the
defects noticed in the work undertaken by the contractor till the handing over of the data
centre.
2. Payment will be made only after receipt of back-to-back agreements with all OEMs
(wherever applicable).
3. It may please be noted that deduction of penalty due to delayed delivery and installation &
commissioning shall be deducted from the milestone payment.

Tender No. C-DOT/Del/Tender/2022-2023/002 page 147 of 217

Copyright © C-DOT
(x) INSPECTION: Materials, on their arrival at sites specified by C-DOT, will be inspected for
transit damage and short shipment against invoice / delivery note /copy of PO by C-DOT
officials. The part code mentioned in the PO should match with the part-codes mentioned in
Invoice/Packing list. Any deviation/ difference, has to be certified by the OEM with
appropriate reason for the same and shall provide a fool-proof mechanism for BOM
verification, acceptable to C-DOT. The bidder shall install commission and test the installation
as per scope defined in this document under C-DOT site officer’s directions. The installation
report shall be sent / emailed to C-DOT to enable them to assess readiness of the site for
installation and commissioning of the application software. The rejected material(s) will need
to be collected by the supplier within a reasonable period of time from C-DOT premises and all
the charges on the same will have to be borne by the supplier. Replacements will have to be
delivered at the site by the vendor before he is allowed to collect the rejected materials (except
any type of storage media like hard disk, tapes, DVDs etc.) from the site. All formalities for
import of replacements etc., if needed, will have to be taken care of by the vendor. In case we
do not receive any response to our letters asking the suppliers to collect the rejected material
within 10 weeks from the receipt of the rejected material at site, the same may be disposed of
through auction, and the proceeds thereof shall be treated as earnings to the purchaser.

(xi) The Purchaser shall release payments, as per terms and payment milestones agreed and
mentioned in the PO, to the successful Bidder, on completion of the specified milestones. All
payments made to the successful Bidder shall be subject to deduction of TDS (Tax Deduction at
Source) as per applicable rules/laws. No requests for advance payment will be entertained.
Please note that GST Number of C-DOT, New Delhi is 07AAATC3895K1ZD.

(xii) In case of any ambiguity in interpretation of any clause in this tender, the interpretation of
Purchaser shall be final.

(xiii) INSURANCE: The contractor shall procure in his name a Contractor’s All Risk (CAR) Insurance
Cover towards optimizing the risks associated with the contract and submit an undertaking in
this regard.

(xiv) WORK DISRUPTION: In no circumstances the project work shall be disrupted unless
otherwise directed by C-DOT. If there is any disruption of work due to reasons other than what
involves C-DOT, the same shall be restarted within two days failing which C-DOT may get the
work completed at the Risk and Cost of the contractor.

(xv) INDEMNITY: The contractor shall indemnify, protect and save C-DOT against all claims,
losses, costs, damages, expenses, action suits and other proceedings, resulting from
Tender No. C-DOT/Del/Tender/2022-2023/002 page 148 of 217

Copyright © C-DOT
infringement of any patent, trademarks, copyrights etc. or such other statutory infringements
in respect of all components used/deployed by him under the Contract.

(xvi) PUBLICITY: Any publicity relating to the work to be carried out in C-DOT towards this Data
Centre is strictly prohibited. No information of any nature related to this project shall be
disclosed to any third party unless otherwise necessary for sub-contracting purposes. The
bidder must give an undertaking in this regard duly signed by them.

(xvii) SAFETY OF C-DOT PROPERTY: The contractor shall ensure that adequate precautions are
exercised by his personnel working under the Contract towards safety of C-DOT property and
all his personnel adhere and comply with prescribed discipline, safety and security norms of C-
DOT.

(xviii) DISPUTE SETTLEMENT: In case of any dispute, difference or disagreement between C-DOT
and the Supplier under or in connection with this Contract, every effort shall be made by both
the parties to resolve it amicably. Failing which, the matter shall be referred for settlement
through provisions of Indian Arbitration & Conciliation Act, 1996, as amended from time to
time, to two Arbitrators: one Arbitrator to be nominated by C-DOT and the other to be
nominated by the Contractor. In the case of the said Arbitrators not agreeing, then the matter
will be referred to an Umpire to be appointed by the Arbitrators in writing before proceeding
with the reference. The award of the Arbitrators, and in the event of their not agreeing, the
award of the Umpire appointed by them shall be final and binding on the parties. The language
of arbitration proceedings shall be English and the venue and jurisdiction of the arbitration shall
be New Delhi.

Tender No. C-DOT/Del/Tender/2022-2023/002 page 149 of 217

Copyright © C-DOT
6 ARBITRATION
In case any dispute arises between the Purchaser and successful Bidder with respect to this
tender, regarding its interpretation, implementation or alleged material breach of any of its
provisions, both the parties hereto, shall endeavour to settle such dispute amicably. If the parties
fail to bring about an amicable settlement within a period of 30 (thirty) days, dispute shall be
referred to the sole arbitrator mutually appointed by the two parties. If the sole arbitrator is not
appointed mutually by both parties, then the High Court, New Delhi, shall have exclusive
jurisdiction for appointment of sole arbitrator through court. Arbitration proceedings shall be
conducted in accordance with the provisions of the Indian Arbitration and Conciliation Act, 1996
and Rules made there under, or any legislative amendment or modification made thereto. The
venue and seat of the arbitration shall be New Delhi. The language of arbitration shall be English.
The common cost of the arbitration proceedings shall initially be borne equally by the parties and
finally by the party against whom the award is passed. Any other costs or expenses incurred by
a party in relation to the arbitration proceedings shall ultimately be borne by the party as the
arbitrator may decide. Courts in New Delhi alone shall have the exclusive jurisdiction to try,
entertain and decide the matters, which are not covered under the Arbitration and Conciliation
Act

Tender No. C-DOT/Del/Tender/2022-2023/002 page 150 of 217

Copyright © C-DOT
7 JURISDICTION
All legal disputes, legal matters, and court matters, if any, shall be settled in the courts of law at
New Delhi, India.

Tender No. C-DOT/Del/Tender/2022-2023/002 page 151 of 217

Copyright © C-DOT
ANNEXURE-A: TECHNICAL ANNEXURES

ANNEXURE-A.1: LAYOUT PLAN OF THE SITE

Proposed indicative Layout of C-DOT DC

Note: The Layout is not up to scale. Number of PAC Units is indicative which may change as per
load calculations by bidders.

Tender No. C-DOT/Del/Tender/2022-2023/002 page 152 of 217

Copyright © C-DOT
ANNEXURE-A.2: LAYOUT PLAN OF THE SITE

Tender No. C-DOT/Del/Tender/2022-2023/002 page 153 of 217

Copyright © C-DOT
ANNEXURE-A.3: OPTICAL CABLING FOR DATA CENTRE

Server Rack - Fiber Port and cable Distribution for all Rows

Ports Required in Quantity Port Fiber Distribution


Each Server Rack distribution
LC Ports for 10 / 25 G 42 SAN (8 + 8) 2 X 24 Core cable with equal
distribution in SAN Racks

Access Switch 2 X 24 Core cable with equal


Uplink (4 + 4) distribution in Network Racks

Server Data
(8+8)

MPO Ports for 100G 4 Server Data 4 MPO Cables with equal
(2+2) distribution in Network Racks

Part A - SAN and Network Connectivity

SAN Connectivity

Rack Type Total Server Connection Port Fiber Distribution


Racks in Row 1 Type Quantity
and Row 2

SAN Rack 1 19 Total LC 152 One 24 Core fiber cable from


Ports - 10 G all Server Racks in Part A

SAN Rack 2 Total LC 152 One 24 Core From all Server


Ports - 10 G Racks in Part A

Network (Row 1) Connectivity

Rack Type Total Server Connection Port Fiber Distribution


Racks in Row 1 Type Quantity

Tender No. C-DOT/Del/Tender/2022-2023/002 page 154 of 217

Copyright © C-DOT
Network 10 Total LC 120 One 24 Core fiber cable from
Rack 1 Ports - 10 G all Server Racks in Row 1 of
Part A

Total MPO 20 Two MPO Cables from all


Ports - 100 G Server Racks in Row 1 of Part
A

Network Total LC 120 One 24 Core fiber cable from


Rack 2 Ports - 10 G all Server Racks in Row 1 of
Part A

Total MPO 20 Two MPO cables from all


Ports - 100 G Server Racks in Row 1 of Part
A

Network (Row 2) Connectivity

Rack Type Total Server Connection Port Fiber Distribution


Racks in Row 2 Type Quantity

Network 9 Total LC 108 One 24 Core fiber cable from


Rack 3 Ports - 10 G all Server Racks in Row 2 of
Part A

Total MPO 18 Two MPO Cables from all


Ports - 100 G Server Racks in Row 2 of Part
A

Network Total LC 108 One 24 Core fiber cable from


Rack 4 Ports - 10 G all Server Racks in Row 2 of
Part A

Total MPO 18 Two MPO cables from all


Ports - 100 G Server Racks in Row 2 of Part
A

Tender No. C-DOT/Del/Tender/2022-2023/002 page 155 of 217

Copyright © C-DOT
Part B - SAN and Network Connectivity

SAN (ROW 1) Connectivity

Rack Type Total Server Racks Connection Port Fiber Distribution


in Row 1 and Row Type Quantity
2

SAN Rack 3 17 Total LC 136 One 24 Core fiber cable from


Ports - 10 G Server Racks in Roe 1 of Part B

SAN Rack 4 Total LC 136 One 24 Core fiber cable from


Ports - 10 G Server Racks in Roe 1 of Part B

Network (ROW 1) Connectivity

Rack Type Total Server Connection Port Fiber Distribution


Racks in Row 1 Type Quantity

Network 17 Total LC 204 One 24 Core fiber cable from


Rack 5 Ports - 10 G all Server Racks in Row 1 of
Part B

Total MPO 34 Two MPO Cables from all


Ports - 100 G Server Racks in Row 1 of Part
B

Network Total LC 204 One 24 Core fiber cable from


Rack 6 Ports - 10 G all Server Racks in Row 1 of
Part B

Total MPO 34 Two MPO cables from all


Ports - 100 G Server Racks in Row 1 of Part
B

Tender No. C-DOT/Del/Tender/2022-2023/002 page 156 of 217

Copyright © C-DOT
SAN (ROW 2) Connectivity

Rack Type Total Server Connection Port Fiber Distribution


Racks in Row 1 Type Quantity
and Row 2

SAN Rack 5 13 Total LC 104 One 24 Core fiber cable from


Ports - 10 G Server Racks in Roe 2 of Part B

SAN Rack 6 Total LC 104 One 24 Core fiber cable from


Ports - 10 G Server Racks in Roe 2 of Part B

Network (ROW 2) Connectivity

Rack Type Total Server Connection Port Fiber Distribution


Racks in Row 2 Type Quantity

Network 13 Total LC 156 One 24 Core fiber cable from


Rack 7 Ports - 10 G all Server Racks in Row 2 of
Part B

Total MPO 26 Two MPO Cables from all


Ports - 100 G Server Racks in Row 2 of Part
B

Network Total LC 156 One 24 Core fiber cable from


Rack 8 Ports - 10 G all Server Racks in Row 2 of
Part B

Total MPO 26 Two MPO cables from all


Ports - 100 G Server Racks in Row 2 of Part
B

Mux Room and Inter Rack Connectivity

Tender No. C-DOT/Del/Tender/2022-2023/002 page 157 of 217

Copyright © C-DOT
Inter Row Connectivity

Rack Type Connection Type Port Fiber Distribution


Quantity

Network Rack 1 Total LC Ports - 10 G 12 One 24 Core fiber cable from


Network Rack 3

Total MPO Ports - 100 G 12 Two MPO Cables from all


Network Rack 3, 4,5,6,7 and 8

Network Rack 2 Total MPO Ports - 100 G 12 Two MPO Cables from all
Network Rack 3, 4,5,6,7 and 8

