Odisha State Datacenter Project
Odisha State Datacenter Project
28
RFP – Extension of Odisha State Data Centre – OSDC 2.0
Table of Contents
1 Invitation for Bids ............................................................................................................ 8
5.5 OCAC's Right to accept and to reject any or all proposals ........................................... 58
5.9 Failure to agree with terms & conditions of the contract ................................................ 59
5.28 Ownership............................................................................................................................ 78
7.3.2 Aspiration Smoke Detection System or Very Early Smoke Detection System ....... 106
7.7.1 Uninterrupted Power supply (UPS) system with Battery back-up (For Critical Load)
112
7.7.2 Uninterrupted Power supply (UPS) system with Battery back-up (For Non-Critical
Load) 117
7.7.3 Precision Air Conditioning System (Direct Expansion In-ROW) ............................... 120
7.7.4 Precision Air Conditioner (CRAC) for perimeter cooling and power rooms ......... 125
7.7.16 Gas Based Fire Suppression System: - Suppression system (NOVEC 1230) ............ 243
12.8 Civil and Electrical Major and Minor Works .................................................................... 292
14.2 Proforma 2: Declaration of Acceptance of Terms & Conditions of RFP ...................... 336
14.5 Proforma 5: Forwarding Letter for Earnest Money Deposit ............................................ 342
14.6 Proforma 6: Format for furnishing Earnest Money Deposit ............................................. 344
14.12 Proforma 12: Authorization Letters from all OEMs ....................................................... 353
10.6 Proforma 19: Format for providing CV of Key Personnel ............................................... 364
10.7 Proforma 20: Detailed Timelines and Work Plan with proposed Manpower Strength 368
10.8 Proforma 21: Format for Performance for Bank Guarantee (PBG) ............................... 369
10.10 Proforma 23: Undertaking on Exit Management and Transition ................................ 375
Disclaimer
This RFP is issued by OCAC. This RFP is not an agreement and is neither an offer nor
invitation by OCAC to the prospective bidders or any other person. The purpose of this
RFP is to provide interested parties with information that may be useful to them in the
formulation of their bid pursuant to this RFP. This RFP includes statements, which reflect
various assumptions and assessments arrived at by OCAC in relation to extension of
OSDC. Such assumptions, assessments and statements do not purport to contain all the
information that each applicant may require.
This RFP may not be appropriate for all persons, and it is not possible for OCAC, its
employees or advisers to consider the objectives, technical expertise and particular
needs of each party who reads or uses this RFP.
The assumptions, assessments, statements and information contained in this RFP, may not
be complete or adequate. Each bidder should, therefore, conduct its own investigations
and analysis and should check the accuracy, adequacy, correctness, reliability and
completeness of the assumptions, assessments and information contained in this RFP and
obtains independent advice from appropriate sources. Information provided in this RFP
to the bidders is on a wide range of matters, some of which depends upon interpretation
of law.
OCAC, makes no representation or warranty and shall have no liability to any person,
including any Bidder under any law, statute, rules or regulations or tort, principles of
restitution or unjust enrichment or otherwise for any loss, damages, cost or expense which
may arise from or be incurred or suffered on account of anything contained in this Tender
or otherwise, including the accuracy, adequacy, correctness, completeness or reliability
OCAC also accepts no liability of any nature whether resulting from negligence or
otherwise howsoever, caused arising from reliance of any Bidder upon the statements
contained in this Tender. OCAC may in its absolute discretion, but without being under
any obligation to do so, update, amend or supplement the information, assessment or
assumptions contained in this Tender. The issue of this Tender does not imply that OCAC
is bound to select a Bidder or to appoint the Preferred Bidder, as the case may be, for
the Project and OCAC reserves the right to reject all or any of the Bidders or Bids without
assigning any reason whatsoever.
OCAC reserves all the rights to cancel, terminate, change or modify this selection process
and/or requirements of bidding stated in the RFP, at any time without assigning any
reason or providing any notice and without accepting any liability for the same.
The information given is not an exhaustive account of statutory requirements and should
not be regarded as a complete or authoritative statement of law. OCAC accepts no
responsibility for the accuracy or otherwise for any interpretation or opinion on the law
expressed herein. OCAC its employees and advisers make no representation or warranty
and shall have no liability to any person including any applicant under any law, statute,
and rules or regulations or tort, principles of restitution or unjust enrichment or otherwise
for any loss, damages, cost or expense which may arise from or be incurred or suffered
on account of anything contained in this RFP or otherwise, including the accuracy,
adequacy, correctness, reliability or completeness of the RFP and any assessment,
assumption, statement or information contained therein or deemed to form part of this
RFP or arising in any way in this selection process.
OCAC also accepts no liability of any nature whether resulting from negligence or
otherwise however, caused arising from reliance of any bidder upon the statements
contained in this RFP.
The bidder shall bear all its costs associated with or relating to the preparation and
submission of its Proposal including but not limited to preparation, copying, postage,
delivery fees, expenses associated with any demonstrations or presentations which may
be required by OCAC or any other costs incurred in connection with or relating to its
proposal. All such costs and expenses will remain with the bidder and OCAC shall not be
liable in any manner whatsoever for the same or for any other costs or other expenses
incurred by a bidder in preparation or submission of the bid proposal, regardless of the
conduct or outcome of the selection process.
Odisha Computer Application Centre invites offer/proposal from interested bidders for
“Design, Build, Installation, Commissioning, Integration and Operation & Maintenance of
Non-IT infrastructure for Extension of Odisha State Data Centre at OCAC Tower,
Bhubaneswar” for a period of five (5) years from date of acceptance of work order. This
RFP document is being published on web Portal “https://www.ocac.in”, this section
provides general information about the issuer, important dates, and addresses for bid
submission & correspondence for the bidders.
The bidders are advised to study the RFP document carefully. Submission of bids shall be
deemed to have been done after careful study and examination of the RFP document
with full understanding of its implications.
Odisha Computer Application Centre is the nodal agency of Odisha State working
towards promotion & implementation of IT and e-Governance. It is the single point of
access to any IT business opportunity in Odisha and encourages various players in the
field of IT to come forward and invest in the State of Odisha. OCAC is committed to
generate IT business for the public/private sector with a mandate from the Government
to develop IT in the state. This includes opportunities for software development, supply of
hardware & peripherals, networking and connectivity, web applications, e-commerce,
IT training and an entire gamut of direct and indirect IT businesses.
Website: www.ocac.in
Last date and time for Proposals must be submitted not later than
submission of proposal the following date and time: 23/12/2022 up
to 02 :00 PM, or else the bid will be auto
rejected by the portal/system.
Posting of response to
queries 02/12/2022
Opening of Pre-
23/12/2022 by 02:30 PM
Qualification Bid
Opening of Commercial
Will be intimated later
Bids
Website: www.ocac.in
The Bidders are advised to submit the bids well in advance of the deadline as
OCAC/GoO will not be liable or responsible for non-submission of the bids because of
any problems whatsoever.
1.5 Acronyms
List of acronyms that has been used in this document has mentioned here along with its
full form/meaning.
Cr. Crores
DC Data Centre
DG Diesel Generator
HT High Tension
IP Internet Protocol
IT Information Technology
LT Low Tension
Odisha Computer Application Centre (OCAC) alias OCAC is the Designated Technical
Directorate of Electronics & Information Technology Department, Government of
Odisha, has evolved through years as a Centre of excellence working towards promotion
& implementation of IT solutions and e-Governance. It is the single point of access to any
IT business opportunity in Odisha and encourages various players in the field of IT to come
forward and invest in the State of Odisha.
OCAC is committed to generate IT business for the public/private sector with a mandate
from the Government to develop IT in the state. This includes opportunities for software
development, supply of hardware & peripherals, networking and connectivity, web
applications, e-commerce, IT training and an entire gamut of direct and indirect IT
businesses.
The State Data Centre (SDC) is a key-supporting pillar of e-Government initiatives for
delivering services to the citizens with greater reliability, availability, and serviceability.
SDC provides better operations & management control and minimizes overall cost of
Data Management, IT Management, Deployment, and other costs.
State Data Centres are one of the three infrastructure pillars structured by the National
e-Governance Plan (NeGP) to facilitate web enabled Anytime, anywhere access. State
Data Centres are conceptualized with the objective of providing a common enabling
infrastructure to the States to cater to their e-governance applications hosting
requirements of the entire state government and its departments. It was live in October
2011 to host services, applications, and infrastructure and to provide efficient electronic
delivery of G2G, G2B and G2C services.
The existing State Data Centre (SDC) is a core infrastructure project at OCAC building,
over an area of 4000 Sq. ft. (approx.) in the year 2011, which included the server farm
area or 1500 Sq. ft. (approx.) to facilitate on-premises hosting of Government
applications. More than 80 applications have already been hosted under
virtualized/cloud environment (Hyper-V/ VCloud suite) in the SDC. Separate remote Data
Recovery services have been provisioned at National Data Centre, Shastri Park, New
Delhi through storage-based replication of data. Envisaged future BCP/ Disaster
Recovery (DR) for Applications hosted with SDC shall be provisioned at an alternate site.
OCAC offers expansion /extension of SDC in the form of the Tier III standard State Data
Centre in first floor of OCAC Towers which will be built exclusively and dedicatedly for
extension of Odisha State Data Centre (OSDC 2.0) within the same campus. Since, the
State Data Centre has already completed more than eight (10) years of operation, most
of the compute, storage and network is utilized and would require upgradation.
The technology used in the current Data Centre is Ten years old and would require refresh
to keep up to date for security reasons and as per industry standards. For the purpose of
design, supply, installation, configuration, integration, operation & maintenance of Civil,
IT and Non IT infrastructure of the proposed Tier-III OSDC 2.0, proposals are invited from
the perspective bidders through this RFP. Currently, most of the items of the existing SDC
are in a state of extended support by the respective Original Equipment Manufacturers
(OEM). In view of the above, immediate replacement of the devices which are in
extended support is extremely important for smooth operation of OSDC. The Data Centre
is currently facing a huge demand from the State user departments for hosting their
applications.
Odisha State Data Centre 2.0 will facilitate to host applications of various user
departments of State as well as PSUs on a common infrastructure leading to ease of
integration and efficient management, ensuring that computing resources and the
support connectivity infrastructure (SWAN) is adequately and optimally used. The OSDC
2.0 will be equipped to host / co-locate systems (e.g., Cloud, Web Servers, Application
Servers, Database Servers, SAN and NAS etc.) applications using the centralized
computing power. The IT infrastructure will ensure host multiple applications with high
availability, scalability, reliability, portability, and centralized authenticating system to
authenticate the users to access their respective systems.
The extension of Odisha State Data Centre will provide a hosting space to meet the
demand of the user departments for hosting their applications in the State Data Centre.
Also, to create a highly secure flexible, automated, managed cloud service environment
deploying the latest industry computing infrastructure for keeping the user department
applications secure, highly scalable and available.
There is a need to set up strategic infrastructure that facilitates high availability, quick
scalability, efficient management & optimized utilization of resources. To fulfil this
requirement, OCAC intends to set up a Tier-III data Centre OSDC 2.0 with high availability
to facilitate the government offices to access to servers, storage, databases, and a
broad set of application services over the Internet. It will provide better operations and
management control and minimize overall cost of Data Management, IT Management,
Deployment and other costs.
Target intention is that the OSDC 2.0 should be more conducive to infrastructure
fluctuations and more programmable while enabling the underlying infrastructure to
support containers, bare metal, and virtualized workloads. Moreover, the planned OSDC
2.0 transformation needs to be ready for both compos able as well as hyper-converged
workloads from present day so that hyper-converged solutions can be added
incrementally as needs arise in future and as the hyper-converged technology goes on
to support more types of workloads beyond today’s support of only virtualized workloads.
The minimum specified scope of work to be undertaken by the bidder for Design, Supply,
Installation, Testing, Commissioning, Integration & Operations and Maintenance of the
proposed OSDC 2.0 at Bhubaneswar as per the scope mentioned below. The selected
bidder shall ensure an uptime more than 99.982% (Tier III) guideline on a quarterly basis
for period of five years after Go-Live of the Project.
This section describes the scope of work (SOW) of the System Integrator (SI) for creation
of Odisha State Data Centre – OSDC 2.0. This SOW is not limited to the following as
described but includes all the possible scopes that may be required for execution of the
project based on standards and best practices. In case, any bidder feels that any
requirement that is not explicitly mentioned here but is essential to complete this project
may, bring to the notice of the authority during pre-bid meeting
The minimum specified work to be undertaken by the bidder for setting up and operating
the proposed OSDC 2.0 has been categorized as under:
➢ Schedule II: Acceptance Tests (PAT and FAT), Uptime Certifications and periodic
Health check.
➢ Schedule III: Operations and Maintenance services for the complete Infrastructure
at OSDC 2.0 at OCAC Towers, Bhubaneswar for the period of 5 years from the
date of successful acceptance by OCAC.
Note: The bidders are requested to submit their proposals for these Schedules in the same
bid which would be combined for evaluation purposes.
• Toilet interiors with faucets, fitting, wall and floor tiles plumping and all scope to
make the work complete.
• Any other work not explicitly mentioned above but required to complete the
project.
• Creation of Transformer yard with panel room.
A bidder participating in the procurement process shall possess the following minimum prequalification/ eligibility criteria
28
RFP – Extension of Odisha State Data Centre – OSDC 2.0
S
Parameter Specific Requirements Documents
L
NB: - In case any bidder has undergone order of merger & acquisition from ROC and/or
restructuring (merger, demerger, hive off, Court. Credentials of its erstwhile / current entity
slump sale etc.), bid submitted by such provided sufficient documentary proof should
bidder who has acquired a be submitted with the bid to evince that such
be considered for evaluation if the eligibility are in the name of the bidding entity and the
and technical evaluation criteria is met bidding entity is authorized to use such
Company/Division acquired.
Average Annual Turnover of the Bidder CA Certificate for Net Worth with CA’s
during the last Five financial years, as per the Registration No or Seal
last published audited balance sheets), and
Financial
should be at least (INR) 200 Crores as on 31st
2. Turnover Copy of audited profit and loss account and
March 2022.
balance sheet of the last Five financial years.
S
Parameter Specific Requirements Documents
L
The net worth of the Bidder should be Copy of audited profit and loss account/
Positive for last Five years, as on 31st March balance sheet of the last Five financial years,
2022 and should be profitable for each of highlighting the requisite figure related to
the last Five financial years. positive net worth and profitability.
Net Worth
3.
NB: - In case Bidder is a wholly owned
subsidiary, the financial experience of
Parent company would be considered for
eligibility, provided the parent company
operates in similar field of business.
ISO 14000
S
Parameter Specific Requirements Documents
L
S
Parameter Specific Requirements Documents
L
Bidder Must have at least following technical Certificate from bidder’s Head of HR
manpower on its role. Department for the 20 number of Technically
S
Parameter Specific Requirements Documents
L
S
Parameter Specific Requirements Documents
L
28
RFP – Extension of Odisha State Data Centre – OSDC 2.0
10. All pages of the proposal including the duplicate copies, shall be initialled and
stamped by the authorized person or persons who sign the proposal.
1. The total price quoted must be inclusive of cost of Non-IT supply, installation,
commissioning and supplying / providing hardware, licenses, software, services for
installation, testing and commissioning of the Solution and support, all applicable
taxes, duties, levies, charges etc., it should also include the cost of incidental
services such as transportation, insurance, training, factory acceptance test,
acceptance test at site, Certification, Periodic health check, operation and
maintenance etc.
2. The cost of operation and maintenance of non-IT infrastructure for a period of FIVE
(5) years after the date of Go Live.
3. The Bidder cannot quote for the project in part.
4. The Bidder may visit all proposed site/location, which will be part of OSDC 2.0 at
Bhubaneswar before bidding to assess the actual physical & Technical
requirement. Site visit may be facilitated on mail request to the Contact Officer as
mentioned in invitation of bid section.
5. The bidder must submit a detailed Bill of material including Make & Model and Bill
of quantity with prices of each component.
6. OCAC will have in its discretion to increase and decrease in quantity and items in
case of need arises.
1. The EMD submitted along with the bid will remain valid for validity period of the
bid as mentioned in the fact sheet.
2. In exceptional circumstances, prior to expiry of the bid validity period, the Client
may request the Bidders to extend the period of validity for a specified additional
period at Bidder’s cost. The request and the responses to the request shall be
made in writing. A Bidder may refuse the request without risking forfeiting the EMD,
but in this case, the bidder will be out of the competition for the award. Bidder
agreeing to the request will not be required or permitted to modify its bid but will
be required to ensure that the bid remains secured for a correspondingly longer
period.
3. On completion of the validity period, unless the Bidder withdraws his bid in writing,
it will be deemed valid until such time that the Bidder formally (in writing) withdraws
bid.
The RFP offer is liable to be rejected outright without any intimation to the bidder if
complete information as called for in the RFP document is not given therein, or if
particulars asked for in the forms / Proforma in the RFP are not fully furnished.
Bidder must:
At any time prior to the last date of submission of proposal, OCAC may for any reason
be able to modify the RFP.
OCAC at its discretion may extend the last date for the receipt of proposals.
Once the similar queries shall be answered, same queries will not be entertained further.
It is expected that the bidder shall do their own due diligence on the question they may
ask. Any changes sought must be with proper justification. Any statements such as
‘specification/requirement’ is not vendor neutral OR it implies to single OEM or any such
statement like this, must be asked with adequate and credible proof and justification.