Network Rack 3 Total LC Ports - 10 G 12 One 24 Core fiber cable from


Network Rack 5

Mux Room connectivity

Rack Type Connection Type Port Fiber Distribution


Quantity

MUX Total LC Ports - 10 G 12 One 24 Core fiber cable from


Room Network Rack 1

12 One 24 Core fiber cable from


Network Rack 2

Tender No. C-DOT/Del/Tender/2022-2023/002 page 158 of 217

Copyright © C-DOT
12 One 24 Core fiber cable from
Network Rack 5

12 One 24 Core fiber cable from


Network Rack 6

NOC Room connectivity

Rack Type Connection Type Port Fiber Distribution


Quantity

NOC Room Total LC Ports - 10 G 12 One 24 Core fiber cable from


Network Rack 7

12 One 24 Core fiber cable from


Network Rack 8

Tender No. C-DOT/Del/Tender/2022-2023/002 page 159 of 217

Copyright © C-DOT
Network – Optical Cabling Diagram

Tender No. C-DOT/Del/Tender/2022-2023/002 page 160 of 217

Copyright © C-DOT
SAN – Optical Cabling Diagram

Tender No. C-DOT/Del/Tender/2022-2023/002 page 161 of 217

Copyright © C-DOT
RACK Design Diagram

Tender No. C-DOT/Del/Tender/2022-2023/002 page 162 of 217

Copyright © C-DOT
ANNEXURE-A.4: NOC ROOM LAYOUT

Tender No. C-DOT/Del/Tender/2022-2023/002 page 163 of 217

Copyright © C-DOT
Tender No. C-DOT/Del/Tender/2022-2023/002 page 164 of 217

Copyright © C-DOT
ANNEXURE -B: TENDER ACCEPTANCE LETTER

Date:

To,

Centre for Development of Telematics


New Delhi
______________________

______________________

______________________

______________________

______________________

Sub: Acceptance of Terms & Conditions of Tender.

Tender Reference No: _________________________________________

Name of Tender / Work: _________________________________________

Dear Sir,

1. I/ We have downloaded / obtained the Tender document(s) for the above mentioned
‘Tender/Work’ from the web site(s) namely:
___________________________________________________________________________
___________________________________________________________________________

as per your advertisement, given in the above-mentioned website(s).

2. I / We hereby certify that I / we have read the entire terms and conditions of the Tender documents
from Page No. _______ to ______ (including all documents like annexure(s), schedule(s), etc.), which
form part of the contract agreement and I / we shall hereby abide by the terms / conditions / clauses
contained therein.

3. The corrigendum(s) issued from time to time by your department/ organisation have also been taken
into consideration, while submitting this acceptance letter.
Tender No. C-DOT/Del/Tender/2022-2023/002 page 165 of 217

Copyright © C-DOT
4. I / We hereby unconditionally accept the Tender conditions of above-mentioned Tender
document(s) / corrigendum(s) in its totality / entirety which include but not limited to supply,
installation, testing and commissioning of the entire components of the data centre and provide
support during warranty period and post warranty AMC period.

5. I / We do hereby declare that our Firm has not been blacklisted/ debarred by any Govt.
Department/Public sector undertaking.

6. I / We hereby confirm that we will provide services as per the terms and conditions of the contract
awarded, failing which C-DOT will be free to make alternate arrangements at our risk and cost. We
also confirm that in case of unsatisfactory services, C-DOT has the right to take any legal course of
action against us.

7. I / We certify that all information furnished by our Firm is true & correct and in the event that the
information is found to be incorrect/untrue or found violated, then your department/ organisation
shall without giving any notice or reason therefore or summarily reject the bid or terminate the
contract, without prejudice to any other rights or remedy including the forfeiture of the full said
earnest money deposit absolutely.

Yours Faithfully,

(Signature of the bidder, with Official Seal)

Tender No. C-DOT/Del/Tender/2022-2023/002 page 166 of 217

Copyright © C-DOT
ANNEXURE -C: DECLARATION LETTER FOR RULE 144

To,
Centre for Development of Telematics
New Delhi

Ref: Your Tender / Enquiry No. ……………………………………...…. Dated …………………

Bidder Name: ………………………………………………………………………………………

I, the undersigned, …………………………………………………………..(full name), do hereby declare in


my capacity as……………………………………………… … … ………………,Authorized signatory of
M/s. ……………………………………………… … … ………………having registered address at
…………………………………………………………………………(referred to as the Bidder), that:

We, the bidder is desirous of participating in the Tender/Enquiry process in response to your captioned
Tender and in this connection, we hereby declare, confirm and agree as under:

A) We, the Bidder have read and understood the contents of the Office Memorandum & the order
(Public Procurement No. 1) both bearing no. F. No. 6/18/2019/PPD dated 23rd July 2020 issued
by Department of Expenditure, Ministry of Finance, Government of India on insertion of Rule
144(xi) in the General Financial Rules (GFRs) 2017 and the amendments & clarifications thereof,
regarding restrictions on availing / procurement of goods and services , of any bidder from a
country which shares a land border with India .
B) In terms of the above and after having gone through the said amendments & clarifications
including in particular the words defined therein (which shall have the same meaning for the
purpose of this Declaration cum Undertaking), I/we the Bidder hereby declare and confirm that:

* We, the Bidder are not from such a country which shares a land border with India, in terms of the
said amendments to GFR, 2017.

OR

* We, the bidders are from such a country which shares a land border with India and has/have
been registered with the competent authority i.e. the Registration Committee constituted by the
Department of Promotion of Industry and Internal Trade, as stated under Annexure I to the
aforesaid Office memorandum / Order and we submit proof of registration herewith.

OR

We, the Bidder are from such a country which shares a land border with India, however, Our
Country has been extended lines of credit by Government of India or/and Government of India
is engaged in development projects in our Country.

Tender No. C-DOT/Del/Tender/2022-2023/002 page 167 of 217

Copyright © C-DOT
(* Delete whichever is not applicable)

C) We, the Bidders agree and undertake that if the contract/Purchase order is awarded to us, we
will not sub-contract or outsource the contract /order, and / or any part thereof unless such
subcontract / outsourcing is permitted by Centre for Development of Telematics (C-DOT) in
writing, in which case the aforesaid OM and clarifications shall be equally applicable to such sub-
contractor/vendor. we shall comply with the aforesaid OM and subsequent clarification issued
in pursuance to the aforesaid OM, from Government of India from time to time. Thus, subject to
the aforesaid OM & clarifications thereof, we shall not sub-contract or outsource the work to a
contractor from such countries which shares a land border with India, unless such sub-contractor
is registered with the Competent Authority and proof of same is obtained.

1. We, the bidders hereby confirm that we fulfill all the eligibility criteria as per Tender/Enquiry
and are not ineligible from participating in the Tender / Enquiry in view of the above Office
Memorandum, Order and clarification issued in pursuance to the aforesaid OM, from
Government of India from time to time. We the bidder, also certify that this bid/product/any
component of the product fulfils all requirements in this regard and is eligible to be considered.
We also agree and accept that if our declaration and confirmation, herein, is found to be false at
any point of time including after awarding the contract, Centre for Development of Telematics
(C-DOT) shall be within its right to forthwith terminate the contract / bid without notice to us
and initiate such action including legal action against us.

2. This declaration cum undertaking is executed by us through our Authorized signatory/ies after
having read and understood the Office Memorandum and Order (Public Procurement No. 1) both
bearing F. No. 6/18/2019/PPD of 23rd July 2020 of Ministry of Finance, Department of
Expenditure, Public Procurement Division, Government of India and clarification issued in
pursuance to the aforesaid OM from Government of India from time to time,

Executed at ____________________ on this _________day of _____________________

Authorized Signatory

M/s ______________________________

_________________________________
Signature

Name____________________________

Seal of the Bidder


Tender No. C-DOT/Del/Tender/2022-2023/002 page 168 of 217

Copyright © C-DOT
* Note: Where applicable, evidence of valid registration by the competent authority shall be attached.

Tender No. C-DOT/Del/Tender/2022-2023/002 page 169 of 217

Copyright © C-DOT
ANNEXURE -D: FORMAT OF PBG (BOND FORM) DURING WARRANTY PERIOD

1. In consideration of the CENTRE FOR DEVELOPMENT OF TELEMATICS having agreed to


exempt…………………………………...…………….. (herein after called ‘the said Contractor(s)’) from
the demand, under the terms and conditions of an agreement/ Purchase Order No.
…...……………….……………dated……………...... made
between………………………………..…..and…………………………………for the supply of
…………..……………………………………..(hereinafter called ‘the said Agreement’) of Security
Deposit for the due fulfilment by the said Contractor(s) of the terms and conditions contained in the
said Agreement, of production of the Bank Guarantee
for…………………………..we…………………………… [name of the Bank](herein after referred to as
‘the Bank’) at the request of …………….………… [the said Contractor(s)] do hereby undertake to pay
to the CENTRE FOR DEVELOPMENT OF TELEMATICSan amount not exceeding……………….
against any loss or damage caused to or suffered or would be caused to or suffered by the CENTRE
FOR DEVELOPMENT OF TELEMATICS by reason of any breach by the said Contractor(s) of any of
the terms or conditions contained in the said Agreement.