1. The product is no more available for procurement. A letter from OEM is required.
2. The product is available, but the OEM is not willing to sell. A letter of justification is
required from OEM
3. The product fails during the testing at site or at factory.
a. Evaluation committee will examine the bids to determine whether they are
complete, whether any computational errors have been made, and whether
the bids are generally in order. The interpretations made by the evaluation
committee will be final and binding on the bidders.
b. Reasonableness of Prices: Prices quoted by bidders must be reasonable with
prevalent market rates. AHR (Abnormally High Rates) and ALR (Abnormally
Low rates) shall not be accepted and OCAC shall have to the right to reject
the bid.
c. In a case where the item is mentioned in the BOQ/BOM/Price bid but the prices
are not mentioned against the item, then OCAC shall have the discretion to
consider the highest cost among all the qualified bidder for that item for
calculation to reach the total prices of the bidder.
d. In case an item has been left out in the BOQ/BOM/Price bid by a particular
bidder but required for the successful implementation of project and/or it is
mentioned in the solution document of the bidder, OCAC will have the right
to reject the bid OR ask the bidder to supply the item free of cost.
e. It is mandatory for bidder to submit detailed BOQ and BOM (Bill of material with
quantity) as unpriced bid in technical bid. Any discrepancy in price and
unpriced bid will lead to disqualification of the bid OR OCAC will have the right
to consider the highest amongst the BOQ/BOM and the price bid.
f. In case of no price quoted or Zero price quoted against an item by a bidder,
price for the item will be loaded with highest prices quoted amongst all the
other bidders for that item for evaluation purpose. However the bidder has to
complete the SITC for the item at zero cost.
g. In case of a situation where the bidder has quoted abnormally low quantity or
abnormally high quantity for an item, OCAC will have the rights to ask for an
explanation during technical evaluation stage. The bidder will be given
chance to increase or decrease the quantity as per the solution the bidder
would propose and accepted OCAC. This will not be applicable for the
quantity mentioned against items that is already asked in the tender.
h. Arithmetical errors will be rectified on the following basis:
• If there is a discrepancy between the unit price and the total price that
is obtained by multiplying the unit price and quantity, the unit price shall
prevail and the total price shall be corrected.
• If there is an error in a total corresponding to the addition or subtraction
of subtotals, the subtotals shall prevail, and the total shall be corrected.
• If the Bidder does not accept the correction of the errors, his proposal
will be rejected.
• If there is a discrepancy between words and figures, the amount in
words will prevail.
• If there is discrepancy on prices of item in Price bid and in price bid
break up sheet (if any) the lowest prices of the item mentioned in all the
sheets will be considered.
i. OCAC may conduct clarification meetings with each or any Bidder to discuss
any matters, technical or otherwise. Result of such meeting/ clarification may
be published on specified website; however, no material changes in the bid
shall be permitted.
j. Further, the scope of the evaluation committee also covers taking any decision
with regards to the RFP Document, execution/ implementation of the project
including management period.
The bid evaluation will be carried out as per the below details.
3 Technical Presentation 25
Total 100
During the last Seven years, (Start date of order OR >=40 Purchase
Marks material.
projects for Central / State Governments,
PSUs, Banking & Financial Institutions, in
India that meets the below mentioned >=50 crore 2
requirement: order OR >=40
a. Single order of value 50 Crore or more; crore 3 orders
OR OR >=25
OR >=25
The orders should include Turnkey Data
crores 5
Centre consisting of installation,
orders = 10
commissioning of Electrical Distribution &
Marks
Lighting, Electrical Substation, DG sets
with Fuel tank, Precision AC/ Chiller Plant,
UPS System, Fire Detection & suppression
system, Access Control and CCTV, BMS
System, Civil and Interiors etc.
5 Technical Manpower: 5 1 ATD/CDCE + HR
1 PMP + 1 Certificate
Bidder Must have at least following CDCP/CDCS= along with
technical manpower on its role. 2 Mark copy of the
relevant
20 resources should be B.E/B. Tech
certificate.
(Electrical
Mechanical/Electronics/instrumentation) >=2
ATD/CDCE + 2
1. At least One Project PMP + >=3
management professional CDCP/CDCS=
with PMP or Prince-2 5 Mark
certified resources
2. At least one CDCP/CDCS >=3
certified besides resources ATD/CDCE + 2
3. At least One Data Centre PMP + >=5
Design Consultants having CDCP/CDCS=
ATD (Accredited Tier 5 Mark
Designer)/CDCE
certification from Uptime
Institute/EPI (TIA942)
besides resources
Total 25
1 SHR >=0.92 1
<0.92 0
>=10 years 1
3 Manufacturing experience in India
< 10years 0
Total 2
No 0
Total 3
Total 4
No 0
2 Calculated PUE 1.7 more more, 0.5
Less than 1.7 1
Solution write up, Compliance with
3 yes 1
cross reference.
Partially Yes 0.5
No 0
Campus Beautification solution with
bill of quantity and commercial
4 YES 1
offer. (Engaging a qualified
Architect)
NO (In house solution) 0.25
5
Usage of fire safe and environment
Yes 1
friendly material in interior works
Partially Yes 0.5
No 0
Total 5
C. Technical Presentation
The technical presentation should look professional and should contain below details and
not limited to;
Approach & Methodology, Project Plan, Proposed Time sheet, Building Construction Plan, Interior
Design, Operation and Maintenance Plan, Project Credentials, Certified resource list etc.
1) Solution
proposed and its
component
2) Technology used
3) Scale of
implementation
4) Challenges likely
to be
encountered
5) Mitigation
proposed
6) Client references
1) Understanding presentation
2) Completeness
and
responsiveness:
the extent to
which the
proposal
responds
exhaustively to all
the requirements
of all the terms
and references.
Note:
1. This is for vendor’s internal reference. Need not be submitted with Bid.
2. Vendors need to provide relevant credentials for all of the above points, for scoring.
3. OCAC reserves the right to verify the correctness of documentary evidence furnished
by the bidder for successful operation and performance of qualifying projects and
Bidder shall arrange permission for the same
4. The solution, as demonstrated, will be scored on a pre-set questionnaire.
5. The product technical architecture, supporting documentation etc. describing the
various technical parameters need to be provided.
6. The proposed FM plan, as part of vendor proposal, will be evaluated.
7. The overall proposal, implementation methodology, adherence to project plan etc. will
be evaluated.
8. Bidder's DC Build experience of own in-house Data Centre or own Internet Data Centre
for commercial use shall not be accepted.
Every bidder will be given a time slot of 30 minutes to present the Approach and
Methodology, components and resources proposed for the project. The bidder who
scores minimum cut-off marks 70 or more will be qualified for the evaluation of their
commercial bids.
The technically qualified bidders shall be invited during opening of the commercial bids
and subsequently commercial evaluation shall be carried out.
The process of selection of successful bidder for the purpose of award of contract shall
be as follow,
The Final Composite Score (S) shall be computed for each firm by assigning 70%
weightage to the Technical Score (ST) and 30% weightage to Financial Score (SF) using
the formula given below:
Bidder with the highest final composite score will be awarded the contract. In case of a
tie in the final composite score, the bidder with the higher Technical Score will be invited
for negotiations and selection first.
All the bidders who will achieve 60 or more marks in the technical evaluation would be
eligible for evaluation of their financial proposal. However, in the case of three bidders is
not scoring 60 or more marks then cut-off marks may go down up to 50 marks until top
three bidders are shortlisted for evaluation of their financial proposal.
the contract (no matter at what stage) or during the tenure of the contract
including the extension period if any.
11. Bids submitted after due date and time.
12. If any of bidders/members of one consortium becomes members of the other
consortium, both the consortiums will be disqualified.
13. Bids are submitted through Telex/Fax/ e-mail
14. Erasure and/or overwriting
15. Bids not signed by authorized signatory or without power of attorney
16. Multiple makes of items
17. Not submitted with MAF or MAF not as per format
18. Not submitted with technical compliance or Technical compliance not endorsed
by the OEM with stamp/Letter head and signature
9. Contract Value” means the price payable to SI under this Contract for the full and
proper performance of its contractual obligations.
10. Commercial Off-The-Shelf (COTS)” refers to software products that are ready-
made and available for sale, lease, or license to the general public.
11. “Consortium” shall mean the group of companies/entities which has emerged as
the successful bidder and to whom the Letter of Award (LoA) is issued by the Client
and shall include the successors and permitted assigns.
12. “Day” means a working day as per the calendar of Government of Odisha/
Odisha Computer Applications Centre (OCAC)
13. “Data Centre Site” means the Data Centre sites including their respective Data
Centre space wherein the delivery, installation, integration, management and
maintenance services as specified under the Scope of Work are to be carried out
for the purpose of this Contract.
14. “Deliverable” means a work product (including materials, equipment,
installations, reports, software, know-how, design, drawings, diagrams, maps,
models, specifications, analysis, solutions, data base, programmes technical
information, data and other documents) to be prepared and submitted by the SI
as a part of the Service, in accordance with the terms of this Contract and the
term “Deliverables” shall be construed accordingly. The list of Deliverables to be
provided by the SI is set out in scope of work.
15. “Document” means any embodiment of any text or image howsoever recorded
and includes any data, text, images, sound, voice, codes, databases or any other
electronic documents as per Information Technology Act, 2000 read along with
the rules and regulations made thereunder.
16. “Effective Date” This Contract shall come into force and effect on the date on which the
Contract Agreement has been duly executed for and on behalf of the Client and the SI.
17. “Force Majeure” shall have the meaning ascribed to it in GCC Clause 4.18.
18. “GCC” means General Conditions of Contract.
19. “GoI” means Government of India.
20. “GoO” means Government of Odisha.
21. “Go-Live” means commissioning of the project after commencement of all smart
city components, including training as per Scope of Work mentioned in RFP. SI
should have the approval from the Client for user acceptance testing.
22. “Goods” means all of the equipment, sub-systems, hardware, software, products
accessories, software and/or other material/items which SI is required to supply,
install and maintain under the contract.
23. “LoA” means the letter of award issued to the selected Bidder pursuant to the RFP
for its appointment as the SI.
24. “OEM” means the Original Equipment Manufacturer of any
equipment/system/software/product or other Goods to be supplied by the MSI to
the Client as a part of its Scope of Work.
25. “Services” means the work to be performed by the SI pursuant to the RFP and the
contract to be signed by the Parties in pursuance of any specific assignment
awarded by the Client.
26. “Service Level(s)” means the service level parameters and targets and other
performance criteria which will apply to the Services and Deliverables as
described in the RFP and the Service Level Agreement.
27. “Service Level Agreement or SLA” means the service level agreement specified in
the RFP.
English, and the correspondence between the Bidder & OCAC shall be in English
language only. The correspondence by Fax / E-mail must be subsequently confirmed by
a duly signed copy (unless already signed digitally).
9. In the event OCAC terminates this Agreement pursuant to any material breach
by the System Integrator to complete its obligations under this Agreement,
Performance Guarantee furnished by it may be forfeited for reasons, to be
recorded in writing
10. Upon termination (or prior to expiry/ upon expiry, as the case may be) of this
Agreement, the Parties will comply with the Exit Management Clause set out in this
Agreement
11. OCAC agrees to pay the System Integrator for all charges for Services / Equipment
provided by it and accepted by OCAC till effective date of termination.
12. Any payments under this clause shall be payable only after the System Integrator
has complied with and completed the transition and exit management as per the
Exit Management Clause approved by OCAC. In case of expiry of the Agreement,
the last due payment shall be payable to the System Integrator after it has
complied with and completed the transition and exit management as per the exit
management clause. Approved by OCAC
13. Service Provider immediately upon termination, discontinue providing any or all of
the services contemplated hereunder
14. OCAC shall upon termination, by under no obligation to make any payments to
service provider forthwith, except for any payments that may be due and
payable to Service Provider in respect of satisfactory Services already completed
as per scope of this agreement; and
15. Service Provider shall return all the property which belongs to OCAC including any
data, information, files of completed or unfinished work. Service Provider shall
have no lien over the property of OCAC.
16. Upon the termination or expiration this agreement, in case before complete
delivery of materials, then the title and ownership of all materials, plans, ideas,
slogans, or information (developed by Service Provider for OCAC) shall be
transferred by Service Provider to OCAC. Thereafter, OCAC, shall have no liability
to Service Provider Service arising from OCAC’s use of any material was approved,
used, published or presented by or on behalf of OCAC, Service Provider shall
transfer such property, and documentation related thereto, to OCAC
immediately after termination in case termination happens before complete
delivery of materials.
17. Termination due to bankruptcy of the System Integrator – OCAC shall serve a
written notice on the System Integrator at any time to terminate this Agreement
with immediate effect in the event that the System Integrator reporting an
apprehension of bankruptcy to OCAC or its nominated agencies. No Charges to
the system integrator shall be payable in case of termination under this clause
except for the equipment satisfactorily delivered and approved by OCAC as per
the terms of this Agreement and services performed by the System Integrator up
to the date of termination.
continuity of the Service(s) which the Vendor shall be obliged to comply with and
take all available steps to minimize loss resulting from that termination/material
breach, and further allow the next successor Vendor to take over the obligations
of the erstwhile
2. Vendor in relation to the execution/continued execution of the scope of the
Contract.
3. Nothing herein shall restrict the right of OCAC to invoke the Guarantee and other
guarantees, securities furnished, enforce the Deed of Indemnity and pursue such
other rights and/or remedies that may be available OCAC under law or otherwise.
4. The termination hereof shall not affect any accrued right or liability of either Party
nor affect the operation of the provisions of the Contract that are expressly or by
implication intended to come into or continue in force on or after such
termination.
5. Upon Termination of the Contract, the System Integrator shall:
a. Prepare and present a detailed exit plan within five calendar days of
termination notice receipt to the customer.
b. The customer and along with designated team will review the Exit plan. If
approved, SI shall start working on the same immediately. If the plan is
rejected, SI shall prepare alternate plan within two calendar days. If the
second plan is also rejected, the customer or the authorized person will provide
a plan for SI and it should be adhered by in totality
5.15 Indemnification
Successful System Integrator hereby indemnifies, hold harmless & undertakes to
defend OCAC, its affiliates and their respective employees, officers and directors
against any claim by a third party including but not limited to damages, costs,
expenses as a result of such claim with regard to:
1. the extent that the System Integrator provided to OCAC by System Integrator
under this Agreement infringes any third party’s intellectual property rights;
2. taxes/charges/cess/levies (and interest or penalties assessed thereon) against
OCAC that are obligations of System Integrator pursuant to this Agreement.
3. any damages for bodily injury (including death) and damage to real property and
tangible personal property caused by the System Integrator.
11. System Integrator has all the requisite consents, licenses and permissions to (I) enter
into this Agreement (ii) carry out the obligations set out in this Agreement and it
shall keep all such consents, licenses and permissions renewed and valid at all
times during the continuance of the Agreement.
1. OCAC and the System Integrator shall make every effort to resolve amicably by
direct informal negotiation any disagreement or dispute arising between them
under or in connection with this Agreement. All negotiations, statements and/or
documentation pursuant to this disputed matter shall be without prejudice and
confidential (unless mutually agreed otherwise).The time and resources costs of
complying with its obligations under this provision shall be borne by respective
Parties. All Arbitration proceedings shall be held at Bhubaneswar, Odisha, and the
language of the arbitration proceedings and that of all documents and
communications between the parties shall be in English.
2. On non-settlement of the dispute, same shall be referred to the commissioner-
cum-secretary to Government, E&IT department, and Government of Odisha for
his decision and the same shall be binding on all parties, unless either party makes
a reference to arbitration proceedings, within sixty days of such decision.
Arbitration
1. Any and all disputes, controversies and conflicts ("Disputes") arising out of this
Agreement between the Parties or arising out of or relating to or in connection
with this Agreement or the performance or non-performance of the rights and
obligations set forth herein or the breach, termination, invalidity or interpretation
thereof shall be referred for arbitration in terms of the Arbitration and Conciliation
Act, 1996 or any amendments thereof. Prior to submitting the Disputes to
arbitration, the Parties shall resolve to settle the Dispute/s through mutual
negotiation and discussions. In the event that the said Dispute/s are not settled
within thirty (30) days of the arising thereof, the same shall finally be settled and
determined by arbitration in accordance with the Arbitration & Conciliation Act
,1996 or any amendment thereof. The place of arbitration shall be Bhubaneswar
and the language used in the arbitral proceedings shall be English .
2. The arbitral award shall be in writing and shall be final and binding on each Party
and shall be enforceable in any court of competent jurisdiction. None of the
Parties shall be entitled to commence or maintain any action in a court of law
upon any Dispute arising out of or relating to or in connection with this Agreement
( infringement of IPR Excepted ) ,except for the enforcement of an arbitral award
or as permitted under the Arbitration & Conciliation Act ,1996 .
1. Neither Party shall be responsible to the other for any delay or failure in
performance of its obligations due to any occurrence commonly known as Force
Majeure which is beyond the control of any parties, including, but is not limited to,
flood, explosion, thundering, pandemic, acts of God or any Governmental body,
public disorder, riots, embargoes, or strikes, acts of military authority, epidemics,
lockouts or other labour disputes, insurrections, civil commotion, war, enemy
actions.
2. If a Force Majeure arises, the System Integrator shall notify promptly within a
reasonable time frame to OCAC in writing of such condition and the cause
thereof. Unless otherwise directed by OCAC, System Integrator shall continue to
perform his obligations under the Agreement as far as is reasonably practical, and
shall seek all reasonable alternative means for performance not prevented by the
Force Majeure event.
3. The System Integrator shall be excused from performance of his obligations in
whole or part as long as such cases, circumstances or events shall continue to
prevent or delay such performance. Neither Party shall have any liability to the
other Party in respect of the termination of this Agreement as a result of an event
of Force Majeure.
4. In case of a Force Majeure, all Parties will endeavour to agree on an alternate
mode of Performance to ensure the continuity of service and implementation of
the obligations of a party under the Contract and to minimize any adverse
consequences of Force Majeure.
5. System Integrator shall be paid for supply and services till last date of termination
in case of force majeure
6. If force majeure conditions continue for more than 30 days and the services are
suspended, then either party has the right to terminate this agreement.
5.19 Confidentiality
1. OCAC may allow the System Integrator to utilize Confidential Information and the
System Integrator shall maintain the highest level of secrecy, confidentiality and
privacy with regard to such Confidential Information. The System Integrator shall
use its best efforts to protect the confidentiality and proprietary of Confidential
Information.
2. Additionally, the System Integrator shall keep confidential all the details and
information with regard to the Project, including systems, facilities, operations,
management and maintenance of the systems/facilities. The System Integrator
shall use the information only to execute the Project.
3. OCAC shall retain all rights to prevent, stop and if required take the necessary
punitive action against the System Integrator regarding any forbidden disclosure.
4. The System Integrator may share the confidential information with its employees,
affiliates, agents and subcontractors but only strictly on a need-to-know basis in
order to accomplish the scope of services under this Agreement. Upon request of
OCAC, the System Integrator shall execute a corporate non-disclosure
agreement (NDA) with OCAC in the mutually agreed format provided by OCAC
shall ensure that all its employees, agents and sub-contractors are governed by
confidential obligations similar to the one contained herein. The SI and its
antecedents shall be bound by the NDA. The SI will be held responsible for any
breach of the NDA by its antecedents/ delegates/ employee/ subcontractors etc.
5. To the extent the System Integrator shares its confidential or proprietary
information with OCAC for effective performance of the Services, the provisions
of the confidentiality Clause 1) to 3) shall apply mutatis mutandis on OCAC.
6. The Bidder shall not use Confidential Information, the name or the logo of the
OCAC except for the purposes of providing the Service as specified under this
contract;
date such SI, as the case may be, is found by OCAC to have directly or through
an agent, engaged or indulged in any corrupt practice, fraudulent practice,
coercive practice, undesirable practice or restrictive practice, as the case may
be.
3. For the purposes of this Section, the following terms shall have the meaning
hereinafter respectively assigned to them:
If the SI exits from the contract during the execution within the stipulated time period,
then OCAC reserves the right to terminate the contract and may ask the Losing bidder
to match the price of winning bidder and execute the remaining work as per RFP scope
of work.
The SI shall document and submit a detailed Exit Management Plan (EMP) at OCAC for
approval within 90 days post signing of the contract. The Exit Management Plan shall be
re-drafted/ reviewed by SI in annual basis and need to be submitted to OCAC.
1. This clause sets out the provisions which will apply upon completion of the contract
period or upon termination of the agreement for default of the System Integrator.
The Parties shall ensure that their respective associated entities, in case of OCAC,
GoO, any third party appointed by OCAC and in case of the System Integrator,
the sub-contractors, carry out their respective obligations set out in this Exit
Management Clause. Exit Management criteria will be a part of Master Service
Agreement with detailed information about exit criteria and exit management
plan.
2. The exit management period starts, exactly period of 30 days before, in case of
expiry of contract, or on the date when the contract comes to an end and up to
period of 30 days in case of termination of contract, or on the date when the
notice of termination is sent to the System Integrator. The exit management period
ends on the date agreed upon by OCAC or one year after the beginning of the
exit management period, whichever is earlier.
3. The System Integrator shall divest all the project assets at the beginning of the Exit
management period to OCAC at zero value in case of expiry of contract and at
the depreciated rate as per Indian Income Tax Act if there is a termination of
contract.
4. The System Integrator shall pay all transfer costs and stamp duty applicable on
transfer of project assets except in case the Project is being terminated due to
default of OCAC, GoO, where OCAC, GoO shall be responsible for transfer costs
and stamp duty, if any. For clarification of doubt, transfer costs in this Clause relate
to taxes and duties applicable due to transfer of the OSDC 2.0 project, if any.
At the beginning of the exit management period, the System Integrator shall ensure that
1. All Project Assets including the hardware, software, documentation, and any
other infrastructure shall have been cured of all defects and deficiencies as
necessary so that the OSDC 2.0 Project is compliant with the Specifications and
Standards set forth in the RFP, Agreement and any other amendments made
during the contract period;
2. the System Integrator delivers relevant records and reports pertaining to the OSDC
2.0 Project and its design, engineering, operation, and maintenance including all
operation and maintenance records and manuals pertaining thereto and
complete as on the Divestment Date.
3. On request by OCAC , GoO or any third party appointed by OCAC, GoO, the
System Integrator shall effect such assignments, transfers, licenses and sub-licenses
related to any equipment lease, maintenance or service provision agreement
between System Integrator and any third party, in favour of OCAC, GoO or any
third party appointed by OCAC, GoO if it is required by OCAC, GoO or any third
party appointed by OCAC, GoO and is reasonably necessary for the continuation
of services by OCAC, GoO or any third party appointed by OCAC, GoO;
4. The System Integrator complies with all other requirements as may be prescribed
under Applicable Laws to complete the divestment and assignment of all the
rights, title and interest of the System Integrator in the OSDC 2.0 Project free from
all encumbrances absolutely and free of any charge or tax to OCAC, GoO or its
nominee.
1. The System Integrator will allow OCAC, GoO or any third party appointed by
OCAC, GoO, access to information reasonably required to define the then current
mode of operation associated with the provision of the services to enable OCAC,
GoO or any third party appointed by OCAC, GoO to assess the existing services
being delivered.
2. Promptly on reasonable request by OCAC, GoO or any third party appointed by
OCAC, GoO, the System Integrator shall provide access to and copies of all
information held or controlled by them which they have prepared or maintained
in accordance with the “Contract”, the Project Plan, SLA and scope of work,
relating to any material aspect of the services (whether provided by the State
Data Centre 2.0 System Integrator or sub-contractors appointed by the System
Integrator). OCAC, GoO or any third party appointed shall be entitled to copy all
such information. Such information shall include details pertaining to the services
rendered and other performance data. The System Integrator shall permit OCAC,
GoO or any third party appointed to have reasonable access to its employees
and facilities as reasonably required by OCAC, GoO or any third party appointed
to understand the methods of delivery of the services employed by the System
Integrator and to assist appropriate knowledge transfer.
3. Before the end of exit management period, the System Integrator will assist in a
successful trial run of Network administration, Facility management including
helpdesk management by OCAC, GoO or by any third party appointed.
1. SI shall handover the peaceful possession of Project Assets in good and working
condition with detail list showing the name of the equipment and with
configuration to the Purchaser/replacement SI as authorized by Purchaser
customer within 30 days of the date of serving of notice or within the Transition
Period.
2. The SI shall provide all such information available with it during the contract
execution or during the operation & management phase as may reasonably be
necessary within a reasonable period not exceeding 30 days of the date of
serving of notice or within the Transition Period.
3. Existing SI will hand over the documents to OCAC or new SI, pertaining to the
operation of OSDC i.e. all configuration records, purchase orders, installation
reports, FAT/PAT records, SLA records, SLA methodology, SLA calculation
template, MIS reports, ISO documents (procedures, records, templates,
standards), Audit records, security assessment and risk records, all SOPs, warranty
documents, AMC documents, Knowledge documents (KEDB), Training records
etc.
If the liquidated damages exceed the cap as mentioned in the Agreement, the
Purchaser or OCAC shall have the right to terminate the agreement for default and
consequences for such termination as provided in the agreement shall be applicable. In
case it leads to termination, OCAC shall give Sixty days’ notice to the SI of its intention to
terminate the contract and shall so terminate the contract unless during the Sixty days’
notice period, the SI initiates remedial action acceptable to OCAC.
Each of the Parties shall ensure that the range of the Services/Deliverables under the SLA
shall not be varied, reduced or increased except with the prior written agreement
/consent between the Purchaser and the SI in accordance with the provisions of change
request procedure as set out in this Agreement.
If the Goods and Related Services supplied do not meet the minimum specifications as
per the Contract, and the same is not replaced/modified by the SI to meet the
requirements within 14 days of being informed by the OCAC, the OCAC shall be free to
impose any penalty as deemed fit. In addition, the OCAC shall reserve the right to
terminate the contract and recover liquidated damages by forfeiting the performance
guarantee submitted by the Purchaser.
Notices
Any queries or other document, which may be given by either Party under this
Agreement or under the SLA, shall be given in writing in person or by pre-paid recorded
delivery post or by facsimile transmission or through email to the notified address.
In relation to a notice given under this Agreement, any such notice or other document
shall be addressed to the other Party's principal or registered office address as set out
below:
To OCAC:
To
Any notice or other document shall be deemed to have been given to the other Party
(or, if relevant, its relevant associated company) when delivered (if delivered in person)
if delivered between the hours of 10.00 am and 5.00 pm on a working day at the address
of the other Party set forth above or if sent by fax, provided the copy of the fax is
accompanied by a confirmation of transmission, or on the next working day thereafter if
delivered outside such hours, and 7 days from the date of posting (if by letter).
Notice can also be given through email address furnished by the System Integrator. The
time of the sent message in outbox of the sender will be considered to be time of delivery
of the message.
Either Party to this Agreement or to the SLA may change its address, telephone number,
facsimile number and nominated email for notification purposes by giving the other
reasonable prior written notice of the new information and its effective date.
consideration. The decision of OCAC in this regard will be final and binding and no
dispute will be entertained. Any taxes at the time of supply goods and services shall be
applicable as per the LAW.
For goods supplied from outside the Purchaser’s country, the SI shall be entirely
responsible for all applicable taxes, license fees, and other such levies imposed outside
the Purchaser’s country. The basic price quoted item wise by the bidder in respect of the
transaction between OCAC & the SI shall include all taxes & duties and charges payable
by the bidder except for the GST. CGST plus OGST, or IGST, as the case may be, at
applicable rate shall be quoted alongside the basic price for all the items. However,
while quoting the basic price against the package/works, benefit of Input Tax Credit (ITC)
should be adjusted in the quoted price by the SI.
5.26 Insurance
Appropriate insurance to cover all solution components for the transit period and until
the time of its acceptance at the respective site is to be taken by the contractor. As the
contractor will carry the risk for the material in his books during transit, the contractor
should arrange insurance for the total system as period from the dispatch till Acceptance
Test is successfully achieved. Further the contractor is to take all required insurance
coverage in respect of all its personnel who shall be working on this engagement.
OCAC would also conduct audit of the process, plan and results of the Acceptance Test
carried out by the System Integrator. OCAC shall verify availability of all the defined
services as per the contract signed between the SI and OCAC. The SI shall be required
to demonstrate all the services / features / functionalities as mentioned in the agreement.
5.28 Ownership
1. Products and fixes: all COTS (Commercial off-the-shelf) products and related
solutions and fixes provided pursuant to this Agreement shall be licensed
according to the terms of the license agreement packaged with or otherwise
applicable to such product. The System Integrator would be responsible for
arranging any licenses associated with products. “Product” means any computer
code, web-based services, or materials comprising commercially released, pre-
release or beta products (whether licensed for a fee or no charge) and any
derivatives of the foregoing which are made available to OCAC for license which
is published by product owner or its affiliates, or a third party. “Fixes” means
product fixes that are either released generally (such as commercial product
service packs) or that are provided to OCAC when performing services (such as
workarounds, patches, bug fixes, beta fixes and beta builds) and any derivatives
of the foregoing. All intellectual property rights in any exclusive development to
meet the functional requirement of this Agreement shall be owned by OCAC.
2. Training and other material: The ownership of all IPR rights in all documents,
artefacts, etc. (including all training material) made pursuant to this Agreement
during the Term for implementation of the Project under this Agreement will lie with
OCAC.
under the RFP should not reach end of support before 7 years from the date of
FAT or start of O & M services or handover, whichever is later. All the products
quoted should be supported by the SI for next 5 years from the start date of O &
M services. The SI should also commit support for another 2 years if necessary.
2. The Bidder shall warrant that all the equipment supplied under the contract is
newly manufactured and shall have no defect arising out of design, materials or
workmanship or from any act or omission of the Bidder that may develop under
normal use of the supplied equipment’s in the conditions prevailing across the
country.
3. The Bidder shall warrant that the services provided under the contract shall be as
per the Service Level Agreement (SLA) defined in the tender.
4. This warranty, for all equipment’s, shall remain valid for Five (5) Years after the
complete installation and final commissioning of the Data Centre. The installation
will be deemed incomplete if any component of the equipment or any
documentation/media is not delivered or is delivered and not installed and/or not
operational or not acceptable to OCAC after final acceptance testing.
5. OCAC shall promptly notify the Bidder about any claims arising under this
warranty. Upon receipt of such notice, the bidder shall repair/ replace/
reconfigure/ re-provision the defective equipment or service.
6. The supplier shall ensure during the comprehensive warranty period that all the
supplied stores continue to function as per the parameters mentioned in technical
specification. During warranty period, maintenance of all stores including pick-up
of the faulty equipment for repair, replacement and repair/fault rectification,
delivery of the rectified equipment shall be undertaken by the supplier at no
additional cost to the buyer. The supplier will be responsible for the
maintenance/preventive maintenance of the complete system. Any
Malfunctioning or defective items shall be replaced by the supplier free of cost at
project site as early as possible, under the following condition: -
7. If the bidder, having been notified, fails to remedy the defect(s) within the period
specified in the SLA, OCAC may proceed to take such remedial action as may be
necessary at the Bidder’s risk and expense and without prejudice to any other
rights, which OCAC may have against the Bidder under the contract.
8. All the software’s used for providing data centre services shall be licensed to
OCAC and will be the property of OCAC.
9. The SI shall be responsible for end-to-end implementation and shall quote and
provide/supply any items not included in the bill of material but required for
commissioning of the cloud, network, Non-IT equipment like PAC, UPS, BMS, EMS,
Infrastructure Monitoring, including any Compute equipment. OCAC shall not pay
for any such items, which have not been quoted by the SI in the bid but are
required for successful completion of the project.
Note: OCAC reserves to right to ask for manufacturer authorisation during the bid
evaluation and during execution of the project for any item other than
mentioned above. OCAC may also reserves the right to ask for hard copy
original signed and stamped letter of MAF in OEM letter head.
1. Space Allocation
2. General Design Requirements
3. Technical, Functional And Operational Requirements
SPACE ALLOCATION
Described below is the minimum requirement of Rooms/ Enclosures in the Facility. Bidder
must take these considerations while designing and planning.
a. Site layout
b. Equipment placement layout
c. All drawing for Electrical scheme including single line diagram
d. All GA drawing of equipment
e. Piping schematic
f. Grounding and Earth pits
g. Lighting
h. Furniture placement
i. DG fuel pump
j. Complete HVAC system
k. Networking cabling
l. Trenches, cable trays and raceways
m. Shafts
n. Panel GA drawing
o. Fire detection and suppression system
As on when required, the successful bidder has to submit the coordinated drawing for
the solution.
5. The lead 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.
6. The lead 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
7. The server farm area load density will be as follows
The Utility room is between OCAC building and OCAC tower. This is a G+1 building.
Following items are currently housed inside Ground floor of the building.
1. HT Panel
2. Transformers
3. Transformer output panel
4. ASLS panel (Main LT panel)
5. Capacitor Panels
6. AMF panels for OCAC tower DG
7. Other small panels
The bidder is advised to do a detail site survey of the Utility room, take measurements
and list out all the work required to revamp the room to make it better in terms of facility,
manageability and operability.
The scope for the area is mentioned here but not limited to following.
11. New Trench extension to be created from new Panel room to the existing
trenches.
12. Existing trenches may be used for laying of cables to the Datacentre. In the
process, there may be chances of breakage of trench covers. The same has to
be replaced by the Bidder with equal specification.
13. The Existing DG set for the SDC area need to be replaced with new one. There are
three DG sets of 400 KVA each installed near the back of the building. These have
to be de-installed and taken back by the SI. The area has must be cleaned,
cemented flooring done and handed over to OCAC.
14. Cable Trenches: There are existing cable trenches available & may be used,
however the bidder should evaluate & propose if there will be need to create new
cable trenches. In case it is required the same may be proposed.
15. HSD Tank: Two no’s of 5 KL underground HSD tanks need to be installed for 2 Nos
of DG set for which suitable space to be identified & piping for the same should
be done up to the DG sets. The DG fuel pipeline must have intrinsically safe Fuel
meters with connectivity feature to DCIM. The meters must be integrated with
DCIM tool. Each DG fuel consumption to be measured.
16. Placement of Outdoor Area for PACs & CACs: It is proposed that AC ODUs on a
platform of steel structure (using ISMB of adequate size to cater the load) of 5
Meter height on the back side of the building adjacent to the 1st floor of the
building (DC floor) level. The bidder should plan for the structure design
accordingly.
17. New DGs has to be place on double tier ISMB, ISMC structure alongside the 4 no’s
of DG already installed. The periphery area of the DG yard has to be covered with
heavy duty MS louvers with beautification as designed by architect.
18. A new road (cemented carpeted road as per CPWD norms) to be laid from OCAC
tower approach road till the existing transformer yard by acquiring the required
portion of the green patch. ( This is optional and indicative requirement)
19. The SI must engage an qualified architect to design the campus beautification
work such as, transformer area, DG area, existing garden, trench area, PAC
outdoor structure etc. The architect’s and beautification cost has to be factored
in the price bid as separate item.
1. Stair Case & Ramp: There are stair case & lift on both the sides for entry into Data
centre area. The existing one of the staircases (there are two nos.) staircase from
the outside of the building has be dismantled & converted to Ramp for material
entry.
2. There are three toilet blocks on each side of the datacenter floor. One on the
south side and two are on the north side. One of the blocks on the northeast side
has to be converted to UPS and power room. All the partitions have to be
dismantled. There has to be fire rated doors installed with minimum 1200 width for
smooth entry of the equipment. The floor must layered with antistatic material. The
walls have to be painted with fire rated paint.
3. The other side toilet block has to be furnished with high quality flooring, wall tiling
and fixtures. Separate sections for MALE and FEMALE must be created. Bidder has
to submit details of the toilet furnishing in a tabular form.
4. Ceiling: Server farm area will have no ceiling. However, a 23 mm nitrile rubber has
to be pasted under the roof for thermal insulation. The workmanship should be
such that it looks neat and clean without any tear, overlap, exposed roof, or non-
aligned joints. The bidder may propose ceiling in the support area. However high
quality modular mineral fiber celling with min 0.5 NRC with may be accepted.
Ceiling structure already existing near the lift area on each side has to be redone.
5. Flooring: Datacenter server farm area has to have raise floor of calcium sulphate
material. The height must be 600mm from the floor. The floor tile UDL must be 1500
kg/mtr square and point load 450 KG. Flooring for support area has to be with
verities of material such as, vitrified tiles, carpet tiles etc. The entry area from the
north side (passenger lift side) must be highest quality vitrified tile of 1200x600 size.