2. We ……………………………… [name of the Bank] do hereby undertake to pay the amounts due and
payable under this Guarantee without any demur, merely on a demand from the CENTRE FOR
DEVELOPMENT OF TELEMATICS stating that the amount claimed is due by way of loss or damage
caused to or would be caused to or suffered by the CENTRE FOR DEVELOPMENT OF
TELEMATICS by reasons of breach by the said Contractor(s) of any of the terms or conditions
contained in the said agreement. Any such demand made on the Bank shall be conclusive as regard
the amount due and payable by the Bank under this guarantee where the decision of the CENTRE
FOR DEVELOPMENT OF TELEMATICS in these counts shall be final and binding on the bank.
However, our liability under this guarantee shall be restricted to an amount not
exceeding…………………….

3. We undertake to pay the CENTRE FOR DEVELOPMENT OF TELEMATICS any money so


demanded not withstanding any dispute or disputes raised by the Contractor(s)/Supplier(s) in any
suit or proceeding pending before any court or tribunal relating thereto our liability under this
present being absolute and unequivocal. The payment so made by us under this bond shall be valid
discharge of our liability for payment there under and the Contractor(s)/Supplier(s) shall have no
claim against us for making such payment.

4. We ………................……………[name of the Bank] further agree that the Guarantee therein contained
shall remain in full force and effect during the period that would be taken for the performance of the
said agreement and that it shall continue to be enforceable till all the dues of the CENTRE FOR
DEVELOPMENT OF TELEMATICS under or by virtue of the said Agreement have been fully paid
and its claims satisfied or discharged or till ……………....……………… [office/department]
(CENTRE FOR DEVELOPMENT OF TELEMATICS) ……………… certifies that the terms and
conditions of the said agreement have been fully and properly carried out by the said contractor (s)
and accordingly discharges this guarantee. Unless a demand or claim under this Guarantee is made
Tender No. C-DOT/Del/Tender/2022-2023/002 page 170 of 217

Copyright © C-DOT
on us in writing on or before the expiry of Thirty-Nine months (as stipulated in the Purchase Order)
from the date thereof, we shall be discharged from all liabilities under this guarantee thereafter.

5. We ………………………………… [name of the Bank] further agree with the CENTRE FOR
DEVELOPMENT OF TELEMATICS that the CENTRE FOR DEVELOPMENT OF TELEMATICS
shall have the fullest liberty without our consent and without affecting in any manner our obligation
hereunder to vary any of the terms and conditions of the said agreement or to extend time of
performance by the said Contractor(s) from time to time or to postpone for any time or from time to
time any of the powers exercisable by the CENTRE FOR DEVELOPMENT OF TELEMATICS against
the said Contractor(s) and to forbear or enforce any of the terms and conditions relating to the said
agreement and we shall not be relieved from our liability by reason of any such variation, or
extension being granted to the said Contractor(s) or for any forbearance, act or omission on the part
of CENTRE FOR DEVELOPMENT OF TELEMATICS or any indulgence by the CENTRE FOR
DEVELOPMENT OF TELEMATICS to the said Contractor(s) or by any such matter or thing
whatsoever which under the law relating to the sureties would, but for this provision, have effect of
so relieving us.

6. This Guarantee will not be discharged due to change in the constitution of the Bank or the
Contractor(s)/Supplier(s).

7. We……….……….………………… [name of the Bank] lastly undertake not to revoke this Guarantee
during its currency except with the previous consent of the CENTRE FOR DEVELOPMENT OF
TELEMATICS in writing.

Dated the …… day of ………………….

Tender No. C-DOT/Del/Tender/2022-2023/002 page 171 of 217

Copyright © C-DOT
ANNEXURE -E: INTEGRITY PACT

INTEGRITY PACT

Between

Centre for Development of Telematics (C-DOT) hereinafter referred to as “The Principal”,


and……………………………………………herein after referred to as “The Bidder/ Contractor”

Preamble

The principal intends to award, under laid down organizational procedures, contract/s
for………………………………………The Principal values full compliance with all relevant laws
of the land, rules, regulations, economic use of resources and of fairness / transparency in its
relations with its Bidder(s)and/or Contractor(s).

In order to achieve these goals, the principal will appoint Independent External Monitors (IEMs)
who will monitor the bid process and the execution of the contract for compliance with the
principles mentioned above.

SECTION 1 –COMMITMENTS OF THE PRINCIPAL

(1) The principal commits itself to take all measures necessary to prevent corruption and to
observe the following principles: -

a. No employee of the principal, personally or through family members, will in


connection with the bid for, or the execution of a contract, demand, take a promise
for or accept, for self or third person, any material or immaterial benefit which the
person is not legally entitled to.

b. The principal will, during the bid process treat all Bidder(s) with equity and reason.
The principal will in particular, before and during the bid process, provide to all
Bidder(s) the same information and will not provide to any Bidder(s) confidential /
additional information through which the Bidder(s) could obtain an advantage in
relation to the bid process or the contract execution.

c. The principal will exclude from the process all known prejudiced persons.

(2) If the Principal obtains information on the conduct of any of its employees which is a
criminal offence under the IPC/PC Act, or if there be a substantive suspicion in this
regard, the principal will inform the Chief Vigilance Officer and in addition can initiate
Tender No. C-DOT/Del/Tender/2022-2023/002 page 172 of 217

Copyright © C-DOT
disciplinary actions.

SECTION 2 – COMMITMENTS OF THE BIDDER(S)/ CONTRACTOR(S)

(1) The Bidder(s)/ Contractor(s) commits themselves to take all measures necessary to
prevent corruption. The Bidder(s)/ Contractor(s) commits themselves to observe the
following principles during participation in the bid process and during the contract
execution.

a. The Bidder(s)/Contractor(s) will not, directly or through any other person or firm,
offer, promise or give to any of the principal’s employees involved in the bid process
or the execution of the contract or to any third person any material or other benefit
which he/she is not legally entitled to, in order to obtain in exchange any advantage
of any kind whatsoever during the bid process or during the execution of the
contract.

b. The Bidder(s)/ Contractor(s) will not enter with other Bidders into any undisclosed
agreement or understanding, whether formal or informal. This applies in particular
to prices, specifications, certifications, subsidiary contracts, submission or non-
submission of bids or any other actions to restrict competitiveness or to introduce
cartelization in the bidding process.

c. The Bidder(s)/Contractor(s)will not commit any offence under the IPC/PC Act or
such relevant laws, rules, regulations and guidelines; further the Bidder(s)/
Contractor(s) will not use improperly, for purposes of competition or personal gain,
or pass on to others, any information or document provided by the principal as part
of the business relationship, regarding plans, technical proposals and business
details, including information contained or transmitted electronically.

d. The Bidder(s)/Contractors(s) of foreign origin shall disclose the name and address
of the Agents/representatives in India, if any. Similarly, the
Bidder(s)/Contractors(s) of Indian Nationality shall furnish the name and address
of the foreign principals, if any. Further details as mentioned in the “Guidelines on
Indian Agents of Foreign Suppliers” shall be disclosed by the
Bidder(s)/Contractor(s). Further, as mentioned in the Guidelines all the payments
made to the Indian agent/representative have to be in Indian Rupees only. Copy of
the “Guidelines on Indian Agents of Foreign Suppliers” is placed at (page nos.6-7)

e. The Bidder(s)/ Contractor(s) will, when presenting their bid, disclose any and all
payments made, are committed to or intend to make to agents, brokers or any other
intermediaries in connection with the award of the contract.

f. Bidder(s) /Contractor(s) who have signed the Integrity Pact shall not approach the
Courts before and while representing the matter to IEMs and shall wait for their
Tender No. C-DOT/Del/Tender/2022-2023/002 page 173 of 217

Copyright © C-DOT
decision in the matter.

(2) The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined
above or be an accessory to such offences.

SECTION 3 – DISQUALIFICATION FROM BID PROCESS AND EXCLUSION FROM


FUTURE CONTRACTS

If the Bidder(s)/Contractor(s), before award or during execution has committed a


transgression through a violation of SECTION 2, above or in any other form such as to
put their reliability or credibility in question, the principal is entitled to disqualify the
Bidder(s)/Contractor(s) from the bid process or take action as per the procedure
mentioned in the “Guidelines on Banning of business dealings”. Copy of the “Guidelines
on Banning of business dealings” is placed at (page nos.8-17).

SECTION 4 – COMPENSATION FOR DAMAGES

(1)If the Principal has disqualified the Bidder(s) from the bid process prior to the
award according to SECTION 3, the principal is entitled to demand and recover
the damages equivalent to Earnest Money Deposit/ Bid Security.
(2) If the Principal has terminated the contract according to SECTION 3, or if the
Principal is entitled to terminate the contract according to SECTION 3, the
principal shall be entitled to demand and recover from the Contractor liquidated
damages of the Contract value or the amount equivalent to Performance Bank
Guarantee.
SECTION 5 – PREVIOUS TRANSGRESSION

(1) The Bidder declares that no previous transgressions occurred in the last three
years with any other Company in any country conforming to the anti-corruption
approach or with any Public Sector Enterprise in India that could justify his
exclusion from the bid process.

(2) If the Bidder makes incorrect statement on this subject, he can be disqualified
from the bid process or action can be taken as per the procedure mentioned in
“Guidelines on Banning of business dealings”.

SECTION 6 – EQUAL TREATMENT OF ALL BIDDERS / CONTRACTORS /


SUBCONTRACTORS

(1) In case of Sub-contracting, the Principal Contractor shall take the responsibility
of the adoption of Integrity Pact by the Sub-contractor.

(2) The principal will enter into agreements with identical conditions as this one
Tender No. C-DOT/Del/Tender/2022-2023/002 page 174 of 217

Copyright © C-DOT
with all Bidders and Contractors.

(3) The principal will disqualify from the bid process all bidders who do not sign
this Pact or violate its provisions.

SECTION 7 – CRIMINAL CHARGES AGAINST VIOLATING BIDDER(S) /


CONTRACTOR(S) / SUBCONTRACTOR(S)

If the Principal obtains knowledge of conduct of a Bidder, Contractor or Subcontractor,


or of an employee or a representative or an associate of a Bidder, Contractor or
Subcontractor which constitutes corruption, or if the principal has substantive suspicion
in this regard, the principal will inform the same to the Chief Vigilance Officer.

SECTION 8 – INDEPENDENT EXTERNAL MONITOR

(1) The principal has appointed Sh. Prabhash Singh (srgmhrbpl@gmail.com), a


competent and credible Retd. ITS as the Independent External Monitor for this Pact
after approval by Central Vigilance Commission. The details of the appointed IEM
are available on the principal’s official website. The task of the Monitor is to review
independently and objectively, whether and to what extent the parties comply with
the obligations under this agreement.

(2) The Monitor is not subject to instructions by the representatives of the parties and
performs his/her functions neutrally and independently. The Monitor would have
access to all Contract documents, whenever required. It will be obligatory for him /
her to treat the information and documents of the Bidders/Contractors as
confidential. He/ she reports to the EDR, C-DOT.