6. Partitions Bidder to decide the partition walls for the support area whether to use
100mmm double skinned Gypsum, Frameless glass with patch fittings as per the
aesthetics. Partitions required in power rooms must be with Fire rated Kingspan-
Jindal panel or equivalent
7. The other side of the server farm wall has to be fire rated glass of min 10 mm
thickness. The height of the glass has to be taken from +600 mm level till the false
ceiling level of the corridor. Every glass will have a stainless-steel frame structure.
8. DOORs and Windows: The indicative doors requirement is given in the table below:
01 Main entry door to facility from passenger Double leaf glass door of
lift side total 2000mm width
02 Entry to server room from corridor side Fire rated glass door in SS
306 frame
03 Entry to server farm from south side Fire rated steel door (min
45mm thick and 1200
mm width) with vision
glass
04 Entry to staging room Fire rated steel door (min
45mm thick and 1200
mm width) with vision
glass
05 Emergency exit from server farm to south Fire rated door of 45 mm
side thick and 900mm width
06 POE room entry Fire rated door of 45 mm
thick and 900mm width
07 Power room Fire rated steel door (min
45mm thick and 1200
mm width) with vision
glass
08 Toilets 900mm flush door
09 Support area 900mm toughened glass
door and flush door
wherever required
The above requirement is indicative only. Bidder must submit a table according to their
own design
9. Bidder may decide to erect/not erect wall on the support area side east side as
per requirement of their design. However, all the openings on the top and bottom
of the gap between the glass façade and the building has to be closed with MDF
board for ply board with smooth finish.
10. Side wall is mandatory for Datacenter area (curved wall). Fire rated Kingspan-
Jindal panel or equivalent has to be used for ease of installation, low weight and
aesthetics.
11. The partition wall on the middle of the floor separating the Dc area and support
area to be of the combination of Fire rated Kingspan-Jindal panel or equivalent
and fire rated glass.
12. Paint and polish: Server farm area walls, power room wall have to be mandatorily
of fire rated paint. All other area must have premium emulsion paint of min 3 coats
over and above putty and primer wherever required.
13. Furniture: Furniture inside the support area is one of the most important aspects
that has to be looked at by the bidder. While selecting furniture, ergonomics, ease
of maintenance and saving the environment aspect must be taken care of.
i. Conference Room Chair: The conference room chairs are to be same as NOC
room chair Except the BIFMA & GREEN GUARD certification.
k. Visitor’s chair: A reference image is given above. Bidder must select the chair
as per this, equivalent or better.
m. Shoe Rack: A shoe rack must be supplied with 20 pair of slippers to be placed
near the entrance of the server room. A reference image of the shoe rack is
given below:
The electrical design will be based on the Tier III concept of Uptime Institute/ Rated 3
concept of TIA. The power flow from the source to load will pass through several stages
of equipment.
Existing scheme:
Proposed Scheme:
There are underground cable tranches running all around campus. The following length
of trenches are available.
1. There is a 33 KVA station inside the compound from where the two buildings OCAC
and OCAC tower is powered. The second 33KV feeder is available but not used
as now. The existing HT panels need to be replaced with a new one as per the
scheme mentioned above. The HT panel will have two incomer VCB with a VCB
bus coupler and 4 out goings VCBs . This will feed to existing 2 no’s 1600 KVA
transformers and the new proposed 2000 KVA transformers. Removing cable from
existing ones and installation and termination of HT cable for all the 4 transformer
is in the scope of the bidder.
2. A new Utility room to be created near the existing transformer room (badminton
court/two-wheeler parking area) OR the transformer out panels can be placed
on the first floor of existing panel room ( currently a store room) . This room will
house two MLP panels, two capacitor panels HT panels and other DBs. If the panel
room is created then this room will be at least 4 ft above the ground. All cables
will run in trench below the floor of the room.
3. If the first floor of the Existing panel room will be used for panels then, a 5 ft wide
stair case will have to be created with landing closed to the small store room (
near HT panel area). A door will also have to be created for entry to this first floor
with a ramp ( from roof of transformer area to the new door).
4. New Transformer 2 nos 2 MVA to be installed in the transformer yard with fence
and RCC wall.
5. A metering panel is available but has been defunct since long and not been in
operation. The Bidder needs to offer new metering panels with all accessories.
6. The HT cable from the Pole to the metering panel, from metering panel to the HT
panel and from HT panel to the new Transformer need to be installed.
7. The entire job is turnkey type. However, the bidder has to submit a detail bill of
material with prices for each item and quantity.
8. All the work must be done as per central and state electrical guidelines and under
strict supervision of OCAC and electricity board authorities.
9. The bidder may engage an Electrical contractor to get the job done. The Bidder/
contractor must have a Class A electrical license and must have qualification and
experience of working on 33KV HT setup.
10. Adequate safety procedures must be adopted while doing the execution work
for HT and HT side as per the prevalent and suitable norms and law of the land.
11. Bidder must offer a buyback price for the replaceable items such as Metering
panel, HT panel etc. This will be taken in consideration during commercial
evaluation.
12. During the replacement and installation activity, bidder must ensure that backup
power is provided to the facilities of OCAC and OCAC tower. No interruption will
be permitted during working hours. However, in unavoidable circumstances, in
case any shutdown of services is required, the same may be intimated to OCAC,
discussed, and agreed upon before execution of the plan
1. For captive power back-up system, Diesel power generators must be proposed
with all its ancillary supplies such as Buffer storage and Bulk storage tanks, Exhaust
system, Fuel piping system etc. The diesel generator must be Datacentre
continuous type. The DG must be capable of taking the loads of existing
Datacentre in OCAC building and proposed Datacentre in OCAC tower.
2. It is proposed that 2.0 MVA or higher datacentre continuous rated diesel
Generator set is proposed. However, the bidder must consider the exiting load
and proposed load to arrive at the rating and the same may be verified and
approved by Uptime.
3. The generators will be in N+N configuration where N is the total load.
4. The generators are to be placed in double tier structure with one above another.
The place will be alongside of the existing 4 nos of 750KVA DG already installed in
the campus.
5. Exhaust systems needs to be erected as per CPCB norms. In case self-supporting
structure is required for the exhaust, the same must be proposed.
6. Adequate fuel pump mechanism is required for pumping fuel from the tank to the
generators. The pumps and piping must be redundant.
7. Intrinsically safe fuel meter must be installed on the fuel pipeline with provision of
sending real time consumption data to monitoring tool such as DCIM.
8. The underground HSD tank must have adequate safety provision as per CCOE.
9. Cables from the Generators may be laid inside the existing trench. In case trench
is not available, a new trench may be created as per the existing norms.
7.1.3 MV Panels
1. The entire building must have a comprehensive power distribution design where
LT panel will be an integral part. The same will be used to feed power to the critical
and non-critical areas. These panels may include Main LT panels, Distribution
panels, Power factor panels etc. For the server farm area, there will be two LT
panels placed at different rooms to provide physical redundancy. The panels will
be fully compartmentalized and modular like Blockset/TTA or equivelent
2. The existing Datacentre has only one main panel from where two outgoing paths
are created to feed two UPS systems and cooling system. This panel becomes a
single point of failure. A new Panel with identical breakers and bus bars has to be
proposed and the same will be housed in the DG sync panel room. The DG sync
panel will be removed from the room as the same is not required.
3. Cable that is feeding the SDC-1 from the transformer output panel must be
replaced once a new MLTP panel is installed. The cable should be connected to
the new panel and existing panel.
4. The existing cable from the DG yard to the DG sync panel will be removed by the
bidder.
5. The DG sync panel already in working, will have to be removed by the bidder and
a buyback offer must be submitted. This panel will not more required in new
scheme.
6. There will be 2 new DC MLTP to be proposed by the bidder as the block diagram
shown.
7. All interconnecting cables must be proposed. All panels must be type 4b form
factor panels complying to latest IEC standards and likes of
Blockset/TTA/Equivalent.
8. There will be HVAC panels inside the Datacentre power room from where the
PACs will be powered.
9. The data centre racks to be powered though track busway system. These will be
fed from two separate paths of UPS. The UPS output will feed to Floor mounted
PDU that will have a K-13 isolation transformer. This PDU will be 10 outgoing feeders
to feed 10 track busway sections.
10. The floor mounted PDU with Isolation transformer placed inside the Server Hall. This
will be redundant in nature.
11. The bidder should propose auxiliary panels/DBs as per standard such as
Emergency Panel, Lighting Panel, Comfort AC panel, Raw power Panels etc for
better distribution of power in a mission critical facility.
1. For uninterrupted power supply UPS with battery bank must be proposed for the
Critical and Non-Critical load. The UPS must be monolithic/modular (Non hot
swappable). The battery backup system should be for 15 minutes. Battery has to
be lithium-Ion type. A separate UPS system has to be provisioned for support area
and some of the PACs to work during the interval period of source switchover from
EB to DG.
2. The UPS system will be placed in two different power rooms with its individual
battery banks.
3. The UPS system must have connection to the DCIM for real time performance
monitoring.
4. Bidder must submit battery calculation sheet.
1. Cables and Bus bars 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. Indoor bus bars to be installed inside the server farm for
Rack power.
2. All outdoor cables will be Aluminium core and all indoor cable will be copper core.
3. As per Tier guidelines, there has to be to two separate paths of cabling from load
to source for concurrent maintainability. The same must be adopted by the bidder
wherever possible. The cable for one path from the new panel room near the
transformer yard may be taken through the existing trench and enter the
Datacentre power room by creating a self-standing MS structure till the fist floor
on the back side of the building. The second path may be taken from the panel
room through the green patch and road by creating a trench and entering the
datacentre floor through existing power shaft at the middle of the building on the
back side.
4. The cable from the panels to the existing OSDC-1 datacentre panel room on the
ground floor may be taken through existing trench.
5. The bidder must submit cable schedule as per the following format.
The bidder must submit a detailed schedule of cables and bus bars in the following format.
Description of headers:
Max Amp – The maximum load current per phase that the cable/BBT has to carry
Cable Ampacity – The maximum current per phase the cable/BBT can handle
No of Runs: Number of cable segment that has to run between two segments
Length: The distance between starting and end point of the segment.
Note: In the Bill of material, cable length has been given which may be taken as minimum
for preparing a quote. Bidder should assess the site in detail and offer accordingly
Co-relation between SLD, Cable Schedule, Bill of material and Bill of Quantity:
1. The bidders are strongly advised to maintain data consistency between Electrical
Single line diagram, Cable schedule and Bill of quantity always in the solution
document. The Electrical Single line diagram must be prepared in detail showing
all the components. All the components must be uniquely labelled.
2. All cabling inside the server hall will be over the top of the racks.
3. Track busway BBT must be used for IT racks.
4. All exposed conduits inside the server hall will be MS type. FRLS PVC conduit will
be accepted only if it is used as concealed in walls.
5. There must be raw power provisions inside the server hall for facility maintenance.
6. All cables must be tagged with unique name. The tag must be long lasting and
durable. Tagging has to be on both ends.
7. All cable entry to the panels must be with double compression glands. The glands
must be chosen as per the cable core metal.
8. Cable installation must be as per IE rules considering pull strength, bending radius
and insulation class.
9. All outdoor cables must be factory tested for insulation strength.
10. All cables must be XLPE and all indoor cables must be FRLS XLPE Type.
11. All wiring in the support area must be concealed. Sub-mains must be laid in PVC
raceways buried under the PCC floor. The distribution to the desks must be through
the furniture raceways from bottom.
12. There must be junction boxes on the floor under the carpets or on vitrified tile floors.
It must be concealed but openable.
13. UPS output cabling must have double neutral. Single core cable may be used.
7.1.7 Illumination
1. Lights of various types as 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. Other area should have 300 lux.
2. The server hall will have no false ceiling. Hence the lighting in the server area to
be continuous type suspended from roof.
3. All light to be LED.
4. All the lights will have occupancy sensors.
5. Bidder may propose different size of light as per the suitability and ambience
required.
6. 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 hanged from ceiling.
7. The size for fixtures can be chosen by the bidder so that the looks and ambience
is not compromised
8. The size for fixtures can be chosen by the bidder so that the looks and ambience
is not compromised.
1. End point power outlets are required for all load points depending upon type and
redundancy.
2. The wall distribution panels must be double door type and recessed on the wall.
3. 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 be looped
for a single circuit.
4. The receptacles on the wall and on the desk must be high durable and multi-pin
type. Each desk must have 3 sockets, one for raw power and two for UPS power.
5. The breakout and canteen area must have 15A power sockets 5 nos.
7.1.9 Grounding
1. Earth pits of different types, grounding bus bars/strips, Equi-potential grid for the
critical area.
2. There are many earth pits already existing in the campus. For new DG area, the
earth pit may not be required, and the existing earth pits may be used after proper
recharging. However, in case required the same may be provided.
3. Earth pits may be required for UPS systems and other items inside the datacentre.
The same may be proposed by the bidder.
4. The server hall must have grounding mesh in terms of copper strip laid on the
ground on a matrix fashion to provide equipotential grid for all the equipment.
5. Each and every metal items inside the datacentre must be grounded.
6. The earth strips have to be copper for copper pits and GI for GI pits. All the earth
strips must be insulated.
7. Interconnection of earth strips has to be by welding is alloy material or by nuts and
bolts.
8. Earth pits must be connected at ground for redundancy and equi-potential.
9. Lightning arrester is required for New Panel room.
7.1.10Cable Pathways
a. Wiring
1. Wiring of all load points, wall outlets, Lights and all other points where connection
is required.
2. All along the datacenter area, wiring color codes must be used for single phase,
three phase and Ground.
3. No jointing of cable or wires are allowed without proper factory-made jointing kit.
4. All wires to be FRLS and with colours coding
5. All cables and wires to be tagger with unique identification
b. Cable Entry
1. Fire resistant cable entry points at walls with factory made entrance enclosures.
c. Documentation Submittals
2. The bidder must submit the following in various stages of the project
3. Single line diagram – To be submitted along with 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.
4. Cable schedule as per the format. – To be submitted along with bid.
5. Lux level calculation – To be submitted along with bid.
6. Cable and panel datasheets – To be submitted long with bid
7. Shop drawings for cable pathways, wiring, and RCP – Before execution
8. Lighting and wall receptacles layout
9. Outdoor cable trench layout
10. Coordinated drawing – Before start of execution
11. Any other drawing and documents required by OCAC/Consultant.
1. Technical area such as Server farm, staging room, telecom room will have
precision cooling system.
2. The server farm is proposed to have 10 row of racks with each row of 8/9 racks
where each rack size is considered to be 800mm x 1200 mm.
3. There will be cold aisle containment for racks and hence there will be 5
containment PODs. Each POD will consist of 2 row of racks
4. One of the POD of 18 racks will be high density racks. There will be direct expansion
in-row cooling for this POD. It is suggested to have 5 in-row cooling units, with three
and two in each row of a POD. The Five units are in N+1 redundant fashion where
N=4
5. All the perimeter PAC units if required for maintaining temperature Delta at server
farm ( bidder may propose if required), are suggested to be placed on one side
(façade side).
6. The cold aisle containment should be proposed in such a manner that a
maintenance corridor is created in between the PACs and the rack row. This can
be possible by proposing sliding doors on the one side (PAC side) hot aisle of the
row.
7. All the refrigerant piping must run on the side of the wall below the raise floor and
go out of the facility at the middle point through the balcony to the ODU platform.
8. Pipes have to be properly insulated. The exit of the pipes on the wall has to be
through factory made sealing material.
9. The outdoor stand to be made behind the building on ISMBs/ISMCs with access
from ground through a staircase. The height of the platform to be 5 mtr. from the
ground level so that fire tender can pass through it.
10. The outdoor stand to be made behind the building on ISMBs/ISMCs with access
from ground through a staircase. The height of the platform to be 5 mtr. from the
ground level so that fire tender can pass through it.
11. Adequate safety barriers must be taken care of on the platform on all sides.
12. Humidifier line can be taken from building water pipe line with a valve.
13. For the DC support area the entire area to be provisioned with VRV/VRF system
where the outdoor units will be placed on the ODU platform.
14. The indoor units on the DC support area will be cassette type.
15. Bidder must submit a detail table of selection of various rating of indoor units with
its cooling capacity in terms of CFM, power consumption and size.
16. Power room will have PAC units (floor standing) without heater and humidifier.
Bidder must consider the equipment heat load, room area load and latent heat
for selection of rating of the units.
17. Power room PAC will be redundant as per Uptime guidelines.
18. Bidder has to submit a detail bill of material with prices for each and every item.
19. All the AC units must have provisions to connect to DCIM. It must also be
connected to the fire alarm system.
20. One of the AHUs has to be taken out to of the floor and the cull water pipes be
closed with valve. The same room will be converted into a power room
21. Bidder must propose thermal insulation (under deck insulation) on the server hall
floor and ceiling and on the support area ceiling. The thickness of the insulation
must be min 19mm and material to be nitrile rubber.
22. It may be possibility that the pipes from the indoor units of the DC support area
have to run through the server hall under the raise floor. This may be avoided. In
case it is a must then, the same may be done with proper workmanship.
23. Power to each PAC indoor units will be from two different HVAC panel. The bidder
may propose an ATS with two inputs and one output for each PAC in case the
PAC do not have provisions for 2 inputs.
1. Entire facility will have fire detection, annunciation & Alarm system. Different types
of detectors such as fire, smoke and heat detectors or combination of all installed
and wired to a control panel in a zonal fashion.
2. This system must be integrated with the central monitoring system. The fire panel
must have redundant components inbuilt.
3. The first floor of the proposed site already has fire hydrant system and pipes are
running all across the floor. The bidder has to disconnect and dismantle the pipes
in server farm area only. This area will be replaced by Novec agent in place of
water as a fire suppressant.
4. The fire hydrant on the support area side will remain as it is and it will remain
connected to the main system.
5. The nozzles of hydrant system in the support area will be extended till the false
ceiling level.
6. The AFAS system will have manual call points, hooters and all other accessories for
complete fire detection system.
7. There must be a provision to connect the system to the building main fire alarm
system
8. Illuminated exit signs must be installed on all possible points.
9. Emergency evacuation laminated chart of A3 size must be displayed at all
important locations.
10. A fireman’s boot, safety jacket, goggles, gloves, hammer, Axe etc must be kept
in a steel fabricated case with front face visible.
11. Detectors must be placed on all voids.
12. A detail table of items must be submitted with quantity and type of items.
13. The design will be as per NFPA and local fire codes whichever is applicable.
14. Hooter with strobes is to be installed at least 4 points in the datacenter area.
15. A detail design sheet must be submitted along with the bid
7.3.2 Aspiration Smoke Detection System or Very Early Smoke Detection System
1. VESDA system may be required in the server farm area for early detection of
smoke with a facility of alarm.
2. The system must be digital and the panel has to be installed inside the BMS room
3. The sampling pipe has to run over the PACs and below the floor if required.
4. The detectors have to be placed inside the containment as well
5. A detail design sheet must be submitted along with the bid
1. The technical area such as Server farm area, staging area, UPS room, Panel and
battery room must have fire suppression system with an alarm such that in case of
fire the gas agent gets released through the nozzles and suppress the fire fully
without damaging the electronic devices.
2. There will be three separate suppression systems. One for server hall and one each
for 2 power rooms.
3. The suppression nozzles must be placed on all voids and including the inside of
containment.
4. The cylinder has to be seamless type.
5. In case there is a flooding of gas during execution and before the site handover
bidder need to replace the gas at it’s own cost.
6. Placement of cylinder bank is shown on the layout.
7. The gas-based suppression system must be integrated to fire alarm system
8. Pressure on the cylinder must be maintained throughout the contract period.
9. A detail design sheet must be submitted along with the bid.
1. Surveillance of inside and outside of the facility must be done with different type
of IP cameras such as fixed/Dome/PTZ high-definition cameras with facility of
motion based recording for one month and video analytics.
2. The cameras inside the server hall to be for all the aisles including the
containments.
3. No area must be left out of surveillance except the washrooms, manager cabins,
bunk bedroom.
4. The staircase, ODU platform, DG area, HSD tank area, Utility area have to be
covered under CCTV system
5. All cameras have to powered by CAT6A from POE switch.
6. All cameras to be minimum 2 megapixels wide angle lens and infrared type
7. At least three PTZ cameras must be proposed for outdoor in addition to fixed
cameras.
8. Recoding must be archived for 6 months in an external drive supplied by the
bidder.
9. At least a month recording must available in NVR.
10. All recording have to motion based inside the server hall. However, inside the
Power rooms it has to be continuous.
11. The boundary wall behind the building on the datacentre portion also need to be
covered under CCTV.
12. A detail design sheet must be submitted along with the bid
visitor will be given a photo ID card generated by the software and printed on the
printer.
10. Access control software and computer must be a part of the scope of the bidder.
The consumables to be supplied for the entire contract period.
11. A detail design sheet must be submitted along with the bid
1. Detection of water and other liquids at the pipes those are used for flow of the
same or at the floors wherever there is possibility of water or liquid leakage with
detection and alarm system
2. Water leak detection cable must be run near all water pipelines inside the server
hall and power room.
3. Water leak detection system must be digital type with a hooter connected to the
system.
4. A detail design sheet must be submitted along with the bid
1. Ultrasonic frequency based electronic system to repel rodents from the floors with
help electronic wave emitters.
2. The satellites of the RRS to be installed in all voids in server hall, support area and
power room.
3. A detail design sheet must be submitted along with the bid
Bidder must propose a comprehensive BMS tool that will integrate all existing and
proposed system. The existing SDC is now has Honeywell EBI system running. It is proposed
that the bidder should replace this will a new tool. Both the data centre will be integrated
with the new tool. There are many DCIM system in the market that replaces the BMS
system. If the bidder has to propose one, then BMS system may not be required. The DCIM
system must have all the facilities of BMS system
A comprehensive tool to monitor all the services and products installed in the facility. All
the field devices have to be monitored though DCIM. Both the datacentres, that is ethe
existing one and the proposed one must come to unified DCIM platform. The existing
Datacentre has a BMS system. If required, the bidder may replace the hardware for
making it enable to compatible with DCIM system.
General Note: The bidder is not required to submit the drawings for any of the above
systems. However, following documents are mandatory
1. Design Sheet
2. Bill of material with quantity and price
3. Datasheets
4. Compliance to SOW and Requirement
10. Copper cable has to run on cable basket and fiber on fiber pathways/fiber runner
11. Each desk in the support area will have two data ports and one voice port.
12. Entire voice cabling will be on Cat6A.
13. At least 15 nos IP phones must be supplied for the entire facility.
14. An IP EPABX has to be supplied and installed in the facility with all cabling and
phones
15. Cat6A cabling on the support area has to run under the floor on PVC raceway.
16. Bunching and bending radius of the cable will be as per manufacturer standard.
17. The racks those are not used or U space that is not used, will have blanking panels
on them.
18. All the IPDUs for the OSDC 2.0 will be of 3 phase and all IDPUs for OSDC-1 will of
single phase
The facility has 33KV substation with VCB panels, transformer and may other panels.
Many of the equipment are proposed to be upgraded/ replaced and are under scope
of the bidder. In the execution phase the installation planning and execution has to be
done in such a manner that no disturbance happens on existing load. The bidder may
use the existing DG sets of OCAC tower (4 nos) and SDC (3 nos) to feed the load during
execution. There may be a scenario where a mobile DG has to be stationed at the facility
during integration process. The same may be arranged by the bidder at their own cost.
Also it may happen that temporary cables, accessories and breakers/panels are
required for the integration. The same may be arranged by the bidder at their own cost.
The bidders are advised to do a thorough study of the facility before bidding. The
integration methodology will be part of scope of the technical presentation and will be
an evaluation criterion. The bidder is advised to create presentation slides with step by
step approach of the integration with timelines.
If any
HT
1 Metering 33 KV 1
Panel with CT
PT
Main
2 HT Panel 1 X 36 KV, 800 A 1 Jyoti
VCB
2 X 36 KV, 800 A
VCB
400
3 KVA Diesel 400 KVA 3 Kirlosk Sl Nos:
Generator ar
KV85001/1000170
KG40
KV85001/1000195
0WS
KV85001/1000165
External
4 Fuel 1000 Litres 3
storage Tank. Capacity
DG
5 AMF sync I/C: 3X630 Amps 1 PLC Make:
cum auto MCCB O/g: Woodword
Management 2X1000 Amps
panel ACB
Bus coupler: 2X
1000 A ACB
N.B: The above list is only illustrative, the bidder should visit site to evaluate the actual
condition & detail specification of the equipment’s before quoting for buyback.
Product/Solution Description
There will be 2 set of UPS systems, each to be connected in one path of power to the
datacentre. The UPS are to be modular (Non-hot swappable)/monolithic in nature with
horizontal expandability. The 3 Phase UPS comprising of rectifier, Inverter, charger etc.
Battery bank to be Lithium-Ion standby application type. Each UPS must have battery
backup for 15 minutes considering load power factor of 0.9 till end of 5th year. The lithium
ion batteries to have cell level monitoring wired to a common monitoring panel.
Scope of Work
7.7.2 Uninterrupted Power supply (UPS) system with Battery back-up (For Non-Critical
Load)
Product/Solution Description
There will be 2 set of UPS systems, Each will be connected in one path of power to the
datacenter non critical load. The UPS are to be unitary/monolithic in nature with double
conversion IGBT based technology.
Battery bank to be VRLA/SMF standby application type. Each UPS must have battery
backup for 30 minutes.
Scope of Work
7.7.4 Precision Air Conditioner (CRAC) for perimeter cooling and power rooms
complied/Not
complied)
Requirements
1 THE DX TYPE PRECISION UNIT SHALL BE
DESIGNED AS PER FOLLOWING
CONDITIONS
2 Unit return air temperature : 27 Deg
C /45%RH (Scalable to 37 Deg C)
3 SHR : Above 0 .92
13 Refrigerant – R410A
The existing State datacentre in OCAC building already had 3 numbers of 380KVA
generators in N+1 configuration with an output DG synchronization panel sets installed
in the premises. These are feeding the Datacentre dedicatedly.
The new Proposed Diesel generators shall replace the existing Diesel generators. These
2 numbers of 2000KVA Datacentre continuous rated Diesel Generators will feed the
existing Datacentre and the new proposed datacentres. Please refer the layout and
SLD for further details.
The DG will be installed one above another on structure of ISMBs and ISMCs. The double
tier structure design to be certified from a structural consultant by the SI.
Scope of Work
6. SLA adherence
7. Repair and Replacement if required
8. System Acceptance test at Factory and at Site (on full load condition)
9. Foundation
10. Double stacking structure
3 ENGINE
4 Engine cooling
6 Fuel System
7 Day Tank
8 Alternator
12 STARTING SYSTEM
14 PERFORMANCE REQUIREMENT
15 TESTING
Testing at site
Installation of DG Set:
Rating/Sizing: 160A
1. Extruded aluminium busway housing with copper conductors meant for data
centre application
2. Power Feed
3. Plug-in units for power distribution
4. Monitoring
5. Installation tool and joint kits
6. Optional accessories
Scope of Work: The scope of work includes (but not limited to) supply, installation, testing
and commissioning of the continuous open channel, low voltage bus bar system in the
data centre. Any other consumable items, materials required for civil and electrical works
(if any), essentially required to complete the bus bar installation without any extra cost.
Spares to be maintained onsite to achieve SLA defined in the RFP.
The Installation shall be carried out in accordance with the drawings and applicable
Engineering standards. Any variation or changes to be carried out at site shall be done
with prior approval of the End customer
7 Efficiency
7.7.8 MV Panels
Product/Solution Description
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
(BSEN standards) and in particular to the following publication
Scope of Work
HT panel, Transformer output panel, Main LT panels, DC LT panels and all such panels
GENERAL PARAMETERS
SWITCHBOARDS
IEC
Low-Voltage Fuses
60269(2009)
IEC
Instrument Transformers.
60044(2003)
IEC
Electrical relays.
60255(2009)
Empty enclosures for low-voltage switchgear and Control gear assemblies General
IEC 61641 requirements and Control gear assemblies – Guide for Testing under condition of Arcing due
to Internal Faults
IEC
Conductors of Insulated Cables.
60228(2004)
IEC 60947-4-1
Contactors and motor starters.
& IS 13947-1)
GENERAL SPECIFICATIONS
Switchboard Configuration
Constructional Features
Switchboard Compartmentalization
1. For compartmentalized
switchboards, separate totally
enclosed compartments shall be
provided for horizontal busbars,
vertical busbars, ACBs, MCCBs, and
cable alloys.
2. The Main LT Panel shall be with Form
4b Construction and Others panels
shall be Form-3b Except MCBs Feeders
3. Earthed metal or insulated shutters
shall be provided between drawout
and fixed portion of the switchgear
such that no lives parts are accessible
with equipment drawn out. Degree of
protection within compartments shall
be at least IP: 2X.
4. Sheet steel hinged lockable doors for
each separate compartment shall be
provided and duly interlocked with
the breaker in "ON" and "OFF" position.
5. For all Circuit Breakers separate and
adequate compartments shall be
provided for accommodating
instruments, indicating lamps, control
contactors and control MCB etc.
These shall be accessible for testing
and maintenance without any
danger of accidental contact with
live parts of the circuit breaker,
busbars and connections.
6. Each switchgear cubicles shall be
fitted with label in front and back
identifying the circuit, switchgear
Switchboard Interconnection
Instrument Accommodation
Wiring
Space Heaters
Earthing
ACB Specification
Protection L, S, I, G with
b. Thermal Memory
d. Trip Indication
e. Test Facility
f. Self powered
i. Auxiliary Contacts:
labelled.
SAFETY FEATURES
Protection Unit
Equipment List.
62271-200.
busbar assembly.
when closed
- Busbar compartment
- Cable compartment
- LV compartment
compartments.
6 BUSBAR COMPARTMENT
breaker compartment.
tapes etc..
8 CIRCUIT BREAKERS
closed.
not be possible.
counter.
wiring.
9 SHUTTERS
- current transformers
- voltage transformers
- cable terminals
compartment. In particular :
Language
13 TYPE TESTS
- Dielectric tests
cubicles ;
devices
- Verification of wiring
- Visual inspection
Product/Solution Description
The datacenter network cabling will be over the racks through cable basket for Copper
and Fibre pathways for Fibre cabling. Each Row will have End of the Row patch rack. Every
Rack will have 12+12 fibre ports in redundant more and similarly 6+6 copper ports as well.
The cabling standard will be as per TIA-568B or its latest amendments. Tier-3 architecture
must be followed for the cabling.
Scope of Work
Supply, installation, testing and commissioning of network cabling system Including cables,
Cable basket, Fibre Runner/Pathways, jack panel/patch panel/ MPO cassettes/Patch
cords etc
The structured cabling for data center shall cover Copper & fibre optic cabling for all racks
within the DC hall, backbone up to Network rooms/racks, and backbone up to ISP racks.
The proposed cabling system should support at least 10G on Copper and up to 40G / 100G
on fibre.
The fibre cabling should be modular (plug-n-play) in nature using MPO trunks and
connectors and be scalable to 40G or 100G applications.
For all backbone cabling, splicing based terminations for fibre could be used as per design
requirement.
Adequate Copper LAN cabling to be considered for DC support areas and other
functional areas as required.
All terminations and testing shall be performed in compliance with the TIA 568-C and
ISO/IEC 11801 requirements.
Dedicated copper trays and enclosed fibre pathway system to be considered for
respective cable routing for the entire Data center.
The cable pathway design must consider the cable fill ratio, separation and bend limits as
per TIA 569-C, ISO/IEC 14763-2:2012 and BICSI TDMM 13 design guidelines.
EN50173 standard
8G FC : upto 250m
3 Electrical parameter:
UL Listed
Product/Solution Description
Datacenter Infrastructure Management (DCIM) Solution tool has to integrate all possible
Non IT and IT field devices into one platform for effective monitoring of Datacenter
operation.
Scope of Work
Supply of all ends to end hardware and software, Installation, testing and commissioning
1 General
14 Trend Analysis
17 Security
23 Concept
33 Capacity Planning
35 Predictive Analysis
37 Impact Simulation
39 Recommendation Engine
44 Change Management
60 Report Name
61 Capacity History
64 Executive Power
65 Executive Space
66 Panel Schedule
67 Rack U-Space
69 Communication Status
Product/Solution Description
Server and Network Racks of 42U and 800mm width x 1200mm depth for the datacentre
area
Scope of Work
Compliance Remark
S.N. Minimum Required Specifications (Complied /
Not complied)
42U Server rack with dimension (HWD)
2000mmX800/750mmX1200mm. The design of
the rack should be in accordance with the
1 following agency standards or certifications.
· EIA-310 standard for IT rail hole spacing
· CE/UL
The rack frame shall be constructed as a
welded steel/ bolted frame and frame shall
2 have the depth marking for ease of EIA rail
installation. Rack should be fully assembled at
factory. Load carrying capacity 1500kg or more
All 19” rails should be made of minimum 14-
gauge steel, 5 times folded for maximum rigidity
3 and must have EIA-310 standard hole-mounting
pattern with U marking on front and rear of
each rail for ease of installation.
EIA rails two sets should be fully depth
adjustable within use space area. 19” Rails
4
should accept tool less Cable Management
Accessories.
Rack should have single front door 16GA and
split rear door 18GA. Doors shall be tool-less lift
5 off and field reversable design and must allow
min. 120⁰ door opening for ease during
maintenance activity.
Rack should have side panels with slam latch for
6
quick and easy installation and maintenance,
(Complied / Not
complied)
a. Voltage (V)
b. Current (A)
c. Power factor
d. Active power (W)
e. Apparent power (VA)
f. Energy consumption (kwh)
The metering accuracy should be +/- 1%
compliant to ANSI C12.1 and IEC 62053-21 at
1% Accuracy Class Requirements.
13 STANDARD SPECIFICATION
Lifting lugs.
Filter valve.
Bi-directional Rollers.
Explosion vent.
Marshalling Box
17 INSTALLATION
Product/Solution Description
Scope of Work
Product/Solution Description
Gas based fire suppression system is required to be used for Server room, UPS
and Electrical rooms (for Datacentre floor). Cylinders for Server Hall is
suggested to be placed on the outside the server hall on the exit path (near
Staircase). 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. There
are 5 containments which have to be considered for gas and nozzle calculation.
Scope of Work
Removal of existing fire hydrant pipes and nozzles from the server farm area and
handing over to estate department.
Supply of NOVEC 1230 cylinder with Gas, all accessories, installation, testing and
commissioning of the same.
Sizing: All doors to be controlled by card reader. Server hall entry by Biometric reader
Product/Solution Description
Access control system to the datacenter will be at 3 level. Starting from the entry to the
facility to the Server hall, support area, UPS and electrical room, all entry and exits to be
controlled.
Scope of Work
Supply, Installation, Testing and commissioning of Access control system with all
accessories
Product/Solution Description
Scope of Work
Time Delays.
Fault Indicator.
Disabled indicator.
Sizing: All area inside and outside the Datacentre to be covered under
surveillance.
Product/Solution Description
All areas to be covered under surveillance. Inside the server hall all aisles to be
covered. No dark spot inside the server hall and support area except manager’s
cabins.
Scope of Work
The CCTV systems of the existing DC has to be replaced with IP CCTV with a single
monitoring for both the DC
Rating/Sizing: 4 / 8 zones
Product/Solution Description
Scope of Work
Rating/Sizing:
Product/Solution Description
The objective is to protect the entire premise all the voids against rodents. The
purpose is to keep the rodents away from the floor by generating very high
frequency sound waves (above 20 Khz) which are not legible to human ear but
irritates rodents. The objective is to protect all the cables below floor, above
ceiling & room void from damage caused by rodents.