(3) The Bidder(s)/Contractor(s) accepts that the Monitor has the right to access without
restriction to all Project documentation of the principal including that provided by
the Contractor. The Contractor will also grant the Monitor, upon his/her request and
demonstration of a valid interest, unrestricted and unconditional access to their
project documentation. The same is applicable to Sub-contractors.

(4) The Monitor is under contractual obligation to treat the information and documents
of the Bidder(s)/ Contractor(s)/ Sub- contractor(s) with confidentiality. The Monitor
has also signed declarations on ‘Non- Disclosure of Confidential Information’ and
of ‘Absence of Conflict of Interest’. In case of any conflict of interest arising at a later
date, the IEM shall inform Executive Director, C-DOT and recuse himself/herself
from that case.

(5) The principal will provide to the Monitor sufficient information about all meetings
among the parties related to the Project provided such meetings could have an
impact on the contractual relations between the Principal and the Contractor. The
Tender No. C-DOT/Del/Tender/2022-2023/002 page 175 of 217

Copyright © C-DOT
parties offer to the Monitor the option to participate in such meetings.

(6) As soon as the Monitor notices, or believes to notice, a violation of this agreement,
he/she will so inform the Management of the Principal and request the
Management to discontinue or take corrective action, or to take other relevant
action. The monitor can in this regard submit non- binding recommendations.
Beyond this, the Monitor has no right to demand from the parties that they act in a
specific manner, refrain from action or tolerate action.

(7) The Monitor will submit a written report to the Executive Director, C-DOT within 8
to 10 weeks from the date of reference or intimation to him by the principal and,
should the occasion arise, submit proposals for correcting problematic situations.

(8) If the Monitor has reported to the Executive Director, C-DOT, a substantiated
suspicion of an offence under IPC/ PC Act and such similar laws, and the Executive
Director, C-DOT has not, within the reasonable time taken visible action to proceed
against such offence or reported it to the Chief Vigilance Officer, the Monitor may
also transmit this information directly to the Central Vigilance Commissioner.

(9) The word ‘Monitor’ would include both singular and plural.

SECTION 9 – PACT DURATION

This Pact begins when both parties have legally signed it. It expires for the Contractor, 12
months after the last payment is made under the contract, and for all other Bidders 6 months
after the contract has been awarded. Any violation of the same would entail disqualification of
the bidders and exclusion from future business dealings.

If any claim or discrepancy is made or lodged by any bidder or the principal, during this time,
the same shall be binding and continue to be valid despite the lapse of this pact as specified
above, unless it is discharged / determined by Executive Director of C-DOT.

SECTION 10 – OTHER PROVISIONS

(1) This agreement is subject to Indian Law. Place of performance and jurisdiction is the
Registered Office of the Principal, i.e. New Delhi.

(2) Changes and supplements as well as termination notices need to be made in


writing. Side agreements have not been made.

(3) If the Contractor is a partnership or a consortium, this agreement must be signed by


all partners or consortium members.
Tender No. C-DOT/Del/Tender/2022-2023/002 page 176 of 217

Copyright © C-DOT
(4) Should one or several provisions of this agreement turn out to be invalid, the
remainder of this agreement remains valid. In this case, the parties will strive to
come to an agreement to their original intentions.

(5) Issues like Warranty/Guarantee etc. shall be outside the purview of IEMs.

(6) In the event of any contradiction between the Integrity Pact and its Annexure, the
Clause in the Integrity Pact will prevail.

(For & On behalf of the principal) (For & On behalf of Bidder/


Contractor)

Name: Name:

Place: Place:

Date: Date:

Witness1 Witness1:

Address __ Address _

Witness2 Witness2:

Address Address __________________

Tender No. C-DOT/Del/Tender/2022-2023/002 page 177 of 217

Copyright © C-DOT
ANNEXURE -F: Format of Technical Compliance Statement

(“Technical Specifications”)

Section / Subsection/Item

S. Clause Details Complied / Not Deviation Reason


No. No. Complied

(Signatures of Authorized Signatory of the Bidder)

Tender No. C-DOT/Del/Tender/2022-2023/002 page 178 of 217

Copyright © C-DOT
ANNEXURE -G: Price Bid Undertaking

Date ………….. Tender reference No. C-DOT/Del/Tender/2022-2023/……...


Tender
Name

From
…………………………………………………..
…………………………………………………..
…………………………………………………..
[Full name and address of the Bidder]

I certify that,

1. I have submitted the price bid for above mentioned tender and related activities as envisaged in
the tender document.
2. I have thoroughly examined and understood all the terms and conditions as contained in the
tender document.
3. I offer to work at the rates as indicated in the price bid, inclusive of all applicable taxes/charges
except GST.

Yours faithfully,

[Name, signature and seal of authorized representative]

Tender No. C-DOT/Del/Tender/2022-2023/002 page 179 of 217

Copyright © C-DOT
ANNEXURE -H: Non-Disclosure Agreement (NDA)

This Agreement made on this ______ day of _____________ , _______ (the ‘Effective Date’)

BETWEEN:

1. Centre for Development of Telematics (C-DOT), the Telecommunication Technology Centre of


Government of India, having its Corporate Office at C-DOT Campus, Mandi Gaon Road,
Mehrauli, New Delhi – 110030 (which expression shall mean and include its successors, legal
nominees and permitted assigns);

AND

2. __________________________________________________________________having its office


located at____________________________________________________________________(which
expression shall mean and include its successors, legal nominees and permitted assigns);
(hereinafter referred to, individually, as the “Party” and collectively, as the “Parties”)

Background:

i. The Parties intend to evaluate, discuss and negotiate the prospective business opportunity of
mutual interest as specified in the Request for Proposal (TENDER) Document of C-DOT for
Design, Supply, Installation, Testing, Commissioning and Maintenance of Data Centre
Infrastructure on Turnkey basis (TENDER Ref. No._____________________________ dated
______ XX-XXXX).

ii. The Parties may, in these evaluations, discussions and negotiations, disclose to each other
information that is technically and/or commercially confidential.

iii. The Parties have agreed that disclosure and use of such technical and/or commercial
confidential information shall be made only as per terms and conditions of this Agreement.

Now, therefore, in consideration of mutual promises and covenants contained in this Agreement
and the mutual disclosure of confidential information to each other, the Parties hereto agree as
follows:

1.1 Definitions

In this Agreement the following terms shall, unless the context otherwise requires, have the
following meanings:

Tender No. C-DOT/Del/Tender/2022-2023/002 page 180 of 217

Copyright © C-DOT
1.1 ‘Disclosing Party’ means the Party disclosing Confidential Information to the other Party
under this Agreement.

1.2 ‘Receiving Party’ means the Party receiving Confidential Information from the other Party
under this Agreement.

1.3 ‘Confidential Information’ means any information, which shall include but is not limited to,
research, patents, patent applications, algorithm, computer software (including source and
object code), hardware configuration, prototype, design, drawings, know-how, technology,
process, data, work-in-progress, future development, product features including
specifications and documentation, trade secrets, agreements with third parties, market
opportunities, sales data, costs and profits, business or financial data, plans, policies and
practices of the Parties or their customers, product samples, inventions, concepts and any
other technical and/or commercial information, disclosed directly or indirectly and in any
form whatsoever (including, but not limited to, disclosure made in writing, oral or in the
form of samples, models, computer programs, drawings or other instruments) furnished by
the Disclosing Party to the Receiving Party under this Agreement.

1.3.1 Such Confidential Information shall also include but shall not be limited to:

1.3.1.1 information disclosed by the Disclosing Party in writing marked as confidential at


the time of disclosure;

1.3.1.2 information disclosed by the Disclosing Party orally which is slated to be confidential
at the time of disclosure;

1.3.1.3 information disclosed in any other manner is designated in writing as confidential


information at the time of disclosure; or

1.3.1.4 notwithstanding sub-clauses 1.3.1.1, 1.3.1.2 and 1.3.1.3 of this definition, any
information whose nature makes it obvious that it is confidential.

1.3.2 Such Confidential Information shall not include any information which:

1.3.2.1 is, at the time of disclosure, publicly known; or

1.3.2.2 becomes at a later date, publicly available otherwise than a wrongful act or
negligence or breach of this Agreement of or by the Receiving Party; or

Tender No. C-DOT/Del/Tender/2022-2023/002 page 181 of 217

Copyright © C-DOT
1.3.2.3 the Receiving Party can demonstrate by its written records, was in its possession, or
known to the Receiving Party, before receipt under this Agreement and which was
not previously acquired under an obligation of confidentiality; or

1.3.2.4 is legitimately obtained at any time by the Receiving Party from a third party without
restrictions in respect of disclosure or use;

1.3.2.5 Or the Receiving Party can demonstrate to the satisfaction of the Disclosing Party,
has been developed independently of its obligations under this Agreement and
without access to the Confidential Information.

1.4 ‘Purpose’ means pursuing the evaluations, discussions, negotiations and execution between
the Parties in respect of the business opportunity as defined in paragraph (I) of the
Background section.

1.5 ‘Affiliate’ means any legal entity which, at the time of disclosure to it on any Confidential
Information, is directly or indirectly controlling, controlled by or under common control with
any of the Parties.

1.6 ‘Contemplated Agreement’ means any future legally binding Agreement between the
Parties in respect of the envisaged business opportunity under this Agreement.

2.0 Non-Disclosure of Confidential Information

2.1 In consideration of the disclosure of Confidential Information by the Disclosing Party to the
Receiving Party solely for the Purpose, the Receiving Party undertakes not to disclose
Confidential Information to any third party, unless in accordance with Clause 4.

2.2 In addition to the undertaking in Clause 2.1, the Receiving Party shall be liable for:

2.2.1 any loss, theft or other inadvertent disclosure of Confidential Information, and

2.2.2 any unauthorized disclosure of Confidential Information by persons (including, but not
limited to, present and former employees) or entities to whom the Receiving Party under
this Agreement has the right to disclose Confidential Information, except where, the
Receiving Party has used the same degree of care in safeguarding such Confidential
Information as it uses for its own Confidential Information of like importance and in no
event less than a reasonable degree of care; and upon becoming aware of such inadvertent
or unauthorized disclosure, the Receiving Party has promptly notified the Disclosing Party
thereof and taken all reasonable measures to mitigate the effects of such disclosure and to
prevent further disclosure.

Tender No. C-DOT/Del/Tender/2022-2023/002 page 182 of 217

Copyright © C-DOT
2.3 The Receiving Party understands and agrees that:

2.3.1 any information known only to a few people to whom it might be of commercial interest
and not generally known to the public, is not public knowledge;

2.3.2 A combination of two or more parts of the Confidential Information is not public knowledge
merely because each part is separately available to the public.