Scope of Work
Construction:
Finish:
Plastic coated in an RAL colour or anodized natural
tone.
Function:
The security revolving door is equipped with a low
energy SK-M servo positioning drive for automatic
access control and active locking. The selected
rotation direction is released for a rotary cycle by a
floating signal initiated by an on-site element (or one
supplied by the customer). The selected rotation
direction is released by a release impulse for the
entry or exit direction.
Electrical system:
Product/Solution Description
Scope of Work
The bidder must ensure that the Data centre gets certified for Tier III or higher as feasible
and suitable from Uptime Institute Inc.
The Data Centre Facility to be constructed under this contract shall be Uptime Institute
Tier III Gold Certified. The successful bidder shall obtain the following as part of this
certification process:
1. Tier III Certification of Design Documents for Complete Data Centre Facility Design
2. Tier III Certification of Constructed Facility for all areas of Data Centre Facility to
be constructed under this contract
3. Tier III Certification of Operational Sustainability
The necessary certifications will be obtained on the behalf of the client and passed on
to them on award.
The successful bidder shall be responsible for all associated cost for obtaining &
maintaining these certifications.
In case the testing fails during certification process, bid must incur all the cost till the
testing is successfully over and certification is done
1. Ensure all workers are knowledgeable and have access to the latest publications
of applicable laws and regulations, including:
2. HSE rules and safe work standards;
3. Operating and critical task procedures;
4. Emergency response procedures; and
5. Environmental protection requirements;
6. Ensure worksites offer safe and healthy working conditions;
7. Ensure property and equipment are maintained to Company and manufacturer
standards;
8. Ensure site-specific safe work practices (e.g., start-up and shutdown practices) are
developed for each facility as required, and implement training of site employees
and contractors to ensure procedures are understood;
9. Communicate HSE performance expectations, requirements and results to
employees and contractors;
10. Reinforce program objectives, policies and regulatory requirements by insisting on
performance and behaviour that meet Company standards;
11. Ensure compliance and incident reports are submitted as required;
12. Ensure incidents are investigated and followed up with appropriate corrective
actions;
13. Identify training programs and opportunities as needed;
14. Understand regulatory requirements.
15. Understand and implement the corporate HSE Management System;
16. Identify, eliminate or minimize hazards;
17. Identify and correct unsafe work habits;
18. Ensure workers are properly qualified and trained to perform their work, know what
is expected of them, and are prepared to deal with the hazards of their work and
worksites;
19. Monitor work to ensure contractors and their employees comply with corporate
standards and government legislation and regulation;
20. Ensure personal protective equipment is available, properly used, maintained and
replaced as necessary;
21. Monitor facilities for HSE performance, hazards and general housekeeping
standards;
22. Assist management in the continued development of HSE programs;
23. Ensure required pre-job meetings and regular HSE meetings are held and
recorded; and
24. Review inspection, audit reports, and respond to reported deficiencies.
1. Learn and abide by HSE standards and regulations that pertain to their work, and
contact a supervisor if there is any confusion over what is required;
2. Take an active part in learning, developing and promoting HSE programs and
goals;
3. Refuse to perform work they are not qualified to do or when unsafe conditions
exist;
4. Attempt to correct unsafe or hazardous conditions. Where conditions cannot be
corrected, report the hazards to a supervisor;
5. Immediately report all incidents to a supervisor;
6. Keep written records of incidents;
7. Maintain the appearance of Company facilities and promote good relations with
local officials and residents;
8. Maintain and operate equipment in a manner that minimizes leaks, spills,
emissions, noise and other hazards;
9. Know the locations of emergency, personal protective and spill response
equipment and how to properly use it;
10. Clean up and report spills as they occur; and Monitor activities of fellow
employees and workers, especially new or inexperienced workers, to ensure they
do not place themselves or others at risk.
Visitors
A visitor is anyone who will be on a worksite for a short period of time (e.g., less than a
day) and who must be accompanied at all times to ensure he or she is protected from
the hazards on the site. Visitors include government representatives, students, senior
Company employees and others. Visitors will meet the following HSE responsibilities:
1. Refrain from entering Company property or worksites except when permission has
been granted by a Company supervisor, and only when accompanied by a
Company representative, unless otherwise approved; and
9 Project Timelines
All deliverables indicated in the tables below are indicative only and shall be read in
conjunction with the Scope of Work section and Standard Form of Contract of the RFP
for detailed requirements. Client or its authorized representative reserves the right to ask
for additional information, documents and deliverables throughout the Project.
T0- Represents the Project Start Date (i.e. agreement signoff Date of kick off meeting).
W- Represents the timeline in Weeks after agreement signoff kick off meeting.
Successf
Week Activity OCAC Consultant Remarks
ul Bidder
Issue of Letter of Intent
(LOI).
Letter of acceptance by
successful bidder within 7
L0 Project Award √ √ √ days of LOI.
Successf
Week Activity OCAC Consultant Remarks
ul Bidder
from the date of signing of
MSA along with all the
stake holders; Project plan
to be submitted.
Successf
Week Activity OCAC Consultant Remarks
ul Bidder
Bidder to carry out
integrated system testing
of all equipment and
Commissioning &
T0 + 7 rectify all snags.
Testing of all Non-IT
Months √ √ √ Consultant to work with
systems (PAT of Non-IT
= M5 BIDDER for User
System)
acceptance Test sign-off
of Non-IT Infrastructure
system from OCAC
Successful Final
T0 + 8 Project Sign-Off & FAT Acceptance Test of all
Months (Go-Live of the √ √ √ commissioned IT and Non
= M7 Project) systems and Issue Go-Live
Certificate from OCAC
* - Its Bidder responsibility to insure MSA signoff will be complete within 30 Days from issuing of
LOI; else T0 will be treated as Project start date
10 Liquidated Damages
Except as provided under clause “Force Majeure”, if the selected bidder fails to deliver
any or all the Goods or perform the Related Services within the period specified in the
Contract, OCAC may without prejudice to all its other remedies under the Contract
deduct from the Contract Price, as liquidated damages, a sum equivalent to the
percentage specified in sub clause (iv) below for each week or part thereof of delay
until actual delivery or performance, up to a maximum deduction of the percentage
specified in sub clause (iv). Once the maximum timeline is reached, the Purchaser may
terminate the Contract pursuant to clause “Termination”.
The time specified for delivery in the tender form shall be deemed to be the essence of
the contract and the selected bidder shall arrange goods supply and related services
within the specified period
Delivery and completion period may be extended with or without liquidated damages
if the delay in the supply of goods or service is on account of hindrances beyond the
control of the selected bidder to be determined by OCAC.
a. The supplier/ selected bidder(s) shall request in writing to OCAC giving reasons for
extending the delivery period of service if he finds himself unable to complete the supply
of goods or service within the stipulated delivery period or is unable to maintain prorate
progress in the supply of goods or service delivery. This request shall be submitted as soon
as a hindrance in delivery of goods and service occurs or within 15 days from such
occurrence but before expiry of stipulated period of completion of delivery of goods and
service after which such request shall not be entertained.
b. OCAC shall examine the justification of causes of hindrance in the delivery of goods
and service and the period of delay occurred due to that and recommend the
competent authority on the period of extension which should be granted with or without
liquidated damages.
d. It shall be at the discretion of the competent authority to accept or not to accept the
supply of goods and/ or services rendered by the contractor after the expiry of the
stipulated delivery period, if no formal extension in delivery period has been applied and
granted. The competent authority shall have right to cancel the contract with respect to
undelivered goods and/ or service.
a. The maximum amount of liquidated damages shall be 7.5% of the total order
value.
b. OCAC reserves its right to recover these amounts by any mode such as
adjusting from any payments to be made by OCAC to the bidder.
iv. In case of extension in the delivery and/ or completion period is granted with full
liquidated damages, the recovery shall be made on the basis of following percentages
of value of goods which the selected bidder has failed to supply or complete:
No. Condition
11 Payment schedule
Payment will be released to the successfully shortlisted bidder in phased manner as
stated below:
Inception Report / T0 + 2Months 10% of total The bidder would be given 10%
Mobilization capex quoted of payment after the project
Advance value kick off and submission of
inception report and Tier
III/Rated 3 Design Certification
Delivery of Non-IT T0 + 4 Months 30% of total HT panel, Transformer, MV
components of capex quoted panels, DG set, Outdoor and
OSDC 2.0 – Phase 1 value indoor BBTs, Racks, In-Row PACs,
Perimeter PACs, IPDUs and UPS
with Batteries.
Delivery of Non-IT T0 + 5 Months 20% of total Delivery of all Passive cabling
components of capex quoted (Fibre and copper), Electrical
OSDC 2.0 – Phase 2 value cables, Cable trays and
Raceways.
Supply and T0 + 7 Months 20% of total On Successful supply and
Installation & capex quoted installation and commissioning
Commissioning of all value of all remaining items.
Non-IT components
of DC
Final Acceptance T0 + 9 Months 10% of total On successful completion of
Test & Go-Live of DC capex quoted final acceptance test and
value submission of completion
certificate and Tier III/ Rated 3
construction certification.
On successful Final 10% of The payment will be against
running of DC for one capex quoted submission of Performance Bank
year from final value Guarantee, 10% of quoted
acceptance test value valid for 1 year.
and migration along
with submission of
requisite
documentation
Note: -
1. All the payments will be made to the successful bidder in Indian Rupees only.
Payments will be made after thirty (30) days of receiving the invoice subject to
approval from competent authority. The billing has to be made in the name of
OCAC.
2. Tax shall be shown extra by the Bidder in their invoices for the items applicable.
The same shall be paid by OCAC as per actual after verification. Similarly, if there
is any tax savings, the same shall be reduced from the payable amount.
3. In case of any new incidence of tax or any change in existing tax rates taking
place during the Agreement Period, that shall be borne and payable by OCAC
over and above the agreed price for each item as may be applicable as per the
Invoice raised by either Party/Member of the on OCAC. Similarly, any reduction in
taxes shall be to the benefit of OCAC. All invoices produced to OCAC for
payment should be with TAX invoice.
4. The bidder must raise the GST invoice within 7 days of Delivery of the complete
items as per milestone. No partial payment will be accepted beyond the stated
milestone.
5. Payment will be made on actual measurement of products and services
consumed at site. There are approximate quantities mentioned in the Bill of
material. Bidder may increase the quantity as per their solution. Decreasing of
quantity at bidding stage for the quantity already mentioned in the price bid is
not allowed. The ‘rate only’ items will not be considered for evaluation.
This SLA document provides for minimum level of services required as per contractual
obligations based on performance indicators and measurements thereof to be offered
by BIDDER to OSDC. The BIDDER shall ensure provisioning of all required services while
monitoring the performance of the same to effectively comply with the performance
levels to provide quality services. The BIDDER shall meet service level objectives and
corresponding parameters to ensure the delivery and quality of services on time as per
standard mentioned in the document. Service level indicators & and the target
performance levels to be maintained by the Bidder during the contract period. SLA shall
be strictly imposed and a third-party audit/certification agency shall be deployed for
certifying the performance of the Bidder against the target performance metrics. All logs,
reports and data that shall be made available for the purpose of evaluation/audit of SLA
parameters/target performance metrics should be system generated only.
1. Trigger a process that applies Customer and the Bidder management attention
to some aspect of performance when that aspect drops below an agreed upon
threshold, or target.
2. Makes explicit the expectations that Customer has for performance.
3. Helps Customer to control the service level and performance of Bidder services.
4. The Bidder shall have to submit a quarterly report to monitor the performance of
the services being provided by the Bidder and the effectiveness of this SLA
1. Site Preparation of the proposed Data Center in terms of the civil, electrical and
mechanical work required to Build and maintain the Data Centre.
2. Supply, installation and setting up of the necessary basic Infrastructure (state of
Art UPS and Air-conditioning System, Transformer, Fire management, Lighting
system, Fire Detection and Control system, Structure Cabling, etc.).
3. Supply, installation and setting up of the physical security system and CCTV
surveillance systems.
4. Five years on-site maintenance of all the equipment’s and their components
supplied in setting up the basic Infrastructure in the proposed Odisha State Data
Centre.
5. Onsite support for Data Centre Infrastructure Operations on 24*7*365 basis by skill
manpower / Personnel for a period of five years to ensure 99.982% availability
"Availability" shall mean the time for which the services and facilities offered by the
Bidders 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 Customer, which
excludes the scheduled outages planned in advance for the Data Centre.
"Helpdesk Support" shall mean the Bidder’s 24x7x365 Helpdesk Support Centre which shall
handle Fault reporting, Trouble handling, Ticketing and related enquiries during this
contract
“Incident” refers to any event / abnormalities in the functioning of the Data Centre
Equipment / Services that may lead to disruption in normal operations of the Data Centre
services.
“Resolution Time”, means time taken by the Bidder staff to troubleshoot and fix the
problem from the time the call has been logged at the Helpdesk till the time the problem
has been fixed.
1. Check performance of the Bidder 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.
2. Discuss escalated problems, new issues and matters still outstanding for resolution.
In case desired, Consultant /Customer may initiate an interim review to check the
performance and the obligations of the Bidder. The SLA may be reviewed and revised in
accordance to the define procedures. The procedures in will be used if there is a dispute
between Consultant/TPA /Customer and the Bidder on what the performance targets
should be.
25 minutes No Penalty
>= 99.98% Continuous
Availability = {1-
downtime
[(Downtime) /
>= 99.75% to <= 30 minutes 0.5% of the QGR
(Total Time –
<99.98% to > 25 minutes value
Maintenance
of downtime
Time)]}*100
< 99.75% > 30 minutes of For every 0.25%
Availability of
downtime reduction in the
1.
Data Center Power will be
Quarterly uptime there will
Availability measured upto
be a penalty of
the socket level
2% QGR.
in the
equipment
room that will be
providing power
to the racks.
The server farm Quarterly 20 + - 2 0-4 instances No Penalty
area Degree in a week
temperature Centigrade in
2.
should be the server farm
Temperature
maintained all area all the
the time. time.
S
Measurement Definition Interval Target Target in Time Penalty
No
months. of Default], a
letter of warning
may be issued to
the bidder.
Availability = {1- Quarterly >= 99.98% 25 minutes No penalty
[(Downtime) / Between <= 30 minutes 0.5% of the QGR
CCTV camera
(Total Time – to > 25 minutes value.
Availability 99.98% and
Maintenance of downtime
Time)]}*100 99.75%
4.
< 99.75% > 30 minutes of 1% of the QGR
value.
Shall be
downtime
measured for
all cameras
S
Measurement Definition Interval Target Target in Time Penalty
No
installed and
NVR
CCTV Quarterly The SI/DCO 7 days with 0.01% of the QGR
footage/NVR should NVR and 3 value plus Letter
data should be maintain the months with of Warning to be
kept stored for CCTV footage storage. issued to the
some period of recordings of bidder.
time. past 7days at
CCTV Footage given point of
5
Availability time. The
recordings
should be
taken back up
and store for
minimum of 3
months.
>= 99.98% 25 minutes No penalty
Between <= 30 minutes 0.5% of the QGR
Availability = {1- Quarterly
99.98% and to > 25 minutes value on an
[(Downtime) /
99.75% of downtime incremental
Availability of
6. (Total Time –
basis.
Access Control
Maintenance
< 99.75% > 30 minutes 1% of the QGR
Devices
Time)]}*100
of value
Downtime
Replacement should be
subject to prior approval
of Project Manager
OSDC/ OCAC.
Double of the cost of the
absent resource for the
period of absence.
S Measure
Measurement
N Definition Target Penalty
ment
O
Data Centre changes need to of Change
facilities be approved by request on
Customer. It an
should be incremental
implemented on basis.
time and as per
schedule &
without any
disruption to
business
100 % of
scheduled
Measures timely maintenance
maintenance of should be carried
the equipment out as per 0.1% of the
installed at the maintenance QGR
Data Centre. The plan submitted by Payment for
Scheduled
4 Bidder shall Quarterl the Bidder. Any every non-
.
Maintenance provide a detailed y scheduled compliance
equipment maintenance on an
maintenance plan needs to be incremental
on the planned and basis
commencement intimated to
of the project. Customer at least
2 working days in
advance
Implementation of
100% on time to 0.5 % of the
Implementation audit
be implemented QGR
of
5 Audit recommendations Half-
as per timelines Payment for
.
Recommendation by O C A C / O S D C yearly
agreed upon with every non
s or its auditor which
Customer compliance
have been
S Measure
Measurement
N Definition Target Penalty
ment
O
agreed by Bidder
& Customer to be
implemented.
The Bidder should
maintain an 100% as per the 0.1% of the
inventory of items inventory log QGR
Maintenance
6 of Quarterl
that will be committed and Payment for
.
Inventory y
required on an maintained by every non
ongoing basis for Bidder. compliance
maintenance
S. Penalty
Type of work Resolution Time
No
1. Major T= 5 days No Penalty
T1 = T+2 days 0.05% of the QGR for
Any civil/ electrical work as
every unresolved
defined in Scope of work of this
call
RFP
T2 = T1+2 1% of the QGR for
every unresolved
Major Civil Work including the
call
False Flooring, False Ceiling, Doors
> T2 2% of the QGR for
& Locking, Partitioning, Fire
every unresolved
Proofing of all surfaces, Furniture &
call
Fixtures and Painting to be
replaced/carried out within 5 days
of reporting the problem or
opening of the request.
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 SLA methodology and the Contract.
Normally, the forum for negotiating SLA changes will be Customer’s meetings with
consultant or TPA. Unresolved issues will be addressed using the issue management
process described in Clause 5 of this document.
The Bidder shall maintain and distribute current copies of the SLA document as directed
by Customer. Additional copies of the current SLA will be made available at all times to
authorized parties.
12.11 Penalty
Penalty Capping:
then maximum penalty of 10% or 10% plus Non Measurable Parameter Penalty which ever will be
more will levied on DCO.
a) For not measurable of Security and Incident Management SLA’s. Penalty of Rs. 50,000/- would
be enforced on DCO.
b) For not measurable of IT Infrastructure related SLA’s. Penalty of Rs. 50,000/- would be enforced
on DCO.
c) For not measurable of Physical Infrastructure related SLA’s. Penalty of Rs. 50,000/- would be
enforced on DCO.
d) For not measurable of Major and Minor Civil/ Electrical Works SLAs. Penalty of Rs. 25,000/- would
be enforced on DCO.
e) For not measurable of Helpdesk Services. Penalty of Rs 50,000/- would be enforced on DCO.
f) For not measurable of Compliance and Reporting SLA’s. Penalty of Rs. 50,000/- would be
enforced on DCO.
The Bidder should submit the project plan along with technical bid submission
Partial Acceptance Testing (PAT): After completion of mentioned stages of work as per
timelines provided in the RFP, the System integrator shall request for Partial Acceptance
Test (PAT).
Partial Acceptance Test will be conducted by the Consultant in accordance with the
timelines, scope of work as mentioned in the RFP and the solution documents proposed
by the System Integrator and accepted by OCAC.
The consultant will review the report prepared by SI and submit the report of PAT to OCAC
and subject to its acceptance, it shall be deemed as completion of Partial Acceptance
Test (PAT).
The acceptance of the Data Centre including DC site in accordance with the
requirements shall be conducted. After successful testing of the features, facilities,
functionalities and integrity of the commissioned devices, equipment and services by the
PMU, a Final Acceptance Test (FAT) Certificate shall be issued by OCAC to the System
Integrator. The date on which Final Acceptance certificate is issued shall be deemed to
be the date of successful commissioning of the DC. The FAT certificate will be signed by
the System Integrator, Consultant and OCAC.
1. All civil, electrical, air-conditioning works, etc., are completed as per the RFP
specifications and solution documents proposed by the System Integrator and
accepted by OCAC.
2. All hardware and software items must be installed at DC site as per RFP
specifications and solution documents.
3. Availability of all the defined services shall be verified (by whom). The System
Integrator shall be required to demonstrate all the features/facilities/functionalities
as mentioned in the RFP and solution documents.
4. The PMU in consultation with OCAC shall define detailed test plan.
5. System Integrator will arrange the test equipment’s required for performance
verification and provide documented test results.
6. All documentation as defined in the RFP should be completed before the final
acceptance test.
7. The training requirements as mentioned should be completed before the final
acceptance test.
8. All punch-points of Partial Acceptance Test (PAT) must be addressed and resolved
before the final acceptance test.
9. Any delay by the System Integrator in the Final Acceptance Testing shall liable the
SI for imposition of appropriate Penalties.
1. Provide support and suitable space for build part of OSDC 2.0 and during
deployment of associated Non-IT & IT infrastructure and facilities.
2. Provide the approval of design, implementation plan and schedules.
3. Provide all necessary support in terms of site availability, clearances, access etc.
4. Support in resolving issues and escalations with the consortium partner if any.
a. Review the project plan and milestone prepared by the vendor and
communicate deviations to OCAC
b. Regular site visits during implementation phase and update status to OCAC
c. Vet timelines prescribed for execution and completion of the project.
d. Prepare monthly report on the progress of the supply, implementation and
deviation
e. Co-ordinate monthly meetings onsite with OCAC representative and bidder
along with vendor (if required).
f. Preparation and submission of separate PAT & FAT plans and schedules for the
OSDC 2.0 infrastructure, operation and associated services.
Total
Unit Amount Amount
Sl. Unit
Description UOM Qty GST Rate without With
No Rate
inclusive GST GST
GST
A B C D=B+C E=BXA F=DXA
A CIVIL & INTERIOR WORKS:
Dismantling existing Wall, Doors , Window or any
1 Lot 1
structure of any material
Removal of Debris from the site and disposing the same
2 Lot 1
at a location as intimated by client
28
RFP – Extension of Odisha State Data Centre – OSDC 2.0
44 Reception table with corean top. Min size of 2.5 sqr mtr Nos 1
ELECTRICAL SYSTEM
HT Panel with 2 incomer , 1 Bus coupler and 4 outgoing
88 Nos 1
and accessories
89 Metering panel Nos 2
2000KVA 33/.433 ONAN, Oil type Transformer with
90 Nos 2
OLTC
Removal of existing metring panel, HT cable, HT panel,
91 Lot 1
DG sync panel, 3 nos of 400 kva DG with exhaust.
145 SDC 1.0 LT panel (SDC LTP 2) with all accessories Nos 1
158 Modular switch board with switches and sockets for wall Nos 100
Modular switch board with switches and sockets for
159 Nos 80
Desk
160 MS Conduit with accessories Lot 1
179 PVC raceway under PCC floor for support area cabling Mtr 125
183 Exhaust fan (min 18 inch dia) with gravity damper Nos 8
185 Intelligent PDU for racks for OSDC 2.0 ( 32A 3 phase) Nos 170
186 Intelligent PDU for racks for OSDC 1.0 (32A 1 phase) Nos 70
HVAC SYSTEM
198 Dehumidifier water line piping with all accessories Mtr 100
218 Full height turnstile (Tube stile) with biometric reader Nos 1
269 Cable basket min size 400mmx50mm with accessories Mtr 200
The selected bidder will provide 24x7x365 operating and maintaining services for a period
of 5 years from the date of final acceptance test. The scope of the services for overall
Physical and IT infrastructure management as per ITIL framework during this period shall
include 24x7X365 Monitoring, Maintenance and Management of the entire Data Centre,
along with providing Helpdesk services to ensure an uptime efficiency of minimum 99.982
in Odisha State Data Centre 2.0 (OSDC 2.0) and other facilities managed. This provides
guarantee and accountability for the operations team, service providers and end users
to meet the criteria for 24 x 7 service requirement. The goal is to achieve full uptime
potential, obtain maximum leverage of the installed infrastructure or design, improve
operations efficiency and realize opportunities for energy efficiency. This mainly provides
the guidance and framework to drive best practices for the effective management and
operations of the Odisha State Data Centre (OSDC).
The right number of qualified individuals organized correctly is critical to Odisha State
Data Centre (OSDC) 2.0 meeting long-term performance objectives. Enough qualified
in-house staff and/or vendor support must be available to perform all the maintenance
activities and operate the Data Centre to provide the greatest opportunity to meet the
uptime objective. All personnel working in Odisha State Data Centre (OSDC) 2.0 must
28
RFP – Extension of Odisha State Data Centre – OSDC 2.0
have the experience and technical qualifications necessary to perform their assigned
activities without impacting the Data Centre operations.
Requirements
required SLA. Bidder should have their enough additional resource to meet the challenge
of leave/replacement/changes and smooth delivery of services.
Note:
Upon finding any deficiency in any of the profile parameter, may reject any of the
manpower by giving 15 days’ time, which the bidder has to replace the resource within
the time frame.
Requirements
1. Data Centre User Manual – This includes all information that is critical to run the
Data Centre from construction phase to operation.
2. Data Centre Instructions – This are set of rules inside the Data Centre that prevents
any risk to Data Centre operations.
3. Emergency / Crisis Management Plan – this is to ensure control and management
inside the Data Centre during an emergency or abnormal situations.
4. SOP’s – Set of instructions or guide to operate DC configurations on normal
conditions
5. Health & Safety Procedures – Set of HSE guidelines specifically for the Data Centre
to prevent accidents or harm to the DC team or visitors.
6. Change Management Procedures – this is to review and approve the proposed
changes and evaluate the risk that comes with it.
7. Access Procedures - this access guideline specifies the criteria for granting access
to specific individuals or groups, and the different levels of access allowed.
8. Maintenance Procedures – this specifies how a maintenance procedure is
scheduled and performed.
Requirements
1. List of Equipment – this includes Generator, UPS, HT Panel, LT Panel cooling, Fire
Alarm & Suppression, Access control & CCTV and related sensors. It is an indicative
list not an exhaustive one.
2. Specialized Vendor Details – This contains the details of the vendor(s) assigned to
maintain DC equipment. Technician information, qualifications and certifications
should be available.
3. Service Level Agreements – Should clearly define the Response Time and
Conditions to match our requirement as well as OEM recommendations.
4. Planned Preventive Maintenance (PPM) – PPM schedule should be fixed for the
entire period of contract. So we can plan other activities accordingly without
conflict.
5. Sequence of Operation – This shows the operation of any equipment with
redundant functionality in case of a primary source failure. Example: UPS,
Generator, Etc.
6. Escalation Matrix or Emergency Call-out Matrix – This allows to clearly identify the
response team responsible for any equipment failure
7. Service Evaluation – This is to evaluate the assigned team and request for changes
if required. This will increase the quality to the support from the service team.
8. Methodology and Risk Assessment – This is to provide information on how the
maintenance will be performed and the risk that comes with it. This is required for
all maintenance activities – may it be major or minor.
9. Housekeeping Schedule – This can either be planned or on-call but otherwise
required. Housekeeping Team will be supervised at all times.
10. Critical Spare Parts - These are list of spare parts to be made available on site to
sustain operation of DC critical equipment.
11. End-of-life study – This is to indicate that the product is in the end of its useful life
and the vendor stops marketing, selling, or sustaining it.
12. Life Cycle study – This will enable the team to know when the equipment has
reached its peak performance and will be subject to replacement.
13. Predictive Maintenance – This will allow the team to alter PPM schedule to match
the equipment maintenance as required.
14. Anticipation and Forecasting – This is essential for laying out plans to sustain or
improve the Data Centre services.
Requirements
1. Physical or Visual Inspection – This should be on daily basis at random times. Daily
inspection should be routine work for the Data Centre managers. This involves
visual checking of the electrical devices, cooling equipment, UPS, sensors, lighting,
etc.
2. Online / Remote monitoring – This type of monitoring is applied to all Data Centre
components connected to the network (DCIM) and also to the BMS alerts. This
shows actual information received from sensors, smart devices, etc.
3. Critical Alerts – There should be an automated system capable of sending alerts
or notification through Email or SMS to all Data Centre manages for any critical
system failure that requires immediate action.
Requirements
1. Permit to Access (PTA) – This provides access to the Data Centre strictly for
inspection or survey purposes only. Any type of work or configuration will not be
allowed.
Requirements
1. Data Centre Induction – This is having the team familiarize with the existing
configuration of the Data Centre and to follow the guidelines for operation.
2. Data Centre Trainings – All DC operations team should have the basic and
effective knowledge on how the facility operates as per the implemented design.
This involves network connection, power, cooling and support.
3. Lead bidder shall provide all necessary training to OCAC officials and authorised
team members for the purpose of successful functioning of the Data Centre
operation and management.
13.6 Documentation
These are set of references or records provided on paper or on digital media. These
documents act as the store of collective organizational and operational knowledge
regarding the processes and can be accessed by anyone in times of need. All these
documents should be latest, updated, protected and available.
Requirements
1. Asset list – list of equipment installed for Data Centre operations.
2. As-built drawings – final approved layouts as installed before activation. This is used
as basis and includes civil, electrical, IT, Non-IT, and passive components.
3. Licenses – licenses for all IT, Non-IT, applications, databases and passive
components (wherever applicable) should be made available for support and
service.
4. Operation manuals – used as reference for the equipment functions.
5. Procedure manuals – used as reference for the specified OEM procedures.
6. Data Sheets – reference for equipment specification.
7. Equipment Set Points – reference for equipment configuration.
8. Testing and Commissioning – verifies proper operations of systems via
documented testing procedures and establishes performance criteria in line with
OEM standards.
9. Warranty Certification – an effective warranty management program secures
operational stability through knowing the limits and exceptions of the product as
per OEM. This includes all electrical, IT, Non-IT, and passive components (wherever
applicable) and should be made available for support and service.
13.7 Reporting
This is to communicate the compiled information as outcome of any activity related to
the Data Centre operations. It is important that these documents are accurate, objective
and complete according to its purpose as this is the only relevant factor used for
referencing.
1. Data Centre Activity Report – This includes total number of PTA (Permit to access),
PTW (Permit to Work), NOC and CR (Change Request) can be monitored monthly,
quarterly and annually.
2. PM (Preventive maintenance Reports) – This should be submitted monthly or as
per OEM. This ensures proper maintenance has been done.
3. Incident Report – It is required to monitor every incident to prevent recurrence.
4. KPI Report – This is to monitor all targeted activities. Can be monitored monthly,
quarterly and annually.
5. The reports supported must include one that monitors service availability
(including Mean Time to Repair (MTTR), Mean Time between Failure (MTBF), and
Maximum Outage Time thresholds (MOTT) and the other that monitors service
transaction response time.
6. The system must provide a historical reporting facility that will allow for the
generation of on-demand and scheduled reports of Service related metrics with
capabilities for customization of the report presentation.
7. The system should provide for defining service policies like Service Condition
High\Low Sensitivity, Port Status High\Low Sensitivity should be provided out of the
box.
8. The system should display option on Services, Customer, SLA’s, SLA templates. The
customer definition option should allow to associate a service or an SLA with a
customer.
b. All the equipment installed will be tested with full data center load ( with
dummy load for each rack). A 72 hours power logging to be done by power
quality analyser (class A) at input and put of transformer output panel, DC
MLTPs, UPS output (FMPDU), UPS, HVAC panel etc. Thermography to be done
at each terminal power while on full load.
c. Delivery of all the items under the proposed bill of material at the designated
locations of installation. Short shipment of goods will not be acceptable.
d. Installation and Configuration of all the components of the solutions including,
but not limited to, hardware, software, devices, accessories, etc. to the
satisfaction of OCAC.
e. Successful completion of Commissioning would need to be certified by OCAC
and operations shall commence only after approval of OCAC.
1. Lead bidder shall prepare and then seek approval from OCAC on all the
infrastructure solution architecture, diagrams and plans before commencement
of installation.
2. Lead bidder shall follow Change Management Procedures, Information Security
Policies as suggested by OCAC.
3. Lead bidder shall ensure proper handover/ takeover of documents & other
relevant materials in the event of change in personnel.
4. Lead bidder shall share and review all internal documents / reports used to
monitor & execute the project with OCAC as and when desired.
5. Lead bidder shall proactively interact with other vendors / third parties / OEMs to
ensure that the equipment is upgraded and maintained at a periodic interval.
OCAC would only pay the services charges applicable for operations and
maintenance of the Data Centre.
6. Lead bidder would manage all aspects of Vendor management.
Responsibilities of OCAC:
1. OCAC shall provide approvals & sign-offs to the deliverables within the stipulated
time period.
2. OCAC shall direct and monitor the activities performed by the Lead bidder as per
the RFP Document and in turn validate the service levels attained as per the SLA
document.
To
Sir/Madam,
Ref: Request for Proposal (RFP): Selection of System Integrator for “Design, Build,
Installation, Commissioning, Integration and Operation & Maintenance of Non-IT
infrastructure for Extension of Odisha State Data Centre OSDC 2.0 at OCAC Tower,
Bhubaneswar”
Have examined the RFP, the receipt of which is hereby duly acknowledged, we, the
undersigned, offer to provide best of quality goods and professional services as required
and outlined in the RFP for the Selection of System Integrator for Design, Build,
Commission and O&M of Odisha State Data Centre 2.0 (OSDC 2.0) to meet such
requirements and provide such services as required are set out in the RFP.
We attach hereto the technical response as required by the RFP, which constitutes our
proposal. We undertake that, if our proposal is accepted, to adhere to the Project
Timeline and Service Levels given in the RFP for various activities.
If our proposal is accepted, we will obtain a performance bank guarantee in the given
format in the RFP document issued by a Scheduled Commercial Bank in India,
acceptable to OCAC, for a sum equivalent to 10% of the total price as quoted in our
financial proposal for the due performance of the contract.
We agree for unconditional acceptance of all the terms and conditions set out in the
RFP document and also agree to abide by this RFP response for a period of 180 days from
the bid opening date and it shall remain binding upon us with full force and virtue, until
within this period a formal contract is prepared and executed, this RFP response, together
with your written acceptance thereof in your notification of award, shall constitute a
binding contract between us and OCAC.
We confirm that the information contained in this proposal or any part thereof, including
its exhibits, schedules, and other documents and instruments delivered or to be delivered
to OCAC is true, accurate, and complete. This proposal includes all information
necessary to ensure that the statements therein do not in whole or in part mislead OCAC
as to any material fact.
We agree that you are not bound to accept the lowest or any RFP response you may
receive. We also agree that you reserve the right in absolute sense to reject all or any of
the products / services specified in the RFP response.
It is hereby confirmed that we are entitled to act on behalf of our corporation/ company/
firm / organization and empowered to sign this document as well as such relevant
documents, which may be required in this connection.
Having the Power of Attorney & duly authorized to sign the RFP Response for and on
behalf of:
Witness Signature:
Witness Name:
Witness Address:
To
Sir/Madam,
I have carefully gone through the Terms & Conditions contained in the RFP Document
[OCAC/______/___] regarding RFP for Selection of System Integrator “Design, Build,
Installation, Commissioning, Integration and Operation & Maintenance of Non-IT
infrastructure for Extension of Odisha State Data Centre at OCAC Tower, Bhubaneswar”
I declare that all the provisions of this RFP document read along with the proposal
submitted by my Company along with my consortium partner. I certify that I am an
authorized signatory of my company and therefore, competent to make this
declaration. I further certify that, interpretation made by OCAC technical committee is
the final and binding on me.
Yours sincerely,
Name: Place:
Designation: Date:
To
Dear Sir,
This is to certify that we undertake total responsibility for the successful and defect free
operation of the proposed Project, as per the requirements and terms and condition of
the RFP for Selection of System Integrator for “Design, Build, Installation, Commissioning,
Integration and Operation & Maintenance of Non-IT infrastructure for Extension of Odisha
State Data Centre at OCAC Tower, Bhubaneswar”
Yours sincerely,
Name: Place:
Designation: Date:
To
Subject: Submission of Technical proposal for “Selection of System Integrator for Design,
Build, Commission and O&M of Odisha State Data Centre 2.0 (OSDC 2.0)”.
Dear Sir/Madam,
We, the undersigned, offer to provide Systems Implementation solutions to OCAC Ltd on
<Name of the Systems Implementation engagement> with your Request for Proposal
dated <insert date> and our Proposal. We are hereby submitting our Proposal, which
includes this technical bid and the Financial Bid separately.