2.4 The Receiving Party acknowledges the technical, commercial and strategic value of the
Confidential Information to the Disclosing Party and understands that unauthorized
disclosure of such Confidential Information will cause irreparable harm and significant
injury to the Disclosing Party.

3.0 Use of Confidential Information

The Receiving Party is entitled to use the Confidential Information but only for the defined
Purpose under this Agreement.

4.0 Permitted Disclosure of Confidential Information

4.1 The Receiving Party may disclose in confidence Confidential Information to any of its
Affiliates and employees, in which event the Affiliate and employee shall be entitled to use
the Confidential Information but only to the same extent the Receiving Party is permitted to
do so under this Agreement. The Receiving Party agrees that such Affiliates or employees are
subject to confidentiality obligations no less restrictive than those of this Agreement.

4.2 The Receiving Party shall limit the dissemination of Confidential Information of its Affiliates
and employees having a need to receive such information to carry out the Purpose.

4.3 The Receiving Party may disclose Confidential Information to its consultants, contractors,
sub-contractors, agents or similar persons and entities having a need to receive such
information to carry out the Purpose on the prior written consent of the Disclosing Party. In
the event that the Disclosing Party gives such consents, the Receiving Party agrees that such
individuals are subject to confidentiality obligations no less restrictive than those of this
Agreement.

4.4 Notwithstanding Clause 2.1, the Receiving Party shall not be prevented from disclosing
Confidential Information, where (I) such disclosure is in response to a valid order of a court
or any other governmental body having jurisdiction over this Agreement, or (ii) such
disclosure is otherwise required by law, provided that the Receiving Party, to the extent
possible, has first given prior written notice to the Disclosing Party and made reasonable
efforts to protect the Confidential Information in connection with such disclosure.
Tender No. C-DOT/Del/Tender/2022-2023/002 page 183 of 217

Copyright © C-DOT
5.0 Copying and Return of Confidential Information

5.1 The Receiving Party shall not be entitled to copy or otherwise reproduce or duplicate
samples, models, computer programs, drawings, documents or other instruments furnished
by the Disclosing Party hereunder and containing Confidential Information, unless and to
the extent it is necessary for the Purpose.

5.2 All samples, models, computer programs, drawings, documents and other instruments
furnished hereunder and containing Confidential Information shall remain the Disclosing
Party’s property.

5.3 At any time upon request from the Disclosing Party or upon the conclusion/ rejection of the
Purpose or expiry of this Agreement, the Receiving Party, at its own cost, will return or
procure the return, promptly and in any event within 14 days of receipt of such request, of
the originals as well as each and every copy/reproduction of Confidential Information given
by the Disclosing Party, and satisfy the Disclosing Party that it no longer holds any further
Confidential Information.

6.0 Non-Disclosure of Discussions/Negotiations

Except as provided in Clause 4.0, each Party agrees that it will not, without the other Party’s
prior written approval, disclose to any third party the fact that the Parties are discussing the
business opportunity. The Parties acknowledge that the provisions of this Agreement shall apply
in respect of the content of any such discussions/negotiations. The undertaking set forth in this
Clause 6.0 shall survive the termination of this Agreement.

7.0 Term and Termination:

7.1 This Agreement shall come into force from the Effective Date. The provisions of this
Agreement shall, however, apply retroactively to any Confidential Information, which may
have been disclosed in connection with discussions and negotiations regarding the business
opportunity prior to the Effective Date.

7.2 This Agreement shall remain in force for eight (8) years from the Effective Date, except to the
extent this Agreement is superseded by stipulations of the Contemplated Agreement.

7.3 The rights and obligations of each Party with respect to all Confidential Information received
under this Agreement, shall survive expiration or termination of this Agreement and shall
remain in effect for a period of five (5) years from (i) the last date of disclosure of Confidential
Information, or (ii) completion of the defined Purpose, whichever is later.

8.0 Intellectual Property Rights

Tender No. C-DOT/Del/Tender/2022-2023/002 page 184 of 217

Copyright © C-DOT
All Confidential Information and all patent, copyright, trade secret, trademark and other
intellectual property rights therein, shall remain the exclusive and sole property of the Disclosing
Party. The Receiving Party shall not be construed to be granted any license or having obtained any
implied rights by reason of this Agreement, except the limited right to review such Confidential
Information solely for the purposes of determining whether to enter into and further carry out the
defined business opportunity.

Each Party agrees not to reverse engineer, disassemble or decompile the Confidential Information
received from the other Party, pursuant to this Agreement.

9.0 Future Agreements

Nothing in this Agreement shall obligate either Party to enter into any further Agreements.

10.0 Amendments

Any amendment to this Agreement shall be agreed in writing by both Parties and shall refer to this
Agreement.

11.0 Severance

If any term or provision in this Agreement is held to be illegal, invalid or unenforceable, in whole
or in part, under any enactment or rule of law, such term or provision or part shall, to that extent,
be deemed not to form part of this Agreement, but the validity and enforceability of the remainder
of this Agreement shall not be affected.

12.0 Governing Law

This Agreement shall be governed by and construed in accordance with the laws of India and in
any dispute arising out of or relating to this agreement, the Parties submit to the exclusive
jurisdiction of the Courts situated at Delhi, India.

13.0 General

13.1 Each Party agrees to comply with all applicable Laws and Regulations including but not
limited to those relating to export and re-export of technical data documentation and/or
providing insofar as they relate to the information disclosed under this Agreement.

13.2 The Disclosing Party warrants that it has all necessary rights to lawfully disclose the
Confidential Information and the Confidential Information has not been provided in breach
of any other agreement with a third party. The Disclosing Party shall indemnify the Receiving
Party against all liabilities for third party claims in this regard.

13.3 With reasonable prior written notice, the Disclosing Party may audit the use of the
disclosed Confidential Information under this Agreement at the Receiving Party’s premises.
Tender No. C-DOT/Del/Tender/2022-2023/002 page 185 of 217

Copyright © C-DOT
The Receiving Party agrees to co-operate with the Disclosing Party during such audit and to
provide reasonable assistance and access to the sought information.

13.4 The Receiving Party shall disclose of any similar agreements explicit or otherwise, for similar
purpose/application within its own organization, or with any other third party.

13.5 Neither Party shall assign this Agreement without the written express permission of the
other Party.

13.6 In the event of a breach or threatened breach by the Receiving Party of any provisions of this
Agreement, the Disclosing Party, in addition to and not in limitation of any other rights,
remedies or damages available to the Disclosing Party at law, in equity or otherwise, shall be
entitled to a temporary restraining order / preliminary injunction in order to prevent or to
restrain any such breach by the Receiving Party, or by any or all persons directly or indirectly
acting for, on behalf of, or with the Receiving Party.

13.7 All the disputes/differences between the Parties under this Agreement, shall be resolved
through mutual discussions/re-conciliation in good faith, failing which, these shall be settled
as per provisions of Arbitration and Conciliation Act, 1996, as amended from time to time.

IN WITNESS whereof this Agreement was duly executed by the duly authorized representatives of the
Parties on the day and year first above written.

For and on behalf of for and on behalf of


C-DOT

Sign : _____________________ Sign : ________________________

Name : Name :

Title : Title :

Witness:

1) 1)

2) 2)

Tender No. C-DOT/Del/Tender/2022-2023/002 page 186 of 217

Copyright © C-DOT
ANNEXURE -I: Proof of site visit by bidder

Proof of Site Visit by Bidder

This is to certify that M/s…………………………………………………………has visited C-DOT Site, Data Center area for the tender
No.…................... on date …………. This visit includes survey of all the areas defined in the bid for the purpose of DC Build.

(Signature of Authorized Representative of Bidder) (Signature of Authorized Representative of C-DOT)

Tender No. C-DOT/Del/Tender/2022-2023/002 page 187 of 217

Copyright © C-DOT
ANNEXURE -J: Proforma for Contract

Proforma for Contract

THIS AGREEMENT made the on day of 2022

BETWEEN

The Centre for Development of Telematics (C-DOT) (hereinafter referred to as “the Purchaser”) which expression shall unless
repugnant to the context or meaning thereof mean and be deemed to include its authorized agents, representatives and permitted
assigns of the First Part.

AND

The Party (hereinafter referred to as “the Agency (AGENCY)”) which expression shall unless repugnant to the
context or meaning thereof mean and be deemed to include their successors and permitted assigns having its registered office at
_ of the Second Part.

WHEREAS

Tender No. C-DOT/Del/Tender/2022-2023/002 page 188 of 217

Copyright © C-DOT
(a) The Purchaser had invited Tenders vide their Tender No. ………………………………………… (hereinafter referred to as
“Tender Document”) for “Appointment of an agency for Design, Site Preparation, Supply, Installation, Testing,
Commissioning, Operations and Maintenance of Basic Infrastructure for the establishment of a Data Centre on Turnkey basis
at C-DOT at Delhi”

(b) The AGENCY had submitted its proposal dated (hereinafter referred to as the “Tender”) for the provision of such
services in accordance with its proposal as set out in its Tender and in accordance with the terms and conditions of the Tender and
this Contract.

(c) The Purchaser has agreed to appoint the AGENCY for the provision of such services and the AGENCY has agreed to provide
services as are represented in the Tender, including the terms of this Contract, the Schedules attached hereto and in accordance
with the terms of the Tender, and in terms of the discussions, negotiations and clarifications in relation to the implementation of
the scope of work.

(d) In consideration of the foregoing and the mutual covenants and promises contained herein and other good and valuable
consideration the receipt and adequacy of which is hereby acknowledged, the parties intending to be bound legally.

Tender No. C-DOT/Del/Tender/2022-2023/002 page 189 of 217

Copyright © C-DOT
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the General
Conditions of Contract referred to.
2. The following documents shall be deemed to form and be read and construed as part of this Agreement viz:

• the Scope of Work


• the General Conditions of Contract
• the Service Level Agreement (SLA)
• the Purchaser's Notification of Award.

3. In consideration of the payments to be made by the Purchaser to the AGENCY as hereinafter mentioned, the AGENCY hereby
covenants with the Purchaser to provide the Services and to remedy defects therein in conformity in all respects with the
provisions of the Contract.

4. The Purchaser hereby covenants to pay the AGENCY in consideration of the provision of the Services and the remedying of
defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and
in the manner prescribed by the Contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with their respective laws the
day and year first above written

Tender No. C-DOT/Del/Tender/2022-2023/002 page 190 of 217

Copyright © C-DOT
Signed, Sealed and Delivered by the said

(WITNESS)

(For the Purchaser) in the presence of:

Signed, Sealed and Delivered by the said

(WITNESS)
(For the AGENCY) in the presence of:

Tender No. C-DOT/Del/Tender/2022-2023/002 page 191 of 217

Copyright © C-DOT
Purpose of this Agreement

The purpose of this Service Level Agreement (hereinafter referred to as SLA) is to clearly define the levels of service which
shall be provided by the Agency to C-DOT for the duration of this contract.

The benefits of this SLA are to:

▪ Trigger a process that applies C-DOT and the Agency management attention to some aspect of performance when that
aspect drops below an agreed upon threshold, or target.
▪ Makes explicit the expectations that C-DOT has for performance.
▪ Helps C-DOT control the levels and performance of Agency services.

The Agency and C-DOT shall maintain a monthly contact to monitor the performance of the services being provided by the
Agency and the effectiveness of this SLA

This Service Level Agreement is between the Agency and C-DOT.

1. Definitions

For purposes of this Service Level Agreement, the definitions and terms as specified in the contract along with the following
terms shall have the meanings set forth below:

▪ "Availability" shall mean the time for which the services and facilities offered by the Agency are available for conducting
operations from the equipment hosted in the Data Centre.

▪ “Downtime” is the time the services and facilities are not available to C-DOT and excludes the scheduled outages planned
in advance for the Data Centre.
▪ “Incident” refers to any event / abnormalities in the functioning of the Data Centre Equipment / Services that may lead

Tender No. C-DOT/Del/Tender/2022-2023/002 page 192 of 217

Copyright © C-DOT
to disruption in normal operations of the Data Centre services.
• CRITICAL: Incidents, whose resolution shall require additional investment in component or time or shall
involve coordination with OEMs. These incidents shall impact the overall functioning of the DC. For
example, Power failure, failure of Spine switch, etc.
• Medium: Incidents, whose resolution shall require replacement of hardware of software parts, requiring
significant interruption in working of that individual component, for example, installation of operating
system, replacement of switch, etc.
• Low: Incidents, whose resolution shall require changes in configuration of hardware or software, which will
not significantly interrupt working of that component.

2. Description of Services Provided

The Agency will provide required services for Site Preparation & Supply, Installation, Maintenance and Operations of Infrastructure
for the establishment of C-DOT Data Centre at the proposed site.

The exact scope and area of services provided as part of this Contract Agreement are detailed in “SECTION 3 TECHNICAL SCOPE
AND SPECIFICATION” and annexures therein of this tender.

3. Service Level Agreements & Targets

This SLA scope provides for the minimum level of services required as per contractual obligations based on performance indicators
and measurements thereof. The Agency shall ensure provisioning of all required services while monitoring the performance of the
same to effectively comply with the performance levels.

The services provided by the Agency shall be reviewed by the C-DOT and C-DOT shall:

▪ Check performance of the Agency against this SLA over the review period and consider any key issues of the past period’s
performance statistics including major incidents, service trends, etc.
▪ Discuss escalated problems, new issues and matters still outstanding for resolution.
Tender No. C-DOT/Del/Tender/2022-2023/002 page 193 of 217

Copyright © C-DOT
▪ Review of statistics related to rectification of outstanding faults and agreed changes.
▪ Obtain suggestions for changes to improve the service levels.

In case desired, C-DOT may initiate an interim review to check the performance and the obligations of the Agency. The SLA may
be reviewed and revised in accordance with the procedures detailed in Clause 5, SLA Change Control. The procedures in Clause 4
will be used if there is a dispute between C-DOT and the Agency on what the performance targets should be.

The SLA has been logically segregated in the following categories:

1. Performance Related Service Levels


2. Compliance & reporting Procedures
3. Civil and Electrical Major and Minor Works
4. Periodic Facility Audits

The following measurements and targets shall be used to track and report performance on a regular basis. The targets shown in the
following table are applicable for the duration of the contract.

Tender No. C-DOT/Del/Tender/2022-2023/002 page 194 of 217

Copyright © C-DOT
3.1.1 Performance Related Service Levels

Tender No. C-DOT/Del/Tender/2022-2023/002 page 195 of 217

Copyright © C-DOT
Sr. Measurement Definition Measurement Threshold Penalty
No. Interval Values

1. Data Centre Availability = {1- Quarterly >= 99.98% 25 minutes No Penalty


Availability [(Downtime) / (Total Time Continuous
– Maintenance Time)]} downtime
*100 Availability of Power
will be measured upto the >= 99.75% to <= 30 0.5% of the Quarterly
socket level in the server <99.98% minutes to > Invoice (QI) value
room that provides power 25 minutes of
to the racks. downtime

< 99.75% > 30 minutes For every 0.25% reduction


of downtime in the uptime there will be
a penalty of 2% QI.

2. Temperature The server farm area Quarterly 22 +/- 2 0-4 instances No Penalty
temperature should be Degree Centigrade in (Racks) in a
maintained all the time. the server farm area all week
Temperature log reports the time.
should be stored for a
22 +/- 2 5 or more Penalty of 0.25% of the QI
period of minimum 4
Degree Centigrade in number of value for [If Instances
months.
the server farm area all instances in a count more than 10 in one
the time. week QI, it shall be recorded as
Event of Default], a letter of
warning may be issued to
the Agency and penalty of
0.25 % will be added per 5
instances.

3. Humidity The server farm humidity Quarterly The humidity should 0 - 4 instances No Penalty

Tender No. C-DOT/Del/Tender/2022-2023/002 page 196 of 217

Copyright © C-DOT
should be maintained all be within range of 5 or more 0.25% of the QI value for
the time. 50% +/- 5 Relative number of [If Instances count more
Humidity (RH) all the instances in a than 10 in one QI then it
Humidity log reports time week Record as Event of
should be stored for a Default], a letter of warning
period of minimum 4 may be issued to the agency
months. and penalty of 0.25 % will be
added per 5 instances.

4. CCTV camera Availability = {1- Quarterly >= 99.98% 25 minutes No penalty


Availability [(Downtime) / (Total Time
– Maintenance Time)]} * Between 99.98% and <= 30 0.5% of the QI value.
Shall be
100 99.75% minutes to >
measured for
25 minutes of
all cameras
downtime
installed and
NVR < 99.75% > 30 1% of the QI value.
minutes of
downtime
5. CCTV Footage CCTV footage/NVR data Quarterly The Agency should 30 days with 0.01% of the QI value plus
Availability should be kept stored for maintain the CCTV NVR and 3 Letter of Warning to be
some period of time. footage recordings of months with issued to the agency.
past 30 days at given storage.
point of time. The
recordings should be
taken back up and store
for minimum of 3
months.

6. Availability of Availability = {1- Quarterly >= 99.98% 25 minutes No penalty


Access Control [(Downtime) / (Total Time
Devices – Maintenance Time)]} *
100 Between 99.98% <= 30 0.5% of the QI value on an
and minutes to > incremental basis.
99.75% 25 minutes of
downtime

Tender No. C-DOT/Del/Tender/2022-2023/002 page 197 of 217

Copyright © C-DOT
< 99.75% > 30 minutes 1% of the QI value
of Downtime

Tender No. C-DOT/Del/Tender/2022-2023/002 page 198 of 217

Copyright © C-DOT
3.1.2 Compliance & Reporting Procedures

Tender No. C-DOT/Del/Tender/2022-2023/002 page 199 of 217

Copyright © C-DOT
Sr. Measurement Definition Measurement Target Penalty
No Interval

1. Submission of MIS The Agency shall submit the MIS Quarterly Report for the previous quarter No Penalty
Reports reports Quarterly and as and when shall be submitted within the
required by C-DOT first week of next quarter.

Delay beyond the date of 0.01% of the QI


submission value for every
week time delay

2. Submission of Daily The Agency shall submit the Check Quarterly 0-4 Reports are missed in a No Penalty
Check List Reports List daily. The sample check list quarter
shall be referred in Annexure -K
5 or more reports missed in a 0.01% of the QI
quarter value for every
week time delay
3. Incident Reporting Quarterly 100% Critical incidents to be No Penalty
Any failure/ incident on any part of reported to C-DOT within 1
the Data Centre infrastructure or its hour with the cause, action and
facilities shall be communicated remedy for the incident.
immediately to C-DOT as an
exceptional report giving details of Delay beyond an hour 1% of the QI
downtime, if any. Payment for every
hour’s delay on an
incremental basis.

4. Change Management Measurement of quality and Quarterly 100% of changes should follow 0.1% of the QI value
timeliness of changes to the Data formal change control for every non-
Centre facilities procedures. All changes need compliance of
to be approved by C-DOT. It Change request on
should be implemented on time an incremental
and as per schedule & without basis.
any disruption to the services.

Tender No. C-DOT/Del/Tender/2022-2023/002 page 200 of 217

Copyright © C-DOT
5. Scheduled Measures timely maintenance of the Quarterly 100 % of scheduled maintenance 0.1% of the QI
Maintenance equipment installed at the Data should be carried out as per Payment for every
Centre. The Agency shall provide a maintenance plan submitted by non- compliance
detailed equipment maintenance the Agency. Any scheduled on an incremental
plan on the commencement of the maintenance needs to be basis
project. planned and intimated to C-
DOT at least 2 working days in
advance

6. Implementation of Implementation of audit Half- yearly 100% on time to be implemented 0.5 % of the QI
Audit recommendations by C-DOT as per timelines agreed upon Payment for every
Recommendations or its auditor which have been with C-DOT non compliance
agreed by Agency & C-DOT to be
implemented.

7. Maintenance of The Agency should maintain an Quarterly 100% as per the inventory log 0.1% of the QI
Inventory inventory of items that will be committed and maintained by Payment for every
required on an ongoing basis for Agency. non compliance
maintenance

3.1.3 Civil and Electrical Major and Minor Works

Sr. Type of work Resolution Time Penalty


No.

1. Major T= 5 days No Penalty

Any civil/ electrical work as defined in Scope of work of this RFP T1 = T+2 0.05% of the QI for every unresolved
Major Civil Work including the False Flooring, False Ceiling, days call
Doors & Locking, Partitioning, Fire Proofing of all surfaces,
Furniture & Fixtures and Painting to be replaced/carried out T2 = T1+2 1% of the QI for every unresolved call

Tender No. C-DOT/Del/Tender/2022-2023/002 page 201 of 217

Copyright © C-DOT
within 10 days of reporting. > T2 2% of the QI for every unresolved call

The Agency should maintain sufficient inventory to carry out civil


and electrical repairs without any disruption to operations.

For critical items, the resolution time shall be mutually agreed


by the C-DOT and the Agency at the time of award of contract.

T shall be the agreed resolution time

2. Minor T = 7 days No Penalty

T1 = T+1 0.05% of the QI for every unresolved


days call
Minor Civil work including Cement Concrete Work, Masonry
Work, Trench Work, Storage and Glazing work. T2 = T1+2 1% of the QI for every unresolved call

> T2 2% of the QI for every unresolved call

3.1.4 Periodic Facility Audits


C-DOT would conduct half-yearly audits to check for the compliance of the Data Centre Facility with all the technical
specifications as outlined in “SECTION 3 TECHNIAL SPECIFIATION AND SCOPE”. Any non-compliance to the
specifications would qualify the Agency for a penalty. For every instance of non-compliance (even if it is repetitive in nature)
there would be a penalty. The penalty would be levied on an additive basis and the accumulated total value would be
deducted from the payment due to the Agency in the following month.

Though C-DOT would conduct audits on a half-yearly basis, surprise checks can be conducted anytime and for any number
of times. Any non-compliance observed during the surprise checks would also qualify the Agency for a penalty. The penalty
would be levied on an additive basis and the accumulated total would be deducted from the payment due to the Agency
in the month in which surprise checks were conducted.

Tender No. C-DOT/Del/Tender/2022-2023/002 page 202 of 217

Copyright © C-DOT
Sr. No. Requirement Measurement Penalty

CCTV Surveillance C-DOT would audit a randomly 1% of the applicable


1.
& Security
selected sample of the CCTV QI for every missing
records. The Agency should be record in the
able to produce all the records at randomly selected
the time of such audit. sample.

Fire Prevention, C-DOT would audit randomly 1% of the applicable


2.
Detection &
Suppression
selected Fire Extinguishers in QI for every non-
the Data Centre. The Agency is compliance.
expected to maintain the gas
levels as per specifications laid
out on the Fire Extinguishers.

Tender No. C-DOT/Del/Tender/2022-2023/002 page 203 of 217

Copyright © C-DOT
4. Issue Management Procedures

4.1. General

Issue Management process provides for an appropriate management structure towards orderly consideration and
resolution of business and operational issues in the event of a quick consensus not reached between C-DOT and Agency.

Implementing such a process at the commencement of services shall significantly improve the probability of successful
issue resolution. It is expected that this pre-defined process will only be used on an exception basis if issues are not resolved
at operational levels.

4.2. Issue Management Procedures

1. Either C-DOT or Agency may raise an issue by documenting the business or technical problem, which presents a
reasonably objective summary of both points of view and identifies specific points of disagreement with possible
solutions.
2. The C-DOT and the Agency will determine which committee or executive level should logically be involved in
resolution. A chain of management escalation is defined in Clause 8 of this document.
3. A meeting or conference call will be conducted to resolve the issue in a timely manner. The documented issues will be
distributed to the participants at least 24 hours prior to the discussion if the issue is not an emergency requiring
immediate attention.
4. The C-DOT and the Agency shall develop an interim solution, if required, and subsequently the permanent solution for
the problem at hand. The Agency will then communicate the resolution to all interested parties.
5. In case the issue is still unresolved, the arbitration procedures described in the Contract will be applicable.

Tender No. C-DOT/Del/Tender/2022-2023/002 page 204 of 217

Copyright © C-DOT
5. SLA Change Control

5.1. General

It is acknowledged that this SLA may change as C-DOT’s business needs evolve over the course of the contract period. This
document also defines the following management procedures:

1. A process for negotiating changes to the SLA.


2. An issue management process for documenting and resolving difficult issues.
3. C-DOT and Agency management escalation process to be used in the event that an issue is not being resolved in a timely
manner by the lowest possible level of management.

Any changes to the levels of service provided during the term of this Agreement will be requested, documented and
negotiated in good faith by both parties. Either party can request a change. Changes will be documented as an addendum
to this SLA and, subsequently, the Contract.

If there is any confusion or conflict between this document and the Contract, the Tender and its addenda, the Contract will
supersede.

5.2. SLA Change Process

The parties may amend this SLA by mutual agreement in accordance with terms of this contract. Changes can be proposed
by either party. The Agency can initiate an SLA review with the C-DOT. Normally, the forum for negotiating SLA changes
will be C-DOT’s monthly meetings. Unresolved issues will be addressed using the issue management process described in
Clause 4 of this document.

The Agency shall maintain and distribute current copies of the SLA document as directed by C-DOT. Additional copies of
the current SLA will be made available at all times to authorized parties.

5.3. Version Control

Tender No. C-DOT/Del/Tender/2022-2023/002 page 205 of 217

Copyright © C-DOT
All negotiated SLA changes will require changing the version control number. As appropriate, minor changes may be
accumulated for periodic release (e.g. every quarter) or for release when a critical threshold of change has occurred.

6. Responsibilities of the Agency

Agency is responsible for executing this contract and delivering the services, while maintaining the specified performance
targets.

Additionally, the agency is responsible for:

▪ Reporting problems to C-DOT as soon as possible


▪ Assisting C-DOT in management of the SLA
▪ Providing early warning of any organizational, functional or technical changes that might affect Agency’s ability
to deliver the services.
▪ Assisting C-DOT to address and resolve issues from time to time.

Agency shall take immediate action to identify problems and follow up with appropriate action to fix them as quickly as
possible

7. Penalties

Two consecutive quarterly deductions of more than 20 % of the applicable fee on account of any reasons, will be deemed to be an
event of default and termination as per below:

The failure on the part of the Agency to perform any of its obligations or comply with any of the terms of this Contract shall
constitute an Event of Default on the part of the Agency. The events of default may include inter-alia the following:

a. The total quarterly deduction should not exceed 10% of the total quarterly invoice value.
b. the Agency has failed to perform any instructions or directives issued by the Purchaser which it deems proper and necessary to
execute the scope of work under the Contract, or

Tender No. C-DOT/Del/Tender/2022-2023/002 page 206 of 217

Copyright © C-DOT
c. the Agency has failed to adhere to any of the key performance indicators as laid down in the Key Performance Measures /
Contract, or if the Agency has fallen short of matching such standards/targets as the Purchaser may have designated with respect
to any task necessary for the execution of the scope of work under this Contract. The above mentioned failure on the part of the
Agency may be in terms of failure to adhere to timelines, specifications, requirements or any other criteria as defined by the
Purchaser;

d. the Agency has failed to remedy a failure to perform its obligations in accordance with the specifications issued by the Purchaser,
despite being served with a default notice which laid down the specific deviance on the part of the Agency to comply with any
stipulations or standards as laid down by the Purchaser; or

e. the Agency/Agency’s Team has failed to conform with any of the Service/Facility Specifications/standards as set out in the
scope of work of this Tender document or has failed to adhere to any amended direction, modification or clarification as issued
by the Purchaser during the term of this Contract and which the Purchaser deems proper and necessary for the execution of the
scope of work under this Contract

f. the Agency has failed to demonstrate or sustain any representation or warranty made by it in this Contract, with respect to any
of the terms of its Bid, the Tender and this Contract

g. There is a proceeding for bankruptcy, insolvency, winding up or there is an appointment of receiver, liquidator, assignee, or
similar official against or in relation to the Agency.

h. The Agency/Agency’s Team has failed to comply with or is in breach or contravention of any applicable laws.
▪ Where there has been an occurrence of such defaults inter alia as stated above, the Purchaser shall issue a notice of default
to the Agency, setting out specific defaults / deviances / omissions and providing a notice of Thirty (30) days to enable
such defaulting party to remedy the default committed.
▪ Where despite the issuance of a default notice to the Agency by the Purchaser the Agency fails to remedy the default to the
satisfaction of the Purchaser, the Purchaser may, where it deems fit, issue to the defaulting party another default notice or
proceed to adopt such remedies as may be available to the Purchaser.
Tender No. C-DOT/Del/Tender/2022-2023/002 page 207 of 217

Copyright © C-DOT
7.1. Consequences of Event of Default

▪ Where an Event of Default subsists or remains uncured the Purchaser may/shall be entitled to:
▪ Impose any such obligations and conditions and issue any clarifications as may be necessary to inter alia ensure smooth
continuation of Services and the project which the Agency shall be obliged to comply with which may include unilateral
re- determination of the consideration payable to the Agency hereunder. The Agency shall in addition take all available
steps to minimize loss resulting from such event of default.
▪ The Purchaser may, by a written notice of suspension to the Agency, suspend all payments to the Agency under the
Contract, provided that such notice of suspension:
• Shall specify the nature of the failure; and
• Shall request the Agency to remedy such failure within a specified period from the date of receipt of
such notice of suspension by the Agency
▪ Where the Purchaser deems necessary, it shall have the right to require replacement of any of the Agency’s sub-contractors
/ vendors with another suitable member. The Agency shall in such case terminate forthwith all their agreements/contracts
other arrangements with such member and find of the suitable replacement for such outgoing member with another
member to the satisfaction of the Purchaser, who shall execute such Contracts with the Purchaser as the Purchaser may
require. Failure on the part of the Agency to find a suitable replacement and/or terminate all agreements/contracts with
such member, shall amount to a breach of the terms hereof and the Purchaser in addition to all other rights, have the right
to claim damages and recover from the Agency all losses/ or other damages that may have resulted from such failure.

7.2. Recovery in the event of default

▪ Retain such amounts from the payment due and payable by the Purchaser to the Agency as may be required to offset any
losses caused to the Purchaser as a result of such event of default and the Agency shall compensate the Purchaser for any
such loss, damages or other costs, incurred by the Purchaser in this regard. Nothing herein shall affect the continued
obligation of the subcontractor / other members of its Team to perform all their obligations and responsibilities under this
Contract in an identical manner as were being performed before the occurrence of the default.
▪ Invoke the Performance Bank Guarantee and other Guarantees furnished hereunder, enforce the Deed of Indemnity,
recover such other costs/losses and other amounts from the Agency may have resulted from such default and pursue such
other rights and/or remedies that may be available to the Purchaser under law.
Tender No. C-DOT/Del/Tender/2022-2023/002 page 208 of 217

Copyright © C-DOT
7.3. Termination

▪ The Purchaser may, terminate this Contract in whole or in part by giving the Agency a prior and written notice indicating its
intention to terminate the Contract under the following circumstances:

a. Where the Purchaser is of the opinion that there has been such Event of Default on the part of the Agency which would
make it proper and necessary to terminate this Contract and may include failure on the part of the Agency to respect
any of its commitments with regard to any part of its obligations under its Bid, the Tender or under this Contract.

b. Where it comes to the Purchaser’s attention that the Agency (or the Agency’s Team) is in a position of actual conflict of
interest with the interests of the Purchaser, in relation to any of terms of the Agency’s Bid, the Tender or this Contract

c. Where the Agency’s ability to survive as an independent corporate entity is threatened or is lost owing to any reason
whatsoever, including inter-alia the filing of any bankruptcy proceedings against the Agency, any failure by the Agency
to pay any of its dues to its creditors, the institution of any winding up proceedings against the Agency or the happening
of any such events that are adverse to the commercial viability of the Agency. In the event of the happening of any
events of the above nature, the Purchaser shall reserve the right to take any steps as are necessary, to ensure the effective
transition of the project to a successor agency/service provider, and to ensure business continuity

d. Termination for Insolvency: The Purchaser may at any time terminate the Contract by giving written notice to the
Agency, without compensation to the Agency, if the Agency becomes bankrupt or otherwise insolvent, provided that
such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter
to the Purchaser.

e. Termination for Convenience: The Purchaser, may, by prior written notice sent to the Agency at least 6 months in
advance, terminate the Contract, in whole or in part at any time for its convenience. The notice of termination shall

Tender No. C-DOT/Del/Tender/2022-2023/002 page 209 of 217

Copyright © C-DOT
specify that termination is for the Purchaser’s convenience, the extent to which performance of work under the Contract
is terminated, and the date upon which such termination becomes effective.

▪ The Agency may, subject to approval by the Purchaser, terminate this Contract before the expiry of the term by giving
the Purchaser a prior and written notice at least 12 months in advance indicating its intention to terminate the Contract.

7.4. Consequences of Termination

▪ In the event of termination of this contract due to any cause whatsoever, the Agency may be blacklisted and the
empanelment with stand cancelled effective from the date of termination of this contract.

▪ In the event of termination of this Contract due to any cause whatsoever, [whether consequent to the stipulated Term
of the Contract or otherwise] the Purchaser shall be entitled to impose any such obligations and conditions and issue
any clarifications as may be necessary to ensure an efficient transition and effective business continuity of the project
which the Agency shall be obliged to comply with and take all available steps to minimize loss resulting from that
termination/breach, and further allow and provide all such assistance to the Purchaser and/or the successor
agency/service provider, as may be required, to take over the obligations of the erstwhile Agency in relation to the
execution/continued execution of the scope of this Contract.

▪ Where the termination of the Contract is prior to its stipulated term on account of a Default on the part of the Agency
or due to the fact that the survival of the Agency as an independent corporate entity is threatened/has ceased, or for
any other reason, whatsoever, the Purchaser through unilateral re-determination of the consideration payable to the
Agency shall pay the Agency for that part of the Services which have been authorized by the Purchaser and satisfactorily
performed by the Agency up to the date of termination. Without prejudice any other rights, the Purchaser may retain
such amounts from the payment due and payable by the Purchaser to the Agency as may be required to offset any
losses caused to the Purchaser as a result of any act/omissions of the Agency. In case of any loss or damage due to
default on the part of the Agency in performing any of its obligations with regard to executing the scope of work under
this Contract, the Agency shall compensate the Purchaser for any such loss, damages or other costs, incurred by the
Purchaser. Additionally, the subcontractor / other members of its team shall perform all its obligations and
Tender No. C-DOT/Del/Tender/2022-2023/002 page 210 of 217

Copyright © C-DOT
responsibilities under this Contract in an identical manner as were being performed before the collapse of the agency
as described above in order to execute an effective transition and to maintain business continuity. All third parties shall
continue to perform all/any functions as stipulated by the Purchaser and as may be proper and necessary to execute
the scope of work under the Contract in terms of the Agency’s Bid, the Tender and this Contract.

▪ Nothing herein shall restrict the right of the Purchaser to invoke the Bank Guarantee and other Guarantees furnished
hereunder, enforce the Deed of Indemnity and pursue such other rights and/or remedies that may be available to the
Purchaser under law.

▪ The termination hereof shall not affect any accrued right or liability of either Party nor affect the operation of the
provisions of this Contract that are expressly or by implication intended to come into or continue in force on or after
such termination

8. Management Escalation Procedures & Contact Map

The purpose of this escalation process is to provide a quick and orderly method of notifying both parties that an issue is not
being successfully resolved at the lowest possible management level. Implementing this procedure would mean that C-DOT
and Agency management are communicating at the appropriate levels.

8.1. Escalation Procedure

Escalation should take place on an exception basis and only if successful issue resolution cannot be achieved in a
reasonable time frame.

• Either C-DOT or Agency can initiate the procedure

• The “moving party” should promptly notify the other party that management escalation will be initiated

• Management escalation will be defined as shown in the contact map below

Tender No. C-DOT/Del/Tender/2022-2023/002 page 211 of 217

Copyright © C-DOT
• Escalation will be one level at a time and concurrently

8.1.1. Contact Map

Escalation Level Department Representative with Agency* Representative


contact Details with contact Details

Level 1: Project
Manager

Level 2: Project
Director

Level 3: Steering
Committee

*Agency shall provide information for the following:

a) Chief Executive Officer


b) Project Manager
c) Data Centre Manager
d) Team Members/ Engineers

Tender No. C-DOT/Del/Tender/2022-2023/002 page 212 of 217

Copyright © C-DOT
9. Acceptance of SLA

IN WITNESS WHEREOF, the parties hereto have caused this Service Level Agreement vide
Tender No. C-DOT/Del/Tender/2022-2023/………. dated ………………. to be executed by their
respective authorized representatives.

For and on behalf of: For and on behalf of:

Agency C-DOT

Place: Place:

Date: Date:

Name: Name:

Title: Title:

Office Seal: Office Seal:

Tender No. C-DOT/Del/Tender/2022-2023/002


page 213 of 217

Copyright © C-DOT
ANNEXURE -K: Daily Check List Reports Format

DAILY CHECK REPORT C-DOT


DATE:
Sr. No. ASSET HEALTHY UNHEALTHY REMARK
1 HT PANELS
2 TRANSFORMERS
3 LT PANELS
4 DG SYNC PANEL
5 DG SETS
6 UPS SYNC PANEL
7 COMMON SERVICE PANEL
8 SUB DB
9 UPS SYSTEM (IT LOAD)
10 UPS SYSTEM (NON-IT LOAD)
11 UPS ROOM
12 SERVER ROOM
13 WLD PANEL
14 FIRE ALARM PANEL
15 NOVAC SYSTEM
16 RODENT
17 VESDA
18 NVR
19 CAMERA
20 PA SYSTEM
21 BMS SYSTEM
22 ACCESS SYSTEM
23 SPLIT & CASSETTE AC
24 BATTERY ROOM AC
TUBE-LIGHT CHOCK
25 /TUBELIGHTS/EMERGENCY
LIGHT

CLOSING DIESEL
DG STARTING DIESEL DIESEL CONSUMPTION ADD
DG-1
DG-2

PUE=Total Load/IT Load


Total load
IT Load
PUE

Tender No. C-DOT/Del/Tender/2022-2023/002


page 214 of 217

Copyright © C-DOT
ANNEXURE -L: EMD FORMAT

EMD FORMAT

Whereas .................................. (hereinafter called "the Bidder") has submitted its bid
dated........................for Tender No…………………………………… dated.............................. KNOW
ALL MEN by these
presents that WE ....................... of .................... having our registered office at ................. (hereinafter
called "the Bank") are bound unto Centre for Development of Telematics (C-DOT) (hereinafter called
"the Purchaser") in the sum of Rs .................... for which payment will and truly to be made to the said
Purchaser, the Bank
binds itself, its successors and assigns by these present.
THE CONDITIONS of the obligation are:

1. If the Bidder withdraws or amends its bid or impairs or derogates from the bid in any respect during
the period of bid validity specified by the Bidder on the Bid form or extended subsequently;
or
2. If the Bidder, having been notified of the acceptance of its bid by the Purchaser during the period
of bid validity.

(a) fails or refuses to execute the Contract, if required; or


(b) fails or refuses to furnish the Performance Security within the specified time, in
accordance with the instructions to Bidders.
We undertake to pay to the Purchaser up to the above amount upon receipt of its first written demand,
without the purchaser having to substantiate its demand, provided that in its demand, the purchaser
will note that the amount claimed by it is due to it owing to the occurrence of one or both of the two
conditions, specifying the occurred condition or conditions.

This guarantee will remain in force and valid as specified in section 2.6.4.2 of the tender document
and any demand in respect thereof should reach the Bank not later than the specified date/ dates.

(Signature of the Bank Officer)

Rubber stamp of the bank:


Place: ………………… Authorized Power of Attorney Number: …………………
Date: ………………… Name of the Bank officer: …………………………...……..
Designation: ……………………………………………...….
Complete Postal address of Bank: ………………………..

Name & Signature of witness ……………………………………………………………..…


Address of witness Telephone Numbers ………………………………………..

Tender No. C-DOT/Del/Tender/2022-2023/002


page 215 of 217

Copyright © C-DOT
ANNEXURE -M: SELF CERTIFICATION REGARDING LOCAL CONTENT (LC)

Format for Self Certification regarding Local Content (LC) for Telecom Product, Services or Works

Date: _______________

………………………………………………………………………..… S/o, D/o, W/o ..............................................., Resident of


.................................................................................... do hereby solemnly affirm and declare as under.

That I agree to abide by the terms and conditions of Department of Telecommunications, Government of India
issued vide Notification No. ......................................... dated...................

That the information furnished hereinafter is correct to best of my knowledge and belief and I undertake to
produce relevant records before the procuring entity or any other authority so nominated by the department
of Telecommunications, Government of India for the purpose of assessing the LC.

That the LC for all inputs which constitute the said Telecom Product/Services/Works has been verified by me
and I am responsible for correctness of the claims made therein.

That in the event of the LC of the Telecom Product/Services/Works mentioned herein is found to be incorrect
and not meeting the prescribed LC norms, based on the assessment of an authority so nominated by the
Department of Telecommunications, Government of India and I will be liable as under clause 9 (f) of Public
Procurement (Preference to Make in India) Order 2017.

I agree to maintain all information regarding my claim for LC in the Company’s record for a period of 2 years
and shall make this available for verification to any statutory authorities.

I. Name and details of the Local supplier (Registered Office, Manufacturing unit location, nature of legal
entity)
II. Date on which this certificate is issued.
III. Telecom Product/Services/Works for which the certificate is produced.
IV. Procuring agency to whom the certificate is furnished.
V. Percentage of LC claimed.
VI. Name and contact details of the unit of the manufacturer.
VII. Sale price of the product.
VIII. Ex-Factory Price of the product.
IX. Freight, insurance and handling
X. Total Bill of Material.
XI. List and total cost value of inputs used for manufacture of the Telecom Product/ Services/Works.
XII. List and total cost of inputs which are locally sourced. Please attach LC certificate from local suppliers,
if the input is not in-house.
XIII. List and cost of inputs which are imported, directly or indirectly.

For and on behalf of ______________________________________

Tender No. C-DOT/Del/Tender/2022-2023/002


page 216 of 217

Copyright © C-DOT
[END OF DOCUMENT]

Tender No. C-DOT/Del/Tender/2022-2023/002 page 217 of 217

Copyright © C-DOT

You might also like