We hereby declare that all the information and statements made in this technical bid
are true and accept that any misinterpretation contained in it may lead to our
disqualification.
We agree to abide by all the terms and conditions of the RFP document. We would hold
the terms of our bid valid for 180 days as stipulated in the RFP document.
We hereby declare that we are not insolvent, in receivership, bankrupt or being wound
up, our affairs are not being administered by a court or a judicial officer, our business
activities have not been suspended and we are not the subject of legal proceedings for
any of the foregoing.
We understand you are not bound to accept any Proposal you receive.
Yours sincerely,
Name: Place:
Designation: Date:
Dear Sir/Madam,
Subject: EMD submission for the RFP “Selection of System Integrator for Design, Build,
Commission and O&M of Odisha State Data Centre 2.0 (OSDC 2.0) OCAC tower,
Bhubaneswar”
We, M/s <_______________________>, having carefully read and examined in detail the
RFP document for ““Design, Build, Installation, Commissioning, Integration and Operation
& Maintenance of Non-IT infrastructure for Extension of Odisha State Data Centre at
OCAC Tower, Bhubaneswar”” at OCAC Tower, Bhubaneswar, published by OCAC
hereby submit EMD of Rs. < ______________ >/- (Rupees <______________> Only) in the form
of Bank Guarantee. The details are as under:
Amount :
Dated :
Thanking you,
Yours sincerely,
Name: Place:
Designation: Date:
Whereas _______________ (hereinafter called the “tenderer”) has submitted their offer
dated______________ for Selection of System Integrator for “Design, Build, Installation,
Commissioning, Integration and Operation & Maintenance of Non-IT infrastructure for
Extension of Odisha State Data Centre at OCAC Tower, Bhubaneswar” (OSDC 2.0)
hereinafter called the “RFP”) against the purchaser’s RFP enquiry No. OCAC/_____/_____
KNOW ALL MEN by these presents that We ______________< Bank Name> of
__________________ having our registered office at _______________ are bound unto
___________________ (hereinafter called the “Purchaser) in the sum of ______________ for
which payment will and truly to be made to the said Purchaser, the Bank binds itself, its
successors and assigns by these presents.
Sealed with the Common Seal of the said Bank this ___ day of _____ , 2019.
If the bidder withdraws or amends, impairs or derogates from the RFP in any respect within
the period of validity of this RFP.
If the bidder having been notified of the acceptance of his RFP by the purchaser during
the period of its validity: -
If the bidder fails to furnish the Performance Security for the due performance of the
contract.
We undertake to pay the Purchaser up to the above amount upon receipt of its first
written demand, without the Purchaser having to substantiate its demand, provided that
in its demand the Purchaser will note that the amount claimed by it is due to it owing to
the occurrence of one or both the two conditions, specifying the occurred condition or
conditions.
This guarantee will remain in force up to and including 180 days from the last date of RFP
submission date/ RFP validity date and any demand in respect thereof should reach the
Bank not later than the above date.
______________________________________
_______________________________________
____________________________________
Seal, name & address of the Bank and address of the Branch
Date of Incorporation
(Registration Number &
Registering Authority)
GST and PAN No.
Legal Status of the Company in Public Ltd Company/
India
Private / Partnership Firm
Designation:
Details of the Contact Person
E-mail id:
E-mail id:
Name: Place:
Designation: Date:
To
Sir/Madam,
I have carefully gone through the Terms & Conditions contained in the RFP Document
[OCAC/_____/__] regarding RFP for Selection of System Integrator for “Design, Build,
Installation, Commissioning, Integration and Operation & Maintenance of Non-IT
infrastructure for Extension of Odisha State Data Centre at OCAC Tower, Bhubaneswar”.
I hereby declare that my company along with consortium partner has not been
debarred / blacklisted by any Government / Semi-Government organizations of Central
Govt./ State Govt. / PSUs. I further certify that I am competent authority in my company
has authorized me to make this declaration.
Yours sincerely,
Name: Place:
Designation: Date:
Undertaking on litigation(s)
This is to certify that << COMPANY NAME >> is not involved in any major litigation that
may have an impact of affecting or compromising the delivery of services as required
under this RFP.
Name of Signatory:
Date:
Place:
This is to certify that << COMPANY NAME >> is not blacklisted by the Government of
Odisha or any of its agencies for any reasons whatsoever and not blacklisted by Central
/ any other State/UT Government or its agencies for indulging in corrupt or fraudulent
practices or for indulging in unfair trade practices and not backed out from executing
the work after award of the work as on the RFP submission date.
Name of Signatory:
Date:
Place:
To
Dear Sir/Madam,
I/We as Implementing Agency do hereby undertake that we shall monitor, maintain, and
comply with the service levels stated in the RFP to provide quality service to OCAC.
Yours sincerely,
Name: Place:
Designation: Date:
To
Dear Sir
WHEREAS <Name of the Original Equipment Manufacturer> who are official producers of
<Name of Products intended for this Tender> and having production facilities at <Address
of Mfg. Facility> do hereby authorize <Name of the bidder with complete address>
(hereinafter, the “Bidder”) to submit a bid of the following Products produced by us, for
the Supply and Support Requirements associated with the above Invitation for Bids.
When resold by <Name of the bidder>, these products will carry a 5 years warranty from
the date of handover of the project to OCAC by our reseller.
We assure you that in the event of <name of the Bidder> not being able to fulfil its
obligation as our Service Provider in respect of our standard Warranty Terms we would
continue to meet our Warranty Terms as prescribed in the tender terms.
We confirm that the products quoted are on our current product list and are not likely to
be discontinued within 7 years from the day of this letter. We assure availability of spares
for the products for the next Seven years.
We also confirm that any bidder who offer our products without our authorization as
above, OCAC at its discretion may decide to disqualify the bidder and we will have no
objection in this regard. Further, in such case we confirm that such bidder will not be
authorized to bid for our products in any of the RFP call by OCAC in future.
We conform that our products, the ones for which this MAF is being issued to bidder are
manufactured in a country that shares geographical border with India.
We confirm that the technical compliance submitted by <Name of the bidder> has been
duly endorsed by us with stamp and signature.
Signature
Note: This letter of authority must be on the letterhead of the Manufacturer and duly
signed by an authorized person not below capacity of General Manager/Business unit
head or Equivalent
Yours faithfully,
Signature _________________________________
Name :
Designation :
Address :
Date :
Directorate Seal
Note: This letter of authority should be on the letterhead of the concerned manufacturer
and should be signed by a person competent and having the power of attorney to bind
the manufacturer.
To
Sir/Madam,
We confirm that the products quoted will not be end of life for next seven years from the
last date of submission of bids
Yours faithfully,
Signature ______________________________
Name :
Designation :
Address :
Date :
Directorate Seal
Note: This letter of authority should be on the letterhead of the concerned manufacturer
and should be signed by a person competent and having the power of attorney to bind
the manufacturer.
To
Sir/Madam,
We warrant that the equipment(s) supplied under the contract would be newly
manufactured, free from all encumbrances, defects and faults in material or
workmanship or manufacture, shall be of the highest grade and quality, shall be
consistent with the established and generally accepted standards for materials of the
type ordered, shall be in full conformity with the specifications, drawings of samples, if
any, and shall operate as designed. We shall be fully responsible for its efficient and
effective operation. We also warrant that the services provided under the contract shall
be as per the Service Level Agreement (SLA) with GoO/OCAC.
The obligations under the warranty expressed above shall include all costs relating to
labour, spares, maintenance (preventive as well as unscheduled), and transport charges
from site to manufacturer’s works / service facilities and back for repair or modification
or replacement at site of the equipment or any part of the equipment, which under
normal care and proper use and maintenance proves defective in design, material or
workmanship or fails to operate effectively and efficiently or conform to the
specifications and for which notice is promptly given by GoO to us (Bidder). We shall
provide on-site support for all the equipment and services supplied hereunder during the
period of this warranty (5 years after acceptance for equipment (5 years for the date of
go-live) and entire service period for services).
Yours sincerely,
Name: Place:
Designation: Date:
Minimum Criteria and Condition for OEM and Bidder for Technical
Specifications
The OEM for all the above-mentioned equipment’s should be able to support the
Warranty and Replacement services efficiently.
Please fill up compliance statement as per below format with Technical Proposal for all
items as per Technical specification mentioned in this RFP.
<< OEM Name >> << Table need to modify as per specification table>>
Device Name
Make
Model
S Compliance
System Description Remarks
No. (Y/N)
Yours sincerely,
(Seal & Signature of the Authorized signatory of the System Integrator and OEM)
Name: Place:
Designation: Date:
To
General Manager (Admin)
Odisha Computer Application Centre,
N1/ 7D, Acharya Vihar Square, Near Planetarium,
P.O. – RRL, Bhubaneswar, Odisha, Pin-751013
Sir,
There are no technical deviations (null deviations) from the requirement specifications of
tendered items and schedule of requirements. The entire work shall be performed as per
your specifications and documents.
This is to certify that our proposed solution meets all the requirements of the RfP including
but not limited to Scope of Work, stated Project Outcomes (including SLAs), Business
Requirements and Functional Specifications/ Requirements.
We further certify that our proposed solution meets, is equivalent or better than the
minimum technical specifications as given in the RfP.
We understand that the Bill of Quantity provided in the RfP is indicative, we confirm that
we have undertaken our own assessment to finalize the components and quantity.
In case, any item of hardware or software is found non-compliant at any stage during
project implementation, it would be replaced with a fully compliant product/solution at
no additional cost to OCAC. In case of non-adherence of this activity, OCAC reserves
the right to cancel the contract, in case the said Contract is awarded to us by OCAC.
We further confirm that our commercial proposal is for the entire scope of work,
comprising all required components and our obligations, for meeting the scope of work.
Thanking you,
Yours sincerely,
Name: Place:
Designation: Date:
Date:
S
Sales Turnover Calculation 2014-2015 2015-2016 2016-2017
Name of Signatory:
Date:
I do hereby acknowledge that the details provided above are true to best of my
knowledge.
Yours sincerely,
Name: Place:
Designation: Date:
The bidder shall provide the summary table of details of the manpower that will be
deployed on this project during the implementation.
Table-A
Highest Academic
Years of
Type of Name of Key Qualifications and
S
Relevant
No
Resource Resources Responsibilities Certifications(e.g.
PMP/CDCP Experience
/ATD/CCNA/ITIL)
1 Project Manager
2 ---
3 ---
4 ---
5 ---
6 Others
Table-B
Degree
Project name
Customer
Designation
Role
I hereby declare that the above mentioned resource would be available during the
project phase of this RFP.
*Starting with present position, list in reverse order every employment held by the staff
member since graduation
**Among the assignments in which the staff has been involved, indicate brief details of
the project in which this responsibility was assigned (including nature and duration of
duty)
Yours sincerely,
Name: Place:
Designation: Date:
10.7 Proforma 20: Detailed Timelines and Work Plan with proposed
Manpower Strength
The Bidder is supposed to specify a detailed work plan for all activities that will be carried
out during the project implementation phase and proposed engagement of manpower
strength on monthly basis.
Indicate all main activities of the assignment, including delivery of reports (e.g. inception,
interim and final reports) and other benchmarks such as Customer approvals. Duration
of activities shall be indicated in the form of a bar chart. Please specify other activity
(Addition or Deletion), if not listed in the form.
Yours sincerely,
Name: Place:
Designation: Date:
10.8 Proforma 21: Format for Performance for Bank Guarantee (PBG)
Ref. No._____________________________
Bank Guarantee No _____________ Dated______________
To
Dear Sir/Madam,
shall be conclusive and binding, without any proof, on the bank as regards the amount
due and payable, notwithstanding any dispute(s) pending before any Court, Tribunal,
Arbitrator or any other authority and / or any other matter or thing whatsoever, as liability
under these presents being absolute and unequivocal. We agree that the guarantee
herein contained shall be irrevocable and shall continue to be enforceable until it is
discharged by OCAC in writing. This guarantee shall not be determined, discharged or
affected by the liquidation, winding up, dissolution or insolvency of the SYSTEM
INTEGRATOR and shall remain valid, binding and operative against the bank.
The Bank also agrees that OCAC at its option shall be entitled to enforce this Guarantee
against the Bank as a principal debtor, in the first instance, without proceeding against
the SYSTEM INTEGRATOR and notwithstanding any security or other guarantee that
OCAC may have in relation to the SYSTEMS INTEGRATOR’s liabilities.
The Bank further agrees that OCAC shall have the fullest liberty without our consented
without affecting in any manner our obligations hereunder to vary any of the terms and
conditions of the said contract or to extend time of performance by the said SYSTEMS
INTEGRATOR(s) from time to time or to postpone for any time or from time to time exercise
of any of the powers vested in OCAC against the said SYSTEMS INTEGRATOR(s) and to
forbear or enforce any of the terms and conditions relating to the said agreement and
we shall not be relieved from our liability by reason of any such variation, or extension
being granted to the said SYSTEMS INTEGRATOR(s) or for any forbearance, act or omission
on the part of OCAC or any indulgence by OCAC to the said SYSTEMS INTEGRATOR(s) or
any such matter or thing whatsoever which under the law relating to sureties would, but
for this provision, have effect of so relieving us.
The Bank further agrees that the Guarantee herein contained shall remain in full force
during the period that is taken for the performance of the contract and all dues of OCAC
under or by virtue of this contract have been fully paid and its claim satisfied or
discharged or till OCAC discharges this guarantee in writing, whichever is earlier.
This Guarantee shall not be discharged by any change in our constitution, in the
constitution of OCAC or that of the SYSTEMS INTEGRATOR.
The Bank confirms that this guarantee has been issued with observance of appropriate
laws of the country of issue.
The Bank also agrees that this guarantee shall be governed and construed in
accordance with Indian Laws and subject to the exclusive jurisdiction of Indian Courts of
OCAC.
Notwithstanding anything contained herein above, our liability under this Guarantee is
limited to Indian Rs. (in figures) ______________ (Indian Rupees (in words)
____________________) and our guarantee shall remain in force until
______________________ (indicate OCAC date of expiry of bank guarantee). Any claim
under this Guarantee must be received by us before the expiry of this Bank Guarantee.
If no such claim has been received by us by the said date, the rights of OCAC under this
Guarantee will cease. However, if such a claim has been received by us within the said
date, all the rights of OCAC under this Guarantee shall be valid and shall not cease until
we have satisfied that claim.
In witness whereof, the Bank through its authorized officer has set its hand and stamp on
this _________ Day of _______________ 2019 at ________________
Format for reporting commercials and mandatory letters that needs to be part of the
commercial proposal document. Breakdown of cost mentioned, cost of each
component, operating cost, employee cost, cost of operations and management, any
other cost which the Bidder feels.
To
We, the undersigned Bidder, having read and examined in detail the RFP documents for
“RFP for Selection of System Integrator for “Design, Build, Installation, Commissioning,
Integration and Operation & Maintenance of Non-IT infrastructure for Extension of Odisha
State Data Centre at OCAC Tower, Bhubaneswar, (OSDC 2.0)”. I / we do hereby propose
to provide services as specified in the RFP documents number OCAC/____/__ Dated
__/__/______
All the prices mentioned in our RFP are in accordance with the terms as specified in the
RFP documents. All the prices and other terms and conditions of this RFP are valid for a
period of 180 days as desired in the RFP
We hereby confirm that our RFP prices include all taxes. However, all the taxes are
quoted separately under relevant sections.
We have studied the clause relating to Indian Income Tax and hereby declare that if any
income tax, surcharge on Income Tax, Professional and any other corporate Tax in
altercated under the law, we shall pay the same.
2. UNIT RATES
We have indicated in the relevant schedules enclosed the unit rates for the purpose of
on account of payment as well as for price adjustment in case of any increase to /
decrease from the scope of work under the contract.
185
3. DEVIATIONS
We declare that all the services shall be performed strictly in accordance with the RFP
documents except for the variations and deviations, all of which have been detailed out
exhaustively in the following statement, irrespective of whatever has been stated to the
contrary anywhere else in our proposal. Further, we agree that additional conditions, if
any, found in the RFP documents, other than those stated in deviation schedule, shall not
be given effect to.
4. RFP PRICING
We further confirm that the prices stated in our proposal are in accordance with your
Instruction to Bidders included in RFP documents.
5. QUALIFYING DATA
6. PROPOSAL PRICE
We declare that our Proposal Price is for the entire scope of the work as specified in the
Schedule of Requirements and RFP documents.
We hereby declare that in case the contract is awarded to us, we shall submit the PBG
bond in the form prescribed in Proforma of Bank Guarantee towards PBG and as per
General Conditions of Contract. We hereby declare that our RFP is made in good faith,
without collusion or fraud and the information contained in the RFP is true and correct to
the best of our knowledge and belief. We understand that our RFP is binding on us and
that you are not bound to accept a RFP you receive. We confirm that no Technical
deviations are attached here with this commercial offer.
Yours sincerely,
Name: Place:
Designation: Date:
To
Dear Sir/Madam,
I/We hereby undertake that at the time of completion of our engagement with OCAC,
either at the End of Contract or termination of Contract before planned Contract Period
for any reason, we shall successfully carry out the exit management and transition of this
Project to OCAC or to an agency identified by OCAC to the satisfaction of OCAC. I/We
further undertake to complete the following as part of the Exit management and
transition:
We undertake to complete the updation of all Project documents and other artefacts
and handover the same to OCAC before transition.
If OCAC decides to take over the operations and maintenance of the Project on its own
or identifies or selects any other agency for providing operations & maintenance services
on this Project, then we shall provide necessary handholding and transition support,
which shall include but not be limited to, conducting detailed walkthrough and
demonstrations for the IT Infrastructure, handing over all relevant documentation,
addressing the queries/clarifications of the new agency with respect to the working /
performance levels of the ICT components , conducting Training sessions etc.
I/We also understand that the Exit management and transition will be considered
complete on the basis of approval from OCAC.
Yours sincerely,
Name: Place:
Designation: Date: