Request for Proposal (RFP) -...

60
Request for Proposal (RFP) For Supply, Installation and Implementation of Intelligent Integrated Modular Data Centre at Nepal Rastra Bank (Central Bank of Nepal) Louis Berger Group Inc.- UK/Nepal Access to Finance (Sakchyam) Kathmandu, Nepal 26 October 2018

Transcript of Request for Proposal (RFP) -...

Request for Proposal (RFP)

For Supply, Installation and

Implementation of Intelligent Integrated

Modular Data Centre at Nepal Rastra

Bank (Central Bank of Nepal)

Louis Berger Group Inc.- UK/Nepal

Access to Finance (Sakchyam)

Kathmandu, Nepal

26 October 2018

Confidentiality

This Request for Proposal (RFP) constitutes confidential and proprietary information of Louis

Berger Group Inc- UK/Nepal Access to Finance (Sakchyam) and Nepal Rastra Bank and shall

not, except with the consent in writing of Sakchyam, be disclosed in whole or in part to any

third party, or to any employees of the Responders, other than those who have a need to know

such information for the purpose of responding to this Request for Proposal. The information

herein shall not be duplicated or used by the Vendors for any other purpose than to respond

to this Request for Proposal.

Contents

1. Introduction................................................................................................................................. 1

2. Objectives ................................................................................................................................... 1

3. Eligibility for Manufacturer (OEM) and Bidder ................................................................... 2

3.1. Manufacturer's Experience and Qualification........................................................... 2

3.2. Bidder’s Qualification and Experience (If Bidder is NOT Manufacturer of

proposed System) .......................................................................................................................... 3

4. General Instructions to Bidders .............................................................................................. 4

5. Preparation and Submission ................................................................................................... 5

5.1. RFP Preparation .................................................................................................................. 5

5.2. Timeline ................................................................................................................................. 6

5.3. Submission of responses ................................................................................................... 6

5.4. Point of contact .................................................................................................................. 7

6. Other Considerations ............................................................................................................... 7

6.1. Evaluation Criteria and Weighting ................................................................................ 7

6.2. Presentation and Site visits/Reference Checks ......................................................... 8

6.3. Payment Terms and Conditions ..................................................................................... 8

7. Scope of Work ............................................................................................................................ 9

7.1. Scope for Integrated Modular DC System .................................................................. 9

7.2. Scope for Other Systems and Infrastructure ............................................................. 10

8. Technical Specifications ....................................................................................................... 12

9. Bill of Material (BOM)/ Quantity (BOQ) ............................................................................. 49

Annex I – Format for Letter of Technical Bid ............................................................................ 56

Annex II – Format for Letter of Financial Bid............................................................................. 57

Page 1 of 57

1. Introduction

This Request for Proposal (RFP) is issued by Louis Berger Group Inc.- UK/Nepal Access

to Finance trading in the name of “Sakchyam”, which is funded by the UK

Department for International Development (DFID). The Government of Nepal and

DFID entered into an MOU and the programme came into existence in September

2014. The name “Sakchyam” may be used interchangeably for UK/Nepal Access to

Finance.

One vital part of the Sakchyam Programme is to support modernisation and

strengthening of the payment systems of Nepal, and, accordingly, an MOU has been

signed between Sakchyam and Nepal Rastra Bank (NRB)- the Central Bank of Nepal.

Hence, the programme is working closely with NRB on the implementation of key

financial market infrastructure.

The purpose of this document is to request costed proposals for supply,

implementation and support of an Intelligent Integrated Modular Data Centre from

qualified vendors, according to the objectives and requirements set out below.

2. Objectives

NRB has implemented system hardware and relational database management

system, network component and groupware in its network. NRB has installed and

stored its high-end ICT infrastructure and mission critical equipment in a simple server

room. NRB has a requirement of state-of-art technology data centre for the very

functioning of its system and to minimize the interruption of operation. The main

functions of a data centre are to centralize and consolidate Information Technology

(IT) resources, house network operations, house RTGS and CSD Systems and to provide

uninterrupted service to mission-critical data processing operations.

All Data Centres, regardless of their size, have specific objectives. Until now,

balancing data centre objectives for efficiency, capacity, space utilization and

availability has been difficult without making sacrifices. That's why modular data

centre concept has been developed. Modular solution addresses specific needs with

rapidly deployable solutions that cost- effectively increase efficiency, add data

centre capacity, and improve IT control.

In this regard, NRB plans to implement an Intelligent Integrated Modular Data Centre

(MDC) at its Baluwatar office premise.

Page 2 of 57

3. Eligibility for Manufacturer (OEM) and Bidder

3.1. Manufacturer's Experience and Qualification

S.N. Description Compliance

Score (2 or 1 or 0)

i The Offered goods/equipment shall be latest and in current

production for a minimum of 2 years. If the offered model is

new, the manufacturer must have experience in producing

the similar model for a minimum of 2 years.

ii The offered solution (at least one) must have already been

deployed in Nepal Market (Client reference letter or

reference letter from partner supplying product needs be to

submitted).

iii Major components of the integrated intelligent

infrastructure/MDC like Rack, PAC, UPS, DCIM from a single

OEM shall have preference over multiple OEMs.

iv OEM or Manufacturer should be ISO 9001: 2008 or equivalent/

Higher.

v The offered goods/equipment and workmanship shall carry

warranty as specified in the Financial proposal/Bill of Quantity.

vi OEM or Manufacturer should have its own service centre with

direct company presence at city of any SAARC countries or

China and able to offer 99.9% of uptime of critical

components. Declaration letter from manufacturer is required

to support this statement.

vii OEM should deploy technically trained engineer/s for the

commissioning of the solution after installation. OEM should

provide undertaking letter or certification.

viii The IT Enclosure should comply minimum of IP 50 rating for

protection against ingress of foreign bodies and ingress of

water (Confirmation Letter or Valid Certificate from OEM

should be submitted).

ix Letter of compliance for the technical specifications as per

the RFP to be provided along with OEM Catalogue.

x OEM or Manufacturer shall be present in IDC (International

Data Corporation) Market Space in leader position for Data

Center Infrastructure Management.

xi The enclosure should both protect the user from mechanical

hazards and generally meet the requirements for a

mechanical enclosure.

Page 3 of 57

3.2. Bidder’s Qualification and Experience (If Bidder is NOT Manufacturer

of proposed System)

S.N. Description Compliance

Score (2 or 1 or 0)

i The bidder should be a company registered under the

company Act, and registered under concern Tax office for

minimum 5 years (Must submit Company Registration

Certificate, VAT/PAN Certificate).

ii The bidder shall have an average annual turnover of at least

USD 1.0 million in the last 3 years. (Must submit Financial

Audited Report & Tax clearance certificate).

iii

The bidder needs to declare that they do not have any

pending litigation and can enter into the contractual

relationship and perform the assignment.

iv The bidder should be ISO 9001: 2008 or equivalent/ Higher.

v The bidder should have at least following qualified and

experienced manpower to undertake the Supply, installation,

testing and commissioning of the entire job. The bidder should

submit the CV and certificates for those key resources and

these personnel should be available on-site during period of

installation and warranty:

a. Certified Data Centre Professional or equivalent from

independent body (One)with minimum experience of

handling at least one similar kind of data centre project with 3

years of experience. The DCP with experience of handling

more similar projects will have higher weighting in the

evaluation and hence encouraged to provide the evidence

of such experience.

b. Electrical Engineer - One (1) with 3 years' experience.

c. Computer/ Electronics Engineer- One (1) with 3 years'

experience.

d. Electrical Technician - One with 3 years' experience.

e. Network/Fibre Assistant- One with 3 years' experience.

vi The bidder must submit an implementation methodology and

work plan for the entire job along with proposed General

Arrangement (GA) drawing, and Electrical single line

diagram. (Methodology, Work Plan, General Arrangement

Drawing/Architectural Layout, Electrical Single Line Diagram &

Draft Service Level Agreement (SLA) Should be submitted).

vii Bidder must have their well-established support centre with

adequate skilled manpower and trained engineers in Nepal

with 24/7 onsite and offsite support. The documentary support

for this must be provided.

Page 4 of 57

4. General Instructions to Bidders

Bidders are hereby provided with some compliance instructions to qualify the RFP submission.

I. Louis Berger Group Inc.- UK/Nepal Access to Finance or “Sakchyam” hereinafter

called the “Proposer” issues this Request for Proposal, hereinafter called “RFP”.

II. A vendor submitting the proposal in response to RFP to the Proposer shall hereinafter

be referred to as “Bidder/Vendor” interchangeably.

III. The RFP is issued for inviting proposals (Technical and Financial Bids) for the supply,

installation and implementation of an Intelligent Integrated Modular Data Centre

(MDC) at NRB premise in Baluwatar, Kathmandu.

IV. The RFP document is neither an offer letter nor a legal contract, but an invitation for

offers/responses. No contractual obligation on behalf of Proposer whatsoever shall

arise from the RFP process unless and until a formal contract is signed and executed

by duly authorized officers of Proposer and the successful Bidder.

V. The Proposer has no obligation to accept any or the lowest quote. The Proposer

reserves the right to cancel the RFP at any point of time with no written notification

or intimation to the bidders. Bidders will be selected based on both technical and

financial evaluation criteria set by the Proposer.

VI. All offers of the bidders once accepted by the Proposer shall be binding between

the Proposer and such Bidder. No modification to the technical or financial offer will

be allowed after the submission.

VII. Each bidder’s offer is a binding document between Proposer and the bidder until

the completion of selection process and notification of award. If the bidder is

selected, then a contract will be negotiated and signed between Proposer and

Vendor provided that both parties initiate and expedite the necessary actions to

enable the execution of a contract.

VIII. The Proposer may modify any of the terms in this RFP during the tender process with

written notification to all the bidders.

IX. The interested bidders are encouraged to visit the proposed Data Centre site at

Nepal Rastra Bank premise in Baluwatar on Monday 29 October 2018 at 11:00 am

to inspect the site. The bidders are required to contact the IT Department for the site

inspection.

viii The Bidder must have successfully completed Supply, Delivery,

Installation and Commissioning of at least One (1) Integrated

Modular Data Center Project worth USD 200,000 or more in the

past four years. Evidence should be submitted for the same.

Successful completion of more projects of similar nature will

attract higher weightage in the evaluation and hence

encouraged to provide the evidence of all such projects

completed.

ix The bidder must submit a Manufacturer's Authorization Form

(MAF) from the manufacturer of Intelligent Integrated

infrastructure/MDC in OEM letterhead confirming that the

OEM supports the bidder for this project.

Page 5 of 57

5. Preparation and Submission

5.1. RFP Preparation

I. English will be the language in which all correspondence and business of the project

will be transacted;

II. Bidders need to prepare Technical Proposal and Financial Proposal separately and

make 2 separate files clearly indicating a technical proposal and financial proposal;

III. Bidders shall be responsible for any and all costs incurred or associated with the

preparation and presentation of their Proposals;

IV. The Technical Proposal must be presented in the following sequential order:

a. Cover letter, signed by officer of the Bidder who is duly authorized to commit the

Bidder to contractual obligations in the format provided in Annex I;

b. Executive Summary (not more than 3 pages in total), confirming the capabilities of

the Bidder and presenting the main benefits of the proposed solution, including but

not limited to the products offered and the key strengths of the Proposal in relation

to the needs and objectives of the Proposer and NRB;

c. Point by point responses (not more than 45 pages in total) and statement of

compliance to the requirements of “Technical Specifications and Eligibility for

Manufacturer & Bidder” under respective sections of this RFP. The Statement of

Compliance should be stated as:

• 2 for Fully compliant – meaning that the requirement/facility already exists in the

proposed system,

• 1 for Partially compliant – meaning that some customization work/alternative

approach will be needed,

• 0 for Not compliant – meaning that the bidder does not meet the requirements

and cannot deliver as requested,

• Where necessary, the bidder needs to provide written statement for the

compliance.

d. General Arrangement Drawing (GAD)/ proposed MDC layout, electrical single line

diagram and draft SLA;

e. Proposed project implementation approach and methodology including

team/project structure with roles and responsibilities of each position. This has to

clearly show which works are being done by the bidder’s team and which works

are being done by the bidder’s partner or other subcontractors of the bidder (not

more than 12 pages);

f. High level project plan to complete the project within 4 (four) months from the

contract signing date depicting the major milestones to be achieved (1page

graphical chart);

g. Detailed training and technology transfer plan (not more than 3 pages);

h. Detailed support plan (not more than 3 pages);

• Attachments/Annexes should include the following (in sequential order):

• Documentation establishing that the signatory is authorized to commit the

Bidder to contractual obligations,

• Documentation establishing the relationship between the bidder and other

partner, if any,

Page 6 of 57

• Official address and contact person detail to correspond,

• Copy of VAT/PAN and company registration certificate,

• Copy of audited Financials of the bidder for last 3 years,

• Copy of latest tax clearance certificate (latest one year is sufficient),

• Copy of letters and certificates from OEM as required in different places of the

RFP,

• Detailed CVs of the proposed project team members with certificates and

letters as required, clearly indicating by which company they are employed.

Bidders are warned that Evaluators will stop reading content outside the page limit for

each section. Please use Times New Roman with font size of 11, paper size A4, and

normal margin (1” across top; bottom; left; right).

V. The Financial Proposal must be presented in the sequential order as below:

a) Cover letter, signed by officer of the Bidder who is duly authorized to submit the bid

proposal in the format provided in Annex II;

b) Documentation establishing that the signatory is authorized to commit the Bidder to

contractual obligations

c) Priced financial proposal in the Bill of Quantity/Material provided in Section 9 (A

separate Excel spreadsheet template has been provided for the bidders to complete.)

Note: Please ensure that you fill in the unit rates in the light green columns to indicate

your rates and do not change the Excel Sheet format and not fill in other cells than

specified.

5.2. Timeline

Bidders need to strictly follow the timeline as below:

Tasks to be performed Important Dates

RFP Issuance On 26 October 2018

Site Inspection On 30 October 2018 at 11:00 am in NRB Office,

Baluwatar

Queries on the RFP By 1 November 2018 (5:00 pm NST)

Sakchyam response to queries On 6 November 2018

Submission of RFP By 16 November 2018 (5:00 ppm NST)

Selection of Preferred Bidder Tentatively by 30 November 2018

There will be no extensions to these dates. Proposer reserves the right to disqualify any

late proposals.

5.3. Submission of responses

Responses must be submitted in the form of soft copy sent via email. The submission

must be packaged as two files – one for the Technical Proposal and one for the

Financial Proposal. File names must clearly mention Technical and Financial proposal.

The submission must be made at the email address provided in Section 5.4 below.

Page 7 of 57

Any information of a confidential or proprietary nature contained in a vendor’s

response should be clearly marked ‘PROPRIETARY’ or ‘CONFIDENTIAL’ by item or at the

top of each page. Reasonable precautions will be taken to safeguard any part of the

response identified by a vendor as being confidential or proprietary.

5.4. Point of contact

All the submissions, questions and inquiries regarding this RFP should be directed to:

Louis Berger Inc.- UK/Nepal Access to Finance (Sakchyam)

Email: [email protected]

Note: Submission, queries or concerns regarding this RFP diverted to others in person or

through email will disqualify the bidder. Please ensure that you correspond only at the

email address provided above.

6. Other Considerations

6.1. Evaluation Criteria and Weighting

The RFP response submitted by the bidders shall be evaluated using the “World Bank”

formula. The Technical Proposal will have 70% weighting and Financial Proposal will

have 30% weighting. All the proposals shall be evaluated by an independent

evaluation committee formed by Sakchyam. The proposals shall be evaluated against

the predefined evaluation criteria.

I. Technical Proposals will be evaluated with respect to following criteria:

a. Level of compliance with the requirements stated under:

• Technical Requirements

• Adequacy of Implementation methodology and work plan

Alongside these categories, the evaluation team will separately consider:

b. Experience of the Bidder:

i. its staff strength and skills,

ii. local support,

iii. its installed customer base,

iv. Experience of project team and project manager in implementing

previous similar projects, noting that any changes to the team during the

project must be agreed in writing;

Bidders are encouraged to provide the detail of similar projects and key

technical persons experience in such projects for the past four years to

establish their strength.

c. Provision of feasible implementation plans including:

Page 8 of 57

i. the capability to deliver the proposed solution in an acceptable

timeframe

ii. OEM qualification/ international ratings and experience in Nepal

iii. Bidder’s proven capability to provide operational and technical training

on the installed solution;

II. The Financial bids will be evaluated for completeness and consistency as well as the

overall price figure. If inconsistencies or errors are detected, the evaluators reserve the

right to ask further questions on pricing or to reject the bid. The financial result for

evaluation is the total overall price for all items within the scope of the project.

III. The technical and financial scores will then be combined using the standard World Bank

formula, in which Score for Bidder =

Lowest bid price X (price weight) + Bidder’s tech score X (tech weight)

Bidder’s price Highest tech score

IV. The Evaluation Committee’s decision regarding the evaluation of Bids will be final, and

the reasons for rejection of any Proposal will not be provided to the unsuccessful Bidders.

Proposer reserves the right not to make an award in the event that none of the

proposals are deemed as acceptable.

6.2. Presentation and Site visits/Reference Checks

I. Only the shortlisted bidders shall be asked to make a presentation on the RFP

submission, product overview and proposed solutions in Kathmandu, Nepal.

II. After the Technical Proposals have been evaluated and presentations provided,

Sakchyam and/or Evaluation Committee members may wish to visit the reference sites

in Nepal to verify the claims of the Bidder. Such visits need to be arranged by the

bidder.

6.3. Payment Terms and Conditions

I. A Performance Bond of 5.0% of the implementation contract price will be required,

issued by a reputable bank in Nepal, before the contract comes into effect. No

advances/mobilization fund will be provided to the vendor.

II. The following Schedule will govern the project’s payment terms:

S.N. Milestone Ratio Remarks

1 Delivery of Integrated

Modular Rack and

accessories at NRB site

65% 65% of total project cost

less the cost of Network

equipment

2 Delivery and installation of

Network equipment at NRB

100% Full payment for Network

equipment and its

accessories

3 Go live of Integrated

Modular Data Centre

35% Remaining 35% of total

project cost less the cost

of Network equipment

Page 9 of 57

7. Scope of Work

This RFP is intended to build intelligent integrated infrastructure/MDC for smooth operation,

improvement of the facilities, protecting critical equipment's and deliver 99.9% uptime

services.

The project has been divided into the following key phases aligned to the requirements:

I. Project kick-off

The Bidder is required to provide the activity/ work plan. Bidder should submit the

key point of contact, organization structure for the proposed team, escalation

structure for the proposed solution, Work break down structure (WBS) and services

required as per the RFP.

II. Supply, installation, testing and commissioning of solutions

The Bidder should supply, deliver, configure, install, integrate and test the proposed

MDC solution including comprehensive one-year warranty and service. The Network

equipment to have three years’ warranty and service. Installation shall be done as

per manufacturer's recommendations and standards. Testing is mandatory for

commissioning, functionality and integration aspects of the solutions. Presence of

an OEM engineer is mandatory for commissioning of the solution.

III. Training and handholding

Bidder is required to train 2 staff of NRB while performing the installation of key

systems. The training & technology transfer must be provided for major components

like Fire Suppression System, Precision Air Conditioners, DCIM, Power Distribution, UPS

etc.

Bidder is required to provide an operational training for 20-25 people after the

installation in Kathmandu in two batches. The training to facilitate technology

transfer and handholding support to NRB staff/engineers on the operation,

management and admin related activities in relation to the MDC system.

Bidder should do the necessary arrangements for a training cum observation of

running Data Centre in OEM country. Training sessions should be of minimum Three

(3) days at the OEM premises or in its certified site or production factory site for at

least 5 personnel of NRB comprising the project management team. Confirmation

letter from the OEM should be submitted. NRB shall borne the travel,

accommodation costs and daily allowances but the bidder/OEM must bear the

training and trainers’ cost.

IV. Migration support for existing system

Bidder should migrate NRB existing ICT infrastructure located and installed

separately in a server room at Baluwatar to the new integrated intelligent

infrastructure. Bidder should perform this job in consultation and with involvement

of NRB IT team and put best efforts to minimise the downtime.

7.1. Scope for Integrated Modular DC System

I. The detail specifications of the intelligent integrated infrastructure/MDC system shall

be in adherence to ANSI/TIA 942 guidelines.

Page 10 of 57

II. Major components of the integrated intelligent infrastructure/MDC like Rack, PAC,

UPS, DCIM from a single OEM shall have preference over multiple OEMs.

III. The Intelligent integrated infrastructure shall have min 235U usable space (6 racks),

to accommodate IT and network equipment & devices. This footprint should include

separate panel housing fire suppression and power distribution preferably.

IV. The Intelligent Integrated Infrastructure shall include internal power supplies,

environmental controls (e.g., precision air conditioning, fire suppression, smoke

detection, Water leak detection, humidity sensor), security devices, access control

etc. Critical systems like UPS and Precision Air-conditioning system will have N + N

topology respectively.

V. The Intelligent integrated infrastructure would provide many functionalities and

some of the key functionalities are Cold Contained Front Aisle & Rear Contained

Hot Aisle, insulation, remote management and single point of service.

VI. The Intelligent integrated Infrastructure shall have following components: -

a. Precision Air conditioner with variable capacity cooling, heater and humidifier

to cater IT load of minimum 33 KVA and in N + N topology for total 6 racks.

b. 2 x 40 KVA rack mount UPS. There should be minimum of 60 minutes battery

back-up for each.

c. Battery should be mounted outside the cabinet only.

d. NOVEC 1230 Gas based fire suppression system as per NFPA guidelines.

e. Smoke detectors, water leaks detection system, temperature & humidity

sensor, door sensor, rodent repellent and alarm beacon.

f. 42 U racks of dimension minimum 2100mm in height x minimum of 600mm

breadth x 1000mm depth 6 numbers without cold and hot aisle. Dimension of

integrated infrastructure should be approximately 2400 mm height x 1400 mm

to 1800mm depth x maximum 5700mm width.

g. Monitoring system - capable for Email alerts and SMS notification.

h. Biometric access control system which should be controlled by access control

panel.

i. 32A Vertical Rack mount Intelligent PDU of type IEC C13 & IEC C19

combination, each rack shall have two such PDU's.

j. Electrical system with essential MCB/MCCB, EMDB, DCMDB, cables, SPD,

earthing, etc.

k. Intelligent integrated infrastructure would have provision to add an extra rack

in future. It should be flexible, adaptable, controllable infrastructure.

7.2. Scope for Other Systems and Infrastructure

I. Bidder should provide Room Based Surveillance System including IP camera: 16 Pcs,

32 Channel NVR with recording storage capacity of 6 months: 1Set; 52” LED monitor:

2 Units, Biometric access control with Locks and Accessories: 4Sets

Page 11 of 57

II. Supply, delivery and installation of smoke detection and alarm system for Network

Operation Center (NOC) room and Server Room- 1 system

III. Supply, delivery and installation of NOVEC 1230 auto Fire Suppression System for

Electrical Room- 1 system

IV. Supply, delivery and installation of 4 kg NOVEC 1230 Handheld fire extinguisher for

Server room and NOC room- 3 units

V. Supply, delivery and installation of 4 kg ABC powder Handheld fire extinguisher for

Data Centre- 3 units

VI. Supply, delivery and installation of 125 KVA Diesel generator with AMF and remote

monitoring unit. Necessary power cable should be provided and earthing of

equipment should be carried out- 1 lot

VII. Supply, delivery and installation of Meet Me Room Equipment- 1 lot

VIII. Supply, delivery and installation of Stabilizer and Changeover switch- 1 lot.

IX. Supply, delivery and installation of water tank and piping system for precision AC.

X. Cabling should be done using cable tray. Separate tray must be used for Power

cable and Ethernet cable.

XI. Perform Necessary Civil Works which includes (but not Limited to) Site preparation

through dismantling of existing Wall, 9” Wall Partitioning, flooring, drainage system,

furniture Supply, delivery and installation of 4 numbers of 2 hours fire rated

metal/steel door, paint, construct concrete base for 125 KVA Diesel Generator.

XII. Bidder shall provide Service Level Agreement with service level support within 5

hours and hardware replacement/ maintenance within 72 hours or better. The

bidder shall establish 24/7 helpdesk.

XIII. Upon successful commissioning, bidder shall conduct review and check-up as per

SLA.

XIV. The bidder is required to supply, install and implement necessary Core Switches, Link

Switches and Rack Switches and provide three years’ warranty and support as per

agreed Service Level Agreement (SLA) followed by Annual Maintenance Contract

(AMC).

Page 12 of 57

8. Technical Specifications

Item No Categories Technical Description of Goods Compliance

Score (2 / 1 / 0)

A.

Intelligent Integrated Infrastructure with inbuilt following equipment and Facilities‐hot & cold aisle containment of 6 nos. of 42 U Racks with 2 x 33KW (min) Precision Air Conditioners (PACs), 2x40kVA UPS, Fire Suppression, smoke detection, Rodent Repellent System, water leak detection, Temperature & humidity sensors, security devices, monitoring, electrical pane & IP PDU.

Brand To be specified by Vendor

Model To be specified by Vendor

i. Racks and Modular Data Center Enclosure

Dimensions of Racks Minimum 2100 mm in height with min. of 600 mm breadth X 1000 mm depth for Server application (without Cold and hot aisle).

Dimension of Integrated Infrastructure

Dimension is approximately 2400mm height, 1400- 1800 mm depth and Width of max 5700mm.

Enclosure Intelligent Integrated Infrastructure should be standalone and Every item should be enclosed in one compartment except for Batteries.

Air circulation Proper Air circulation with in‐Rack Cooling solution.

Containment Cold Air (at the front) & Hot Air (at the back).

Load bearing capacity

The Rack unit supported by Plinth should support a static load of up to min 1,000 kg, total installed equipment weight.

Metal coating

All sheet metal parts should be Pre -Treated and powder coated meeting ASTM Standard or Equivalent Standards.

Cable Management The Vertical cable managers and the PDU has to flushed inside the rack frame there by leading better hot air management at the Rear.

Grounding and bonding Grounding and bonding as per UL Standards. Manufacture should provide Horizontal OR vertical Ground bus bar for equipment Grounding.

Air seal kit The manufacturer should provide air seal kit to seal all gaps to prevent recirculation of hot air.

PG Gland The Manufacture should provide PG Gland entry and exit cut outs to avoid cold air leakage.

Cable Management

The manufacturer should supply min. of 150mm 2 No universal cable basket in rare side to manage Power and Data (Copper or Fiber) Cable with detachable 1U / 2U Cable loops / Closed.

Accessories The manufacturer should offer One fixed shelves with the ability to support up to 100 kg of non‐rack mount equipment.

Page 13 of 57

Keys Rack should be with swing handle locking with Unique Key and Biometric Electromagnetic Lock.

Locking

Intelligent Locking / Digital locking / number locking feature which has provision to support IP based for future integration.

Blanking Panels

The Rack should have 75% Blanking Panels for covering the free U areas to avoid Air Collision and for proper air flow management.

Usable Space The Intelligent integrated infrastructure should have min 235U usable Space in 6 rack solution. The OEM should include Mounting hardware for equipment fixing

Design Self‐contained

Trays for Cable Management

Brand To be specified by Vendor

Model To be specified by Vendor

Size 12” x 2”

Running Feet 200 Ft.

Type High Density

Position Under Ceiling, Mount with Rods & Nuts

Separation Pathways for Network & Power/Elec should be separate as per the layout.

ii. PACs (Precision Air Conditioning): IN ROW Dx COOLING UNITS 2x min 33 KW

Scope

The scope of this section comprises Supply, Installation,

Testing, Commissioning, Performance Testing &

Handing over of In‐Row DX type Cooling Units with 600

mm or less width installed in the integrated cabinet for

effective and uniform distribution of cooling regards as

the indoor unit, with connected outdoor condensing

unit, direct expansion digital scroll compressor/ DC

inverter scroll compressor, R410A ecological

refrigerant, air‐cooled by outdoor condensing unit.

Casing The Casing of the Unit shall be of Corrosion resistant sheet steel and modular construction with hinged doors.

Page 14 of 57

The exterior panel shall have min 10mm or 80 Kg/m3

density foam insulation. A hinged control access panel

should open to a second front panel which is a

protection enclosure for high voltage components.

The frame shall be made out of steel as per global

standard and the unit shall have provision for

maintenance from both front and the rear and suitable

for installation within a row of IT racks.

Cooling Coil

The evaporator coil shall be constructed of rifles bore

copper tubes or copper tubes and louvered aluminium

fins or mechanically bonded to hydrophilic painted

aluminium fins. The frame and drip tray fabricated

from heavy gauge steel or stainless steel. The large face

area/low velocity coil should be designed to allow

precise control of temperature and humidity during

cooling and dehumidification, and is designed to

optimize fluid velocity and minimize pressure drop. The

coil with hydrophilic or varnish coating will be

preferred to prevent any water carry if used without

sensible loads only as a primary cooling solution. Drip

trays are an option best recommended to be provided

as standard option and must be double angled for

condensate flow and easily removable for cleaning. The

construction of the drip pan must be of stainless

steel/aluminium or galvanized steel as per

manufacturer’s recommendation.

The coil shall be rated for standard pressure. The coil is

configured in a counter flow arrangement to enhance

heat transfer efficiency.

The unit should be supplied with inbuilt drain pump

having head of up to 5 m for condensate removal.

Drain Pan

The unit shall be provided with drain pan / drip trays, if

required. The drain pans shall be made out of stainless

steel / aluminium as per manufacturer’s standard.

Temperature and Humidity

Sensors

Internal Sensors:

Internal Temperature and Humidity Sensors: The

temperature and humidity sensors shall be mounted

behind the front and rear doors to provide control

inputs based on supply and return air temperature.

Sensor accuracy shall be within ±2°F accuracy.

Page 15 of 57

Fan Motor Assembly

The air‐conditioning unit will have fans with backward‐

curved blades made from reinforced ultra‐light and

highly resistant polymer material or corrosion

resistance aluminium. The motors are coupled directly

to the fans (plug‐fan), and are EC (Electronically

Commuted) brushless motors: this technology allows

continuous modulation of air flow‐rate by continuously

controlling fan speed via a 0‐10V signal. Fan rotation

speed can also be controlled directly on the user

terminal.

The motor can be powered at either 50 or 60Hz, and

will have IP54 ingress protection. All the fans are

statically and dynamically balanced, have self‐

lubricating bearings and are mounted on vibration‐

damping supports.

The unit controller will be able to modulate fan speed

at part loads, together with the compressor inverter.

This further reduces power consumption during part‐

load operation.

The fans should allow “hot replacement” in the event

of faults, i.e. an individual faulty fan can be replaced

without having to stop the entire unit, thus reducing

system down time or the cooling unit shall be

redundant to provide replacement of faulty unit

without downtime.

Compressor

The unit should feature a cooling circuit with one compressor.

The compressor should be a high efficiency digital/ inverter scroll unit installed on the indoor/ outdoor condensing unit. This is equipped with an electronic controller for managing cooling capacity, using DC INVERTER Brushless/ Digital Scroll Technology.

R410A ecological refrigerant will be used; no alternatives are permitted.

The cooling circuit will include: electronic thermostatic valve, solenoid valve, high and low pressure switches, liquid sight glass and filter‐drier. The low pressure switch features automatic reset and activation can be delayed when restarting in winter. The high pressure switch requires manual reset.

Necessary refrigerant components to be provided as per Global standard.

Page 16 of 57

Control of the condensation

stage

The condensation stage must be controlled by measuring the compressor discharge pressure i.e. on the condensing unit, so as to be able to manage the effective pressure difference across the compressor and allow simultaneous control of the evaporator‐ condenser system.

Active redundancy and

shared mode

The cooling units will be capable of providing active

redundancy. To ensure this, all the units installed,

including the redundant unit, must be able of operate

at the same time and at part loads.

This feature must also be able to increase system

efficiency by reducing energy consumption at part

loads.

Humidifier

The unit should read the relative humidity (RH) and control the level by activating humidification cycles only when the return air humidity is too low (<40%, settable).

The humidifier is an immersed electrode model with modulation of steam production. It also features automatic control of dissolved salt concentration so as to allow untreated water to be used. Infrared Humidifier can be an alternate option as untreated water can be used directly.

Reheating

The unit should be equipped with electric heaters, to allow temperature control during dehumidification cycles.

The electric heaters include stainless steel fins, and are fitted with safety thermostat to cut‐off power supply and activate an alarm in the event of overheating. The heaters feature modulating operation, in 3 stages.

Main Disconnect Switch The unit should be provided with Main Disconnect Switch suitable for the system.

Electrical Panel Electrical Panel/Control cabinet to be as per OEM Standard design.

Microprocessor Controller

Monitoring and Configuration: The master display should allow monitoring and configuration of the cooling unit through a touch screen or control panel (Keypad). Functions include status reporting, set‐up, and temperature set points. LEDs report the operational status of the connected air conditioning unit.

Controls: The microprocessor controller should allow the user to navigate between menus, select items, and input alpha numeric information.

Page 17 of 57

Alarms

The microprocessor controller should activate a visible

and audible alarm in the occurrence of the events like:

High supply temperature, Low supply temperature,

High return humidity, Low return humidity, Loss of

airflow, Compressor Low Pressure, Compressor High

Pressure, Electrical heater high temperature (When

applicable), Clogged filter, Customer input, LP

transducer fail, High temperature (customer input),

Unit hours exceeded, Compressor hours exceed,

Humidifier hours exceed, Supply sensor failure,

Network failure, Humidifier problem, Smoke detected,

Fire alarm, Rack sensor failure etc.

Logging

The microprocessor controller should log and display all available events. Each alarm log shall contain a time/date stamp. Controller should display the run time hours for major components.

Network Management Card

The unit should include a network management card to provide management through a computer network through TCP/IP. Management through the network should include the ability to change set points as well as view and clear alarms.

Microprocessor Display Unit

In normal operating mode the screen should display unit number, temperature and relative humidity set points and actual, operating status.

The unit must have a LCD display on controller with user friendly menus and minimum two level password protections.

RS485 or standard interface port for BMS compatibility with ModBus RTU protocol is required.

Services to be performed by

Bidder:

Lower Side Works

Installation between indoor to outdoor unit all required

installation materials like copper tube, insulation tube,

electrical wiring, 18 or standard Gauge Copper Pipe etc.

Configuration

Active/Stand by Configuration and auto switching mechanism.

Drawing Drawing of connections between IDU & ODU should be prepared and submitted.

iii. True Online, Double Conversion UPS System 2 x 40 KVA, 3 phase‐in, 3Phase or 1

phase‐out, Battery Backup on full load: 1 Hr Backup for each UPS.

UPS Capacity 2 x 40 KVA with power factor up to 0.98

UPS Redundancy UPS Redundancy (N + N)

Input Voltage

Page 18 of 57

Nominal Voltage 380/220Vac, 400/230Vac, 415/240Vac (3 phase, 4‐wire

+ G).

Voltage Range 300~477 Vac (full load)

Frequency 40~70Hz

Power Factor > 0.99 (full load)

Current Harmonic Distortion Not more than 5%

Output Voltage

Voltage 380/220Vac, 400/230Vac, 415/240Vac (3 phase, 4‐wire

+ G or single phase)

Voltage Regulation ±1 %

Voltage Harmonic Distortion not more than 2 % (linear load).

Overload Capability UPS unit must be able to handle overload at least 150%, bidder need to mention overload capability for 105%, 126%, and =>150%.

Output Power Factor The output power factor must be 0.9 lagging or 1 & no higher capacity with lower Output PF to match Kw will be accepted.

Communication Interfaces SNMP, Dry Contact, USB, Modbus or relay communication.

Emergency Power Off ‐ Local and remote.

Maintenance Bypass Switch.

Environment Operating Temperature 0 ~ 40 °C minimum

Relative Humidity 5% ~ 95 % (non‐condensing)

Audible Noise < 60 dB Altitude: min– 0 to 1000m w/o de‐ration in capacity.

Standards Bidder need to mention standards for Electromagnetic

Compatibility, Safety, Surge Protection, etc.

General

General ECO & REPO shall be available. No Battery start‐up shall be possible Event log shall hold min. 200 events in memory.

Efficiency >93%

Display Parameter

LCD Display Display capable of the indicating Input / Output Voltage / Battery Voltage / Available Battery Back‐up/ Output Frequency / Current / Load.

Page 19 of 57

Battery Backup @ Full Load

SMF VRLA Batteries 12 VDC with minimum 1 Hour

Backup for each UPS. Backup Battery Cabinet, Cables,

Connectors, Battery Disconnector (breaker) &

Accessories.

Power Distribution/Control

Unit for Intelligent Integrated

Infrastructure

Must be suitable for and in accordance with proposed Intelligent Integrated Infrastructure, unit must be within the same Enclosure. Input for IT Load/IP PDU from this Control Unit should be single phase.

iv. IP PDUs (Power Distribution Unit) for Racks

Type Of PDU Intelligent

Phase 1 Phase

Rating 7.3 KVA

Current 32 A

Type and Qty of Outlet 20XC13 & 4 XC19

PDU Mounting Space Vertical

Requirement 0 U

Out let level Switching Required

Measurement PDU level

Power monitoring

IP based rack power distribution units (PDUs) to offer real‐time remote unit‐level power monitoring of current (amps), voltage, power (kVA, kW), power factor and energy consumption (kWh) with ISO/IEC +/‐ 1% billing‐grade accuracy.

Plug‐and‐play It should support plug‐and‐play environmental sensors.

Thresholds and alerts

Intelligent PDU should support user defined thresholds

and send alerts via SNMP, e‐mail and syslog from

individual outlets, units, lines and circuit breakers when

user‐ adjustable thresholds are exceeded for both

power and environmental events.

Replaceable controller PDU should have field replaceable controller to avoid

downtime in case of any failure on the controller.

PDU should support monitoring of residual current

which Reduces the risk of electric shock by measuring

current flowing in the ground wire.

LED and alarms

PDU’s should have LED and alarms for unbalanced loads based on user‐adjustable thresholds. IPDU’s should have Smart reversible LED/LCD display that changes orientation.

Page 20 of 57

User‐adjustable power data

sampling and buffering

It should support user‐adjustable power data sampling

and buffering, with Standards based polling,

configuration and alerting with encryption via SNMP

v1, v2, v3 support, SETs, GETs and TRAPs.

Directory services

IP PDU should support Directory services providing

advanced authorization options, including permissions,

LDAP/S, RADIUS and Active Directory®. 256‐bit AES

encryption and strong passwords. It should support

remote access via Web and CLI. Supports HTTP, HTTPS,

SSH and Telnet

It should integrate with centralize power control,

analytics and monitoring solution.

Certification IP PDUs should meet ISO 9000 quality manufacturing.

IP PDUs should contain UL489 circuit breakers which

meets Underwriters Laboratories latest branch circuit

protection standards.

Control IP PDU should have the capability to control individual

outlet on PDU over IP to switch on/off/recycle.

IP PDU should have the capability of connecting to each

other via grouping/cascading/daisy chain.

Circuit breaker should either be in a closed housing

prevent accidental tripping.

Identification/Labelling

Bidder need to label PDU properly so that it can be

easily Identified from which Source it comes from. IP

PDU in two different colours for source A and source B

is optional but desired.

Sensor IP PDU should be supplied with temperature and humidity sensor as per the ASHRAE guidelines.

Outlets IP PDU should have C13x20 No's and C19x4 No's outlets

that support the IT devices allocated in the Rack.

Phase IP PDU should be 1Phase and 32A rated power capacity

to accommodate the IT devices in the Cabinet/Rack.

IP PDU units Each cabinet should have 2 PDU's to support Source A and Source B.

Zero U IP PDU should be Vertical mounted and should not consume any U space in the rack.

Page 21 of 57

v. Fire Detection & Suppression System for Intelligent Integrated Infrastructure:

Fire Detection & Suppression System should be as per NFPA (National Fire Protection

Association Standard 2001) Guidelines and be installed in DC Intelligent integrated

infrastructure of the Bank.

Design

The integrated infrastructure solution should be designed as a complete stand‐alone unit with security, fire detection, fire alarm and fire suppression systems. Each of the systems is inter‐operable and inter‐ connected.

Area for installing Cylinders Cylinders are to be installed in special design modular

rack panel adjacent to integrated infrastructure rack.

Agent Type NOVEC 1230

Detection Apparatus Detection with Control Panel, Nozzles, Software and

Accessories along with proper piping (seamless).

Area of Protection Entire enclosed volume of the Intelligent Rack.

containment

Standards UL Listed/NFPA Governed

Storage Cylinder’s Type Seamless type

Certificates to be provided by

Bidder

Inspection & Test Certificate, Cylinder Manufacturing

Certificates, Fill Density Certificates.

Release of NOVEC 1230

Agent

Shall be accomplished by an electrical output from the NOVEC 1230 Gas Release Panel to the Electric control head release device and shall be in accordance with the requirements set forth in the current edition of the (NFPA – 2001) National Fire Protection Association Standard 2001.

vi. DCIM (Software & Hardware)

Monitoring: PAC Monitoring, UPS Monitoring, IP Camera Monitoring, Fire Suppression Monitoring, Power Fail Monitoring, IP Device Monitoring, Systems & Server Monitoring.

Supported Protocols System that supports most of the protocols like

(TCP/IP, SNMP, Modbus etc.)

Alerting: Email Notification, SMS Notification

Reporting:

Real‐time & ad‐hoc trend analysis graphs Static status reports published via FTP or scheduled email broadcast.

Automatic Corrective actions: Restart services & servers Custom scripts & applications

(even remotely via SMS)

Support Module: Support through chat, email, remote for 1 year

Page 22 of 57

Record Keep history of alarms and trending data for analysis.

DCiM Hardware

DCIM hardware must be a part of Intelligent Integrated Infrastructure, and required hardware need to be provide by vendor.

vii. Rodent Repellent System for Intelligent Integrated Infrastructure:

Rodent Repellent is an electronic device that uses the principle of intense high

frequency sound waves (above 20KHz Frequency) to drive away RODENTS. They emit

intensive ultrasound that is audible and painful to rodents, but is inaudible and

harmless to humans. Rodents usually leave the area being protected by ultrasound.

They do not get killed. The system comprises of Controller with accessories that

include transducers & cables.

NRB needs the protection from rodents in Intelligent Integrated Infrastructure.

Brand To be specified by Vendor

Model To be specified by Vendor

Operating Frequency Above 20 KHz (variable)

Sound Output 80 dB to 110 dB (at 1m)

Power Output 250 mW per transducer

Power Consumption 40 W approximately (variable)

Power Supply 230 V AC 50 Hz

Weight To be specified by OEM

Mounting Wall / Table Mounting

B. Auto Fire Detection, Alarm and Suppression System for Electrical Room, NOC Room

i.

Auto Fire Detection, Alarm

and Suppression System for

Electrical Room

Separate Complete Auto fire detection, alarm and

suppression system need to install for Electrical Room

including Control Panel, Heat Detector‐UL, Smoke

Detector‐UL, Alarm Bell, flashing light, Call Point/Break

Glass, Novec 1230 Gas, etc as required.

ii.

Auto Fire Detection, Alarm

System for Server Room and

NOC Room

Separate Complete Auto fire detection, alarm and

system need to install for Server Room and NOC Room

including Control Panel, Smoke Detector‐UL, Alarm Bell,

flashing light, Call Point/Break Glass etc as required.

iii. Hand Held Fire Extinguisher NOVEC 1230

Brand To be specified by Vendor

Model To be specified by Vendor

Type Clean Agent, Wall Mount

Capacity 4Kg

Page 23 of 57

Gas NOVEC 1230

Standard NFPA & UL Listed

Classification Should Work on class A, B, C fires and fires involving electrically‐charged devices.

iv. Hand Held Fire Extinguisher ABC Powder

Brand To be specified by Vendor

Model To be specified by Vendor

Type Clean Agent, Wall Mount

Capacity 4Kg

Agent ABC Powder

Classification Should Work on class A, B, C fires and fires involving electrically‐charged devices.

C. ELECTRICAL:

NRB needs following items for the Data Center Electrical infrastructure:

i. Power Distribution EMDB: The Electrical Main DB (EMDB) in the Electrical

room where source from DG AMF Panel (NEA is

connected to DG AMF Panel) are terminated with 160

AMP MCCB TP. In the EMDB Bus Bar, AVR and External

Manual Bypass/MCO input will be connected.

DCMDB: AVR output will be terminated to Data Center

Main DB (DCMDB) by a 160AMP MCCB TP through

External Manual Bypass. From DC MDB, power will be

distributed into 6 MCB/MCCBs Bidder need to quote

following components for the solution, Supply

installation of three phase NEA AC 4 way TPN

distribution Box, with 150Amp TPN MCCB‐2, 63 amp

TPN MCCB ‐2.40amp DP/TP MCB‐2, neutral bus bar 1

set. Earthling bus bar 1 set.

SDB: Supply installation of DB where there will be City

Supply in 3 phase and UPS AC supply in Single Phase. In

City supply part 63Amp MCCB TP will be as incoming

and for outgoing 6/16/40 Amp MCB SP 15 nos need to

be installed. For UPS Part incoming will be 32 amp SP

MCB ‐1 nos. Outgoing will be 6/16 Amp 10 nos, neutral

bus bar 1 set. Earthling bus bar 1 set.

ii. Cabling Cable 50 sq. mm 4 core copper cable, cable shoe, Connector and accessories to connect from DG AMF to DCMDB.

Cable 35 sq. mm 4 core copper cable, cable shoe, Connector and accessories connect this DCMDB to Modular Data Center.

Page 24 of 57

Cable 10 sq. mm 4 core copper cable, from connectivity from DCMDB to SDB City Supply and from DCMDB to SDB Through 6kVA UPS.

Light point cabling with 2.5 sq.mm/1.5 sq mm copper

cable, PVC conduit pipe, with conduit pipe accessories

and light switch cabling with accessories.

NRB requires Power point cabling or AC of 25 points

with copper cable 4Sq mm, 1.5 Sq mm, PVC Conduits,

pipe cabling accessories and cabling charge. 3/3 power

sockets with PVC boxes are required for the job.

iii.

Surge Protection

NRB Needs surge protectors (TPN surge protections 35

KA) to protect electrical devices from voltage spikes. A

surge protector attempts to limit the voltage supplied

to an electric device by either blocking or shorting to

ground any unwanted voltages above a safe threshold.

iv. C Sockets 32A Single Phase male and female C sockets.

v.

Earthing

Installation of maintenance free Earthing electrode

/chemical earthing – 19mm /10’copper bonded rod.

25kg compound earth plus. Earthing Pits for

Racks/PACs, PDMs, UPSs and surge protections are

required 25 sq. mm earthing copper cable with, cable

shoe, Connector and cabling accessories. Earthing

resistance should be as per TIA 942 Standard.

Page 25 of 57

vi. Lightning Arrester Lightning Arrester with Copper Rod. The system should

include the capture device: the lightning protection

system, down‐ conductors designed to convey the

lightning current to earth, and accessories required.

NRB requires High pulsar voltage OPR 60 Early Streamer

Emission (ESE) Advance Lightning Protection system

with 4 meters high Pulsar 30 having 78 meters

protection radius IN LEVEL 2 complies with NFC‐ 17‐

102 standards. The Air terminal should be capable to

collect the ambient electric field and should emit the

upward streamer with the defined Gain in time.

GI mast for mounting the terminal & adaptor to mount

the OPR 60 with suitable base plate, should have

provision for Guy wire clamping system, termination

arrangement for the Down‐ Conductor.

Down conductor of 95 sq.mm single core bear Copper

cable with necessary accessories, etc. of suitable

length as per building height with suitable mounting

accessories and mounted on Insulators.

Lightning Flash counter working electro mechanically

without any power supply. Equipment should count

lightning strokes of 0.4KA to 150 KA.(8/20 micro second

waveform) tested as per IEC 60‐1:1989.

vii.

6kVA UPS

Bidder need to quote a single phase 6kVA UPS with 15

minutes autonomy to provide backup power for

Emergency Lighting, Access Control for metal doors,

Fire Suppression System for Electrical Room, Fire

Detection for Server and NOC Room, Rodent Repellent

System for NOC, Server, Electrical Room, Meet Me

Room Equipment, etc.

viii. Others If any other component or equipment are required for giving the solution, please mention and quote for the same.

D. Lighting & Fixtures:

i. Standard Lighting

Brand To be specified by Vendor

Model To be specified by Vendor

Level for Lighting Bidder should follow a 3 level approach for Lighting for

Data Center Area base on TIA‐ 942 Standards.

Page 26 of 57

Basic Requirement: 500 lux in the horizontal plane and 200 lux in the vertical plane.

Rooms to be covered: Data Center, Electrical & NOC

Electrical Wiring&

Accessories

Conduits for Electrical Wiring should be of (FMT)

Flexible metal conduit and All necessary wire, connectors, switches, boxes with international standards should be provided.

ii. Emergency Lighting

Lighting is defined as emergency lighting when it is intended for operation when

standard lighting fails. Emergency lighting must be powered by an independent

energy source (typically a central power supply system) and is classified by the UNI EN

1838 standard into Backup & Safety Lighting.

a. Back up Light

Brand To be specified by Vendor

Model To be specified by Vendor

The level of illumination provided by backup lighting

must be at least equal to that provided by standard

lighting, as if this were not the case it would be

impossible to continue the previous activity.

b. Safety Light

Brand To be specified by Vendor

Model To be specified by Vendor The purpose of safety lighting is to provide an adequate

level of safety to people who find themselves without

standard lighting, and to therefore prevent accidents or

dangerous situations from occurring. It is not lighting

that can be used to carry out ordinary tasks, but

functions only to ensure the safe mobility of people.

For the power supply of safety lighting it is necessary to use a central power supply system (CPSS), e.g. a UPS that also meets the additional requirements of standard EN 50171, and the related circuits must be independent from any other circuits (standard IEC 60364).

E. Diesel Generators

i. Brand To be specified by Vendor

Model To be specified by Vendor

Details

125 KVA Three Phase Silent Diesel Generator set with automatic (AMF) control panel and remote monitoring system (RMS), civil work for foundation, cabling, exhaust system etc.

General Overall Specifications:

Page 27 of 57

Prime Rating at 0.8 pf 125 kVA [100 kW]

Voltage 415 V

Frequency 50 Hz

Overall Dimensions with canopy (L X W X H in mm)

To be specified by Vendor

Dry Weight of genset with canopy [ Approx.]

To be specified by Vendor

Electrical starting system 12 V

Battery Capacity 1 X 120/130 V‐DC

DG set Noise level as per CPCB Norms at one meter

˂75 dBA

Engine specifications:

Parameters

Rated output [prime rating as per ISO 3046]

min 110kW [150 HP]

No. of cylinder min 4 Nos.

Bore x Stroke min 100 mm x 110 mm

Aspiration TA

Governing Class Electronic A0

SFC at 75 % load * min 146 g/Hp‐hr

SFC at 100 % load* min 146 g/Hp‐hr

Lube oil consumption Max 0.07 LPH

Lube oil change period ** 500 Hr

Lube oil sump capacity minimum 15.0 Litres

Engine coolant capacity 28 Litres (approx.)

Alternator specifications:

Parameters

Rating 125 kVA

Insulation Class H

Protection IP23

Time to built up rated voltage at rated RPM

10 Sec Max

Alternator efficiency at 75 % load

min 91.0%

Page 28 of 57

Alternator efficiency at 100 %

load

min 90.0%

Voltage regulation +/‐ 1%

wave from distortion at no

load and at non-distortion

balance linear load

˂1.8 and ˂5

permissible transient voltage

dip at full load 0.8 pf lag***

˂25

Minimum Features of Alternator:

‐ Most efficient CE or equivalent certified alternator

‐ Compact design with sealed bearings for longer life and lesser maintenance

‐ Best in class efficient

‐ Positive voltage build up

‐ Special windings to reduce harmonics

‐ Automatic voltage regulator in built

‐ High short circuit current capacity up to 300 % ensuring controlled regulation even at variable loads

‐ Well balanced rotating components and lowest vibration levels

‐ Epoxy gel coating to suit various environment conditions

‐ CT fitted alternators for better performance and safety

Minimum Features of Engine:

‐ Efficient liquid/air cooled technology

‐ 4 cylinders compact configurations

‐ Most compact extremely robust and rugged design

‐ 500 hours of longer lube oil change period

‐ Lowest fuel consumption in it’s class

‐ 100 percentage Bio diesel compatibility

Other Minimum Features:

State of the art compact microprocessor based fully

configurable genset operating monitoring metering and

protection control system with LCD display.

Complete safety for gensets on operating faults.

Real time and event logging facility for performance monitoring.

AMF option in the controller with control for mains and DG set circuit breakers.

Page 29 of 57

User friendly operating systems on manual, auto and test modes with soft touch buttons.

Provision for additional 3 digital inputs and 2 digital outputs.

Compatibility for remote monitoring remote start/ stop

Micro Controller based Genset controller

Monitoring Features:

Phase, Voltage & Currents. Frequency, Reserve Power, Genset kVA, KW, kWh, KVAr, Power Factor, Canopy Temperature.

Lube Oil Pressure, Engine Temperature, RPM, Run

Hours, Number of Starts, Fuel Level, Auto / Manual Stop

Battery charge condition

AMF Features

Diagnostic Features:

Battery charging failure, Over Current, Over / Under

Voltage, Over kW, Phase Seq., Phase missing, Mains

under voltage, Earth Fault Trip, Fuel usage Alarm.

Low Lube Oil Pressure, High Engine Temperature, Low/ High Battery Voltage, Low Fuel Level, Over Crank Protection, Routine maintenance indicator, Genset test facility, Mains Frequency.

Modbus Communication, Remote Monitoring.

Enclosure:

Smart standardized and dynamic modular design for

optimum performance and ease of serviceability.

Aesthetically designed weather proof sound proof acoustic enclosure meeting stringent and latest MOEF noise pollution norms.

PU based powder coated enclosure manufactured on

high tech special purpose CNC machines to ensure

highest quality on fit form finish function and

durability.

Specially designed with adequate air flow to operate at

full load even at 50 deg. C air inlet temperature.

Noise and thermal insulation material conform to UL94 Hf1 class for flammability.

Green passivated /black ionized corrosion/rust resistant

hardware for manufacturing to with stand salt spray and

corrosion test as per ASTM B‐117.

Page 30 of 57

Designed for low noise high reliability lowest vibrations

and user friendly ready to use installations.

Remote monitoring system (RMS)

Auto mains failure panel

Scope of Work for Bidders:

Earthing Job (Approx.) Four separate earthing are required two for neutral and two for body. Distance between two earthing should be at least two meters. You can use copper plate (24"x 24") and 25 x 3 mm copper strip for earthing connection. At least two meters' depth is recommended for earthing. Salt, coal & wooden dust also required for earthing.

Power Cabling Job:

70 mm sq. x 4 core copper armored

Control Cable for AMF and RMS (2.5 mmsq. x 4 core copper armoured)

Foundation Works & Details:

Ground base Foundation (RCC/PCC)

The Foundation should be water levelled and at least 300mm above the ground level to maintain cleanliness and avoid flooding.

The length and width of the foundation should be at

least 600mm to 800 mm more than that of the DG set

size i.e. 300mm on each side. Check the foundation

level diagonally as well as across the length and width.

A rigid foundation ensures the lease vibration. Sand

Filling should be there around the foundation. 18mm

rubber matting must be used over the foundation to

minimize the vibration effect and noise leakage.

Ensure that the foundation to support 1.5 times of the

total wet weight of the single generator and 2 times

of the total weight for the multiple generators.

DG Set dimension need to considered for deciding the foundation length, width and depth.

F. Automatic Voltage Stabilizer & Manual Changeover Switch

Brand To be specified by Vendor

Model To be specified by Vendor

Capacity 150 KVA

Mains 3 phase, 50 Hz

Input Voltage 300 to 460 VAC

Output Voltage 400 VAC +/‐ 1%

Page 31 of 57

Correction Speed 10 Volts per Second

Control Type AC Induction Motor

Cooling System Oil Cooled

Duty Cycle Continuous

Min. Features: ‐ No wave form distortion.

‐ Wide frequency range from 45 to 65 Hz. ‐ Very low internal impedance. Little effect of load

power factor.

‐ Use of A. C. Induction Motor confirms high reliability.

‐ All solid state controls.

‐ High efficiency @ 98%.

‐ Accuracy @ 1% at full load

Protection Provided ‐ Single Phasing

‐ Under/Over Voltage

Panel Indication Provided ‐ Power ON

‐ Single Phasing ‐ Indication for Input and Output Voltage

External Manual Changeover

Switch (MCO) 250 AMP External Manual Changeover Switch for

reputed manufacturer which should have 3 positions

(Source 1, Off and Source 2 or equivalent).

G. Automatic Transfer Switch (ATS)

Brand To be specified by Vendor

Model To be specified by Vendor

Rated Current 16 Amp

Type Rack Mountable

Capacity 3KVA

Display LED that should show power flow

Normal Voltage 200/208/220/230/240 Vac

Connections Input: C20* 2 pcs

Output: C13* 4+ C19* 1 pcs

Communications SNMP for Remote Management

Regulatory CE/ UL

Features - Should adopt SCR with a relay in parallel as a switching device to increase reliability without sacrificing efficiency

- Should support power redundant configurations for high reliability

- Should monitor the health of the power source and performs the transfer automatically

Page 32 of 57

H. Civil & Furniture Works

i. Brick Wall Partition Job

Brand To be specified by Vendor

Model To be specified by Vendor

Area Approx. 500 Sq. Ft.

Materials Bricks & Cement

Size of the Wall 9”

Consideration Bidder should consider the load of 1 no. Metal Doors i.e. Approx. 100 KG, which will be installed on each partition wall.

ii. Dismantling Work Dismantling of existing wall in power room of size 4” Finishing of wall with 4 ft. access from power room to FFS room.

iii. Waterproofing Fire Rated Waterproofing Membrane (1 inch) in the areas/wall attached with toilets. Approx. size of 150 Sq. Ft.

iv. Flooring Job

Brand To be specified by Vendor

Model To be specified by Vendor

Area 650 Sq. Ft.

Rooms DC/NOC/Electrical

Colour White

Type Anti‐Static Tiles 2” x 2”

v. Drainage System

Brand To be specified by Vendor

Model To be specified by Vendor

Total Length 20 Ft. Approx. (running ft.)

Width 2”

Consideration Drainage Pathway should take the drained water from DC to outside the DC Room.

vi Fire Retardant Painting Job

Brand To be specified by Vendor

Model To be specified by Vendor

Page 33 of 57

Area of Walls 2300 Sq. Ft. Approx.

Type Fire Retardant

Colour White / off white

Fire Rating Duration 120 minutes

vii. Painting Job (Emulsion)

Brand To be specified by Vendor

Model To be specified by Vendor

Area of Walls 625 Sq. Ft. Approx.

Type Emulsion

Colour Light Cream (Weather Coat)

Purpose For Finish Walls on outer Area

viii. Water tank, Piping and

fittings

Bidder need to quote water tank, pipe and others related fitting to supply water to Precision Air Conditioning Unit Humidifier.

ix. Metal Door

Brand To be specified by Vendor

Model To be specified by Vendor

Dimension 3ft x 7ft

Thickness 45 mm

Door Type Fire Resistant Metal Door

Door Lock Doors shall be fitted with locks and have either no centre points or removable centre posts to facilitate access for large equipment.

Fire Rated 2 hours Fire Rated Door

Should Include Door Frame / Door Closer / Hinges/ Vision Panel / Panic Bar.

Coating

Door should be coated with one coat of fire with a finish of Paint finish or Powder quoted finish.

Standards BS 476 part 22 and IS 3614 part 2

Compatibility electronic /magnetic door lock / dead bolt compatible

to open the door with Access Control System.

x. Table/Partition/Chairs for NOC Room

Brand To be specified by Vendor

Model To be specified by Vendor

Page 34 of 57

Dimensions of Table Length: 10Ft. x Breadth: 2Ft. x Height: 30 inches. Should

have drawers & Keyboard Trays (Sliding Type).

Description of Chair

Executive Chair (Good Quality), Material: Plastic/ Steel/

Cloth, Arm rest and high back rest, Flawless finish,

Revolving Design.

Material to be used for Table Good Quality wooden materials and as per existing set up.

I. Rodent Repellent System for DC Area, NOC Area, Electrical/Power Area, FFS Area

Rodent Repellent is an electronic device that uses the principle of intense high

frequency sound waves (above 20KHz Frequency) to drive away RODENTS. They emit

intensive ultrasound that is audible and painful to rodents, but is inaudible and

harmless to humans. Rodents usually leave the area being protected by ultrasound.

They do not get killed. The system comprises of Controller with accessories that

include transducers & cables. The Transducer coverage area should be 150Sq Ft in

closed area, and 300 Sq Ft in open area.

NRB needs the protection from rodents in DC Area, NOC Area, Electrical/Power Area,

FFS Area

Brand To be specified by Vendor

Model To be specified by Vendor

Operating Frequency Above 20 KHz (variable)

Sound Output 80 dB to 110 dB (at 1m)

Power Output 250 mW per transducer

Power Consumption 40 W approximately (variable)

Power Supply 230 V AC 50 Hz

Weight To be specified by OEM

Mounting Wall / Table Mounting

J. Water Leak Detection System:

Brand To be specified by Vendor

Model To be specified by Vendor

Coverage area Server Room, Electrical Room, NOC Room.

Type A Cable based Water Leak Detection

Control Panel Control Panel with min 4 zone

Connectors In built connectors are provided for interfacing the hooters and RS 485

Operating Voltage: 230 V AC 50 Hz

Software Software for monitoring and report generation. Events logging.

Page 35 of 57

Accessories

Sensor Cables for Server Room, Electrical/Power Room, NOC Room, the cable length should cover the room area (refer to the drawing for measurement), Related Accessories.

K. CCTV & NVR

i. Cameras:

Brand To be specified by Vendor

Model To be specified by Vendor

Image Sensor 1/2.9” 2Megapixel progressive CMOS

Effective Pixels 1920H)x1080(V)

RAM/ROM 256MB/16MB

Scanning System Electronic Progressive

Shutter Speed Minimum Auto/Manual, 1/3(4)~1/100000s

Illumination 0.1Lux/F2.0(Color), 0Lux/F2.0(IR on)

S/N Ratio More than 50dB

IR Distance Distance up to 30m(98ft)

IR On/Off Control Auto/ Manual

IR LEDs 24

Lens Type Fixed

Mount Type Board‐in

Focal Length 2.8 mm (3.6 mm optional)

Max. Aperture F2.0/F2.0

Angle of View H:110°/83°,V:57°/44°

Focus Control Fixed

Pan/Tilt Range Pan:0° ~355° ;Tilt:0° ~65° ;Rotation:0°~355°

Video:

Compression H.264+/H.264

Streaming Capability 1080P(1920×1080)/1.3M(1280×960)/720P(1280×720)/

D1(704×576/704×480)/ CIF(352×288/352×240)

Frame Rate 2M (1 ~ 25/30fps)s)

Day/Night Auto(ICR) / Color / B/W

Motion Detection Off / On (4 Zone, Rectangle)

Digital Zoom 16x

Flip 0°/90°/180°/270°

Network:

Page 36 of 57

Ethernet RJ‐45(10/100Base‐ T)/HTTP; HTTPs; TCP; ARP; RTSP; RTP; UDP; SMTP; FTP;/DHCP; DNS; DDNS; PPPOE; IPv4/v6; QoS; U PnP; NTP;/Bonjour; 802.1x; Multicast; ICMP; IGMP.

Interoperability ONVIF, PSIA, CGI

Streaming Method Unicast / Multicast

Max. User Access 10 Users/20 Users

Edge Storage NAS (Network Attached Storage), Local PC for instant recording.

Web Viewer IE, Chrome, Firefox, Safari

Smart Phone iPhone, iPad, Android Phone

Certifications CE, UL, FCC:

Power Supply DC12V PoE (802.3af) (Class 0)

ii. NVR (Network Video Recorder):

Brand To be specified by Vendor

Model To be specified by Vendor

Main Processor Min. Quad‐core embedded processor

Operating System Embedded LINUX

IP Camera Input 32 Channel

Two‐way Talk 1 Channel Input, 1 Channel Output, RCA

Interface 1 HDMI, 1 VGA

Resolution HDMI: 3840×2160, 1920×1080, 1280×1024, 1280×720

VGA: 1920×1080, 1280×1024, 1280×720

Decoding Capacity 2ch@4K 30fps, 8ch@1080P 30fps

Multi‐screen Display 16CH: 1/4/8/9/16

32CH: 1/4/8/9/16/25/36

OSD Camera title, Time, Video loss, Camera lock, Motion detection, Recording.

Recording:

Compression H.265/ H.264

Resolution 8Mp/ 6Mp/ 5MP/ 4MP/ 3MP/ 1080P/1.3MP/ 720P etc.

Record Rate 200Mbps

Bit Rate 16Kbps ~ 20Mbps Per Channel

Record Mode Manual, Schedule (Regular, Continuous), MD (Video detection: Motion Detection, Tampering, Video Loss), Stop

Page 37 of 57

Record Interval 1 ~ 120 min (default: 60 min),

Pre‐record: 1 ~ 30 sec, Post‐record: 10 ~ 300 sec

Video Detection and Alarm Integrated

Interface 1 RJ‐45 Port(10/100/1000Mbps)

PoE 32 ports (IEEE802.3af/at)

Network Function

HTTP, HTTPS, TCP/IP, IPv4/IPv6, UPnP, RTSP, UDP, SMTP, NTP, DHCP, DNS, IP Filter, PPPoE, DDNS, FTP, SNMP, IP Search (Support Dahua IP camera, DVR, NVS, etc.), Easy4ip

Max. User Access 128 users

Internal HDD 8 SATA III Ports, Up to 6 TB capacity for each HDD

HDD Mode Single

Auxiliary Interface 2 ports(1 USB2.0, 1 USB3.0)

1 Port, for PC Communication and Keyboard

1 Port, for PTZ Control

Power Supply AC100V ~ 240V, 50 ~ 60 Hz

PoE Max 25.5w for single port, 150w in total

Certifications CE, FCC, UL

iii. Hard Disk for Storage:

Brand To be specified by Vendor

Model To be specified by Vendor

Storage Capacity Bidder need to provide storage for 16 cameras for 6 months at least.

Form factor 3.5‐inch or suitable for Proposed NVR

Data transfer rate (max) 6 Gb/s

Buffer to host 150 MB/s

Cache (MB) 64

iv. Cabling & Accessories Cabling using UTP Pure Copper Cat 6, Flexible Conduits, RJ 45 Connectors and Accessories.

v. LED TV LED TV of Size 52” for Displaying Information of DCIM with Mounting Kit to mount on wall.

L. Biometric Access Control for Metal Door

Brand To be specified by Vendor

Model To be specified by Vendor

LCD Display 2.4” TFT LCD Colour Screen

Transaction Log 100,000 Templates

Page 38 of 57

User Capacity 3000 Fingerprint Templates

Card Capacity 10,000

Connection RS232/RS 485, TCP/IP, USB Host

Identification Time <0.5 sec.

Power Supply 110/220 VAC ~ 12 VDC or POE IEEE 802.3af

Accessories Required

Electro Magnetic Lock

L Bracket (For the support of magnetic lock)

Z Bracket (For the support of magnetic lock)

Siren/Hooter (if required)

Necessary Cabling & Connectors

M Wall Mount Air Conditioners:

i. Brand To be specified by Vendor

Model To be specified by Vendor

Type Wall Mounted Indoor & Outdoor Heat Pump

Location NOC Room

Approx. Capacity 1.0 Ton

Feature ‐ Heat Pump

‐ Automatic Self Cleaning ‐ Dual Purification System ‐ 3D Surrounding Flow ‐ Refrigerant Leakage Detect ‐ Auto Restart Function

Configuration Single Split

Refrigerant Fully charged ECO Friendly Refrigerant ‐R410A

ii. Brand To be specified by Vendor

Model To be specified by Vendor

Type Wall Mounted Indoor & Outdoor Heat Pump

Location Electrical/Power Room

Approx. Capacity 1.0 Ton

Feature ‐ Heat Pump

‐ Automatic Self Cleaning ‐ Dual Purification System ‐ 3D Surrounding Flow ‐ Refrigerant Leakage Detect ‐ Auto Restart Function

Configuration One Working, One Standby and Single Split

Page 39 of 57

Refrigerant Fully charged ECO Friendly Refrigerant ‐R410A

iii. Brand To be specified by Vendor

Model To be specified by Vendor

Type Wall Mounted Indoor & Outdoor Heat Pump

Location Data Center Room

Approx. Capacity 2.0 Ton / Auto Restart Function

Feature ‐ Heat Pump

‐ Automatic Self Cleaning ‐ Dual Purification System ‐ 3D Surrounding Flow ‐ Refrigerant Leakage Detect

Configuration One Working, One Standby and Single Split

Refrigerant Fully charged ECO Friendly Refrigerant ‐R410A

Services to be performed by Bidder for Wall Mount ACs:

Lower Side Works Installation between indoor to outdoor unit all required. installation materials like copper tube, insulation tube, electrical wiring etc.

Configuration Active/Stand by Configuration and auto switching mechanism is required for Electrical and Server/MDC Room.

N. Meet Me Room, Network Switches & Accessories

All Passive materials (Fiber & UTP) Should be reputed make. The OEM should be ISO

9001:2000 & QS: 9000 Certified. In the changing needs of the global resources if the

company has environmental management systems in place like ISO 14001

accreditation the same shall be added advantage.

a. Meet Me Room Comprising following components

i. 24 Core Outdoor Armoured Single Mode Outdoor Fiber Cable

Cable Type 24 Core fiber Cable, Single Mode, Armoured, Gel filled cable complying to ISO.IEC 11801 ‐ 2nd Edition, type OS2; AS/

ACIF S008; AS/NZS 3080, EIA/TIA 568‐C.3.

RoHS Compliant,

ITU‐T REC G 652D spec for Low Water Peak fiber; supports 10G + data

applications Qualifies as per ICEA‐640 standard

Complies with Telcordia GR20, IEC‐60793‐ 2‐50 and TIA/EIA 492‐CAAB standards

Armor Corrugated Steel Tape Armor ‐Thickness > 0.15mm

Water Blocking Thixotropic Gel (Tube), Petroleum Jelly (Interstices)

Page 40 of 57

Attenuation @ 1310nm <=0.35 db/Km MAX

@1550nm <=0.22 db/Km MAX

Core/Mode‐ Field (um) 9.2 ± 0.4 μm

Clad Diameter (um) 125 ± 1 μm

Coat Diameter 245 ± 10μm

Loose tube material Single PBTP Loose tube filled with water blocking Thixotropic gel

Jacket material UV Stabilized Polyethylene (HDPE)

Central Strength Member Non-Metallic (FRP)

Tensile Strength 3500N/2500N

Crush Resistance 4400N/10 cm

Cable Diameter 10.8 mm

Max. Bending Radius (during installation)

20D

Fiber Identification Color coded

Cable weight Kg/Km 135 kg/km

Operating Temperature ‐40 Degree C to +75Degree C

ii. 24 Fiber Optic Rack mount LIU, loaded with adapter plates, Splice Tray and Pigtail

Fiber Management Shelf

Configurable Fiber drawer is a 1U rack mount unit for storing and terminating incoming fiber cable. Using vast range of 6 Pak Plates, the system can be configured to suit all applications.

Configurable. Fits up to four 6 Pak Plates/ Angled 6 Pak plates

Management rings within system to accommodate excess cordage behind the trough adapters and maintain bend radius

Sliding drawer for ease of reconfiguring s

Rugged steel construction finished in attractive

Optical Adapter Plates Laded SC Duplex 6 SM Adapter Plate ‐ 4 Nos

Pigtail SC, Single mode, 9/125 μm ‐ 24 Nos

iii. SC to LC Patch Cord SM, 3 Mtrs

Type SC to LC Duplex tuned Fiber Optic Patch Cord 3 Mtr, 9/125 Micron

Cable Sheath LSZH

Cable Diameter 1.8 mm twin zip

Ferrule Ceramic

Buffer Tight buffered

Insertion Loss MAX .3 db

Page 41 of 57

Return Loss > 45 db

Temperature Range ‐10 Degree C to +60 Degree C

ROHS ROHS Compliant

iv. SC to SC Patch Cord SM, 3 Mtrs

Type SC to SC Duplex tuned Fiber Optic Patch Cord 3 Mtr, 9/125 Micron

Cable Sheath LSZH

Cable Diameter 1.8 mm twin zip

Ferrule Ceramic

Buffer Tight buffered

Insertion Loss MAX .3 db

Return Loss > 45 db

Temperature Range ‐10 Degree C to +60 Degree C

ROHS ROHS Compliant

v. CAT6 U/UTP Patch Cord

Type

Cat 6 U/UTP Patch Cords are key components of Power Cat 6 U/UTP End‐to‐ End Solution and are designed to support data networks for 10/100BASE‐T and 1000BASE‐T applications.

Conductor 24 AWG stranded copper wire

Length 3, 5 & 10 Meters

RJ45 plug and boot material Clear polycarbonate

Outer Sheath LS0H

RJ45 plug dimensions

compliant with

ISO/IEC 60603‐7‐4 and FCC 47 Part 68

Contact material 0.35mm thick copper alloy

MIN operating life 750 insertion cycles

Sheath Material LSZH

ROHS/ELV Compliant vi. CAT6 U/UTP Cable 24 AWG or better. 305 meters

Type Cat 6 UTP Cable, 4 Pair, 24AWG or better, 305 Meter in a Box. LSZH.

vii. 16 Port Media Converter chassis

viii. Chassis Managed Media Converter

ix. Wall Mount Racks

Brand To be specified by Vendor

Model To be specified by Vendor

Dimensions 9U(1U=44.45 mm) in Height x 550MM Width x 500MM Depth

Page 42 of 57

Fans Fan module Mount Provision on top Cover with 2 fans

Grounding & Bonding Proper Grounding & Bonding

Certifications ISO 14001 & IS18001 Certified

UL Certified

DIN 41494 or Equivalent EIA /ISO /

EN/CEA Standard

Cable Organizer 1 No Horizontal Cable Organizer with Plastic Loops

PDU

1Ph, 230V, 8A, 2U standard rack mount power

distribution unit with 6 X Round Pin 5A, Inlet Plug type

6A Round Pin, 8A Fuse ‐ PDU Rating 1.8KVA

Cable Management Cable entry Exit from Both top & Bottom

Accessories 1 Packet of Mounting hardware, Pack of 10

b. Network Switches

i. Link Switch

Brand To be specified by Vendor

Model To be specified by Vendor

Device Type Switch ‐ 24 ports ‐ L3 ‐ managed ‐ stackable

Subtype Gigabit Ethernet

Ports 24 x 10/100/1000 + 2 x SFP+

Performance Switching capacity: 128 Gbps, Forwarding performance: 95.23 Mbps

Jumbo Frame Support 10k bytes

Max Units in A Stack 4

Authentication Method Secure Shell (SSH), RADIUS, TACACS+

Routing Protocol OSPF, RIP‐1, RIP‐2, HSRP, VRRP, PIM‐ SM, PIM‐DM, PIM‐ SSM, policy‐based routing (PBR), RIPng

Page 43 of 57

Features

ARP support, Access Control List (ACL) support, IPv6

support, Link Aggregation Control Protocol (LACP),

MLD snooping, Multicast Storm Control, Multicast

VLAN Registration (MVR), Multiple Spanning Tree

Protocol (MSTP) support, support, Quality of Service

(QoS), RADIUS support, Broadcast Storm Control,

Rapid Spanning Tree Protocol (RSTP) support, Remote

Switch Port Analyzer (RSPAN),), Strict Priority Queuing

(SPQ), Trivial File Transfer Protocol (TFTP) support,

Uni-Directional Link Detection (UDLD), Unicast Storm

Control, VLAN support, auto-negotiation, auto-uplink

(auto MDI/MDI-X), layer 2 switching, layer 3 load

balancing, Class of Service (CoS), DHCP snooping,

Dynamic ARP Inspection (DAI), Energy Efficient

Ethernet, IGMP snooping.

Manageable Ethernet management port:RJ-45 connectors, 4-pair Cat-6 UTP Cabling, Management console port:RJ-45 to Db9 cable for PC Connections with appropriate console cable.

Link Aggregation ■ Static trunk ■ IEEE 802.3ad Link Aggregation Control Protocol ■ Trunk groups: 16 ■ Trunk links: 2~8 ports for Gigabit Ethernet ports 2~4 ports for 10 Gigabit Ethernet ports ■ Load Balance: SA+DA, SA, DA, SIP+DIP, SIP, DIP

Management Switch

Management

CLI via console port or Telnet, Web Management

SNMP v1, v2c, v3

QoS Features Priority Queues 8 hardware queues per port Traffic classification ■ IEEE 802.1p CoS ■ DSCP Traffic Scheduling ■ Strict Priority ■ Weighted Round Robin ■ Strict + WRR traffic scheduling PHB (Per Hop Behavior – internal priority) Port-based default priority Diffserv Rate Limiting (ingress and egress, per port base) ■ GE: Resolution 64 Kbps ~ 1000 Mbps

Rack Mount Should Include

Power Cable Should be compatible with PDU/ATS

Console Cable Should be given by vendor

ii. Core Switches

Brand To be specified by Vendor

Model To be specified by Vendor

Device Type Switch ‐ 72 ports ‐ L3 ‐ Managed

Enclosure Type Rack‐mountable 1U

Subtype 10 Gigabit Ethernet

Ports 48 x SFP+ + 6 x QSFP+

Performance Switching capacity: 1.4 Tbps

Page 44 of 57

Features

VLAN support, Syslog support, Weighted Round Robin (WRR) queuing, Broadcast Storm Control, Multicast Storm Control, Unicast Storm Control, Rapid Spanning Tree Protocol (RSTP) support, Multiple Spanning Tree Protocol

General

Authentication Method RADIUS, TACACS+, Secure Shell v.2 (SSH2)

Compliant Standards

IEEE 802.3z, IEEE 802.1D, IEEE 802.1Q, IEEE 802.1p,

IEEE 802.3ad (LACP), IEEE 802.1w, IEEE 802.3ae, IEEE

802.1s, IEEE 802.1ab (LLDP), IEEE 802.3ba

Enclosure Type Rack‐mountable with Rack mount kit

Ram 8 GB

Remote Management Protocol

SNMP 1, SNMP 2, RMON, Telnet, SNMP 3, SSH‐2, CLI

Interfaces 48 x 10GBase‐X ‐ SFP+ ¦ 6 x 40Gbit LAN ‐ QSFP+ ¦1 x USB

Processor 2.4 GHz Min.

Power Device Internal power supply ‐ hot‐plug, Dual Redundant hot plug Power supply with appropriate power cable that is compatible PDU or ATS

Routing Protocol RIP‐2, VRRP, OSPFv2, PIM‐SM, static IP routing, PIM‐

SSM, policy‐ based routing (PBR)

Performance Wire Speed Forwarding: L2 and L3 MAC Addresses: 160 K L3 Routes: IPv4 16K min./112K max., IPv6 8K min./56K max. Packet Buffer Size: 16 MB shared buffer pool

QOS Feature 8 Priority queues per port Traffic Scheduling: Strict Priority WRR (Weighted Round Robin) Hybrid (WRR +Strict) Traffic Classification (CoS): 802.1p based CoS/port IP ToS precedence based IP DSCP based CoS TCP/UDP Port based CoS PHB (Per Hop Behavior − internal priority) Drop precedence (color aware)

Physical & Environment Hot-swappable redundant fans

Management Port 1 x RJ-45 100/1000BASE-T management port/USB/Serial Port with Appropriate console cable

Jumbo Frame Support 9216 bytes

Page 45 of 57

Capacity

Virtual interfaces (VLANs): 4096 ¦ Multiple Spanning Tree Protocol instances: 64 Rapid Spanning Tree Protocol instances: 512 ¦ MAC addresses: 160k ¦QoS hardware queues per port: 8

iii. Rack Switches

Brand To be specified by Vendor

Model To be specified by Vendor

Feature Set LAN Base

Network SFP uplink module selection

2*10G

Ports 24 * 10/100/1000 Ethernet ports

Maximum stacking number 4

Stack bandwidth 480 Gpbs

Switching Capacity 128 Gpbs

Network management Interface

• Ethernet management port: RJ‐45 connectors, 4‐pair Cat‐5 UTP cabling

• Management console port: RJ‐45‐to‐DB9 cable for PC connections with appropriate console cable

• USB

Forwarding Performance 95.23 Mpps

RAM 4 G

Flash Memory 2 G

Expansion Slot(s) 1 network module slot

Switched Virtual Interface

(SVI’s)

1000

CPU Multicore CPU

RAM 4 GB

Flash Memory 2 GB

Console ports USB (Type‐B), Ethernet (RJ‐45)

Voltage range (Auto) 100V‐240V

QoS Features Priority Queues: 8 hardware queues per port Traffic classification ■ IEEE 802.1p CoS ■ DSCP ■ PHB (Per Hop Behavior – internal priority) ■ Port-based default priority Traffic Scheduling ■ Strict Priority ■ Weighted Round Robin ■ Strict + WRR traffic scheduling Diffserv Rate Limiting (ingress and egress, per port base) ■ GE: Resolution 64 Kbps ~ 1000 Mbps

MSTP Instances 65 (64 MSTI + 1 CIST)

Page 46 of 57

Layer 3 Features IPv4 Static Route and RIP

OAM Features IEEE 802.3ah Link IEEE 802.1ag Connectivity Fault Management (CFM) ITU-T Y.1731 performance and throughput management.

Dual Stacking Cable Appropriate stacking cables

Enclosure Type Rack-mountable with appropriate Rackmount kits

Power Cable Should be compatible with PDU/ATS

iv Connectivity Accessories

Ethernet Patch Cord 5m Ethernet Patch Cord 3m Ethernet Patch Cord 10 M Fiber Patch Cord (SC-LC) 3m Fiber Patch Cord (SC-LC) 5m Multimode SFP 850nm 1G Single mode SFP 1310/1550nm 1G Multimode SFP 850nm 10 BASE SFP+ Duplex Fiber Patch Cord 3m (for 1G) LC-LC Duplex Fiber Patch Cord 5m (for 1G) LC-LC Duplex Fiber Patch Cord 3m (for 10G) LC/PC-LC/PC- OM3-DX-3.0-PVC-3m Duplex Fiber Patch Cord 5m (for 10G) ) LC/PC-LC/PC-OM3-DX-3.0-PVC-5m 24 Core Fiber Copper SFP 1G Optical SFP+ Full 24 Port ODF (Piktel, Connector, etc.) Fiber Tiffin (24-Core) Fiber Patch Cord (SC-SC) 3m

Scope of work for Bidder:

1. Link Switch:

a. Bidder needs to configure the Link Switch on Redundancy mode (HA/VC/VPC).

b. Bidder need to tag the VLAN in uplink and downlink as per the requirement.

c. Bidder needs to arrange the connectivity as per the network design provided by NRB.

2. TOR Switch and Rack Switch:

a. Bidder needs to configure the TOR Switch on Redundancy mode (HA/VC/VPC).

b. Bidder needs to tag the VLAN in uplink and downlink as per the requirement.

c. Bidder needs to arrange the connectivity as per the network design provided by NRB.

3. ODF:

a. Bidder needs to splice the fiber in the ODF from dock point where ISP will drop the link.

b. Bidder needs to take responsibility from ODF to Media converter part with the Meet Me Room.

Page 47 of 57

O. Safety Signage

Safety & Warning Signs required for DC, Electrical/Power, NOC Rooms etc. and as required by Global standard Data Centres.

P. Capacity Building, Installation, Commissioning & Training

i.

Capacity Building and

Knowledge transfer

Bidder is required to train 2 staff of NRB while performing the installation of key systems. The training & technology transfer must be provided for major components like Fire Suppression System, Precision Air Conditioners, DCIM, Power Distribution, UPS etc.

Bidder is required to provide an operational training for 20-25 people after the installation in Kathmandu in two batches. The training to facilitate technology transfer and handholding support to NRB staff/engineers on the operation, management and admin related activities in relation to the MDC system.

Bidder should do the necessary arrangements for a training cum observation of running Data Centre in OEM country. Training sessions should be of minimum Three (3) days at the OEM premises or in its certified site or production factory site for at least 5 personnel of NRB comprising the project management team. Confirmation letter from the OEM should be submitted. NRB shall borne the travel, accommodation costs and daily allowances but the bidder/OEM must bear the training and trainers’ cost.

ii. Installation and Commissioning

Installation and commissioning of entire project and tests.

iii. Documents and Manuals Bidder should provide manuals, related software, standard operation procedures, etc.

Page 48 of 57

Page 49 of 57

9. Bill of Material (BOM)/ Quantity (BOQ) Bill of Material/Quantity for Integrated Intelligent Modular Data Centre Infrastructure

Item No.

Categories Description Unit Qty Unit Price NPR

Total Price NPR

A. Intelligent Integrated Infrastructure Comprising of Lot 1

i. Racks and Modular Data Center Enclosure: Intelligent Integrated Infrastructure with inbuilt hot/cold aisle containment of 6 nos. of 42 U Racks.

Lot 1 -

ii. PACs (Precision Air Conditioning): IN ROW Dx COOLING UNITS 2x min 33 KW

Lot 1 -

iii. True Online, Double Conversion UPS System 2 x 40 KVA, 3 phase-in, 3Phase or 1 phase-out, And Power Distribution/Control Unit for Intelligent Integrated Infrastructure. (Bidder need to mention price without battery)

Lot 1 -

Battery Backup on full load: 1 Hr Backup for each UPS. (Bidder need to mention price only for battery including Battery rack, battery connection cable, Battery Breaker)

Lot 1 -

iv. IP PDUs (Power Distribution Unit) for Racks

Sets 12 -

v. Fire Detection & Suppression System for Intelligent Integrated Infrastructure:

Lot 1 -

vi. DCIM (Software & Hardware) Lot 1 -

vii. Rodent Repellent System for Intelligent Integrated Infrastructure:

Lot 1 -

A. Intelligent Integrated Infrastructure Sub-total -

B. Auto Fire Detection, Alarm and Suppression System for Electrical Room, NOC Room

i. Auto Fire Detection, Alarm and Suppression System for Electrical Room

Lot 1 -

ii. Auto Fire Detection, Alarm System for Server Room and NOC Room

Lot 1 -

iv. Hand Held Fire Extinguisher NOVEC 1230

Pcs. 3 -

v. Hand Held Fire Extinguisher ABC Powder

Pcs. 3 -

Page 50 of 57

B. Auto Fire Detection, Alarm and Suppression System for Electrical Room, NOC Room

-

C. Electrical

i. Power Distribution Lot 1 -

ii. Cabling Lot 1 -

iii. Surge Protection Set 4 -

iv. C-Sockets Lot 1 -

v. Earthing Lot 1 -

vi. Lightning Arrestor Set 1 -

vii. 6kVA UPS with 15 min backup Set 1 -

viii. Others Lot 1 -

C. Electrical Sub-total -

D. Lighting & Fixtures

i. Standard Lighting Lot 1 -

ii. Emergency Lighting -

a. Back up Light Lot 1 -

b. Safety Light Lot 1 -

D. Lighting & Fixtures Sub-total -

E. Diesel Generator

i. 125 KVA Three Phase Silent Diesel Generator set with automatic (AMF) control panel and remote monitoring system (RMS) civil work for foundation, cabling, exhaust system etc.

Lot 1 -

E. Diesel Generator Sub-total -

F. Automatic Voltage Stabilizer & Manual Changeover Switch

i. 150 KVA Servo Automatic Voltage Stabilizer & 250 Amp Manual Changeover switch.

set 1 -

F. Automatic Voltage Stabilizer & Manual Changeover Switch Sub-total -

Page 51 of 57

G. Automatic transfer Switch (ATS)

i. 16 Amp Automatic Transfer Switch as per specification

Set 1

G. 16 Amp Automatic Transfer Switch as per specification Sub-total

H. Civil & Furniture Works

i. Brick Wall Partition Job: size 9” considering the load of 1 no. of metal door of 100 KG (Approx. 400 Sq. Ft.)

Lot 1 -

ii. Dismantling Work: Dismantling of Existing Wall 36 Sq. Ft. and Finishing of Wall

Lot 1 -

iii. Waterproofing: Fire Rated Waterproofing Membrane (1 inch) in the areas/wall attached with toilets. Approx. size of 150 Sq. Ft.

Sq. Ft. 150 -

iv. Flooring Job: Anti-Static Flooring Sq. Ft. 650 -

v. Drainage System: 2” wide drainage path way

Ft. 20 -

vi. Fire Retardant Painting Job Sq. Ft. 2300 -

vii. Painting Job (Emulsion) Sq. Ft. 625 -

viii. Water tank, piping and fitting Lot 1 -

ix. Fire Rated Metal Door (3ft x 7ft) Sets 4 -

x. Table/Partition/Chairs for NOC Room

-

a. Corner Table (wooden) set 1 -

b. Executive Chair Pcs. 4 -

H. Civil & Furniture Works Sub-total -

I. Rodent Repellent System for DC Area, NOC Area, Electrical/Power Area, FFS Area

i. Rodent Repellent System with Master Controller 2 units and Transducers 14 units

Lot 1 -

I. Rodent Repellent System for DC Area, NOC Area, Electrical/Power Area, FFS Area Sub-Total

-

J. Water Leak Detection System:

Page 52 of 57

i. Water Leak Detection for 3 room: Water Leak Detection Sensor Cables for Server Room, Electrical/Power Room, NOC Room, the cable length should cover the room area & Accessories

Sets 1 -

J. Water Leak Detection System Sub-Total -

K. CCTV & NVR

i. IP Cameras Pcs. 16 -

ii. 32 Channel NVR (Network Video Recorder) with in built POE

Pcs. 1 -

iii. Hard Disk/Storage for 16 Camera for 6 Months storage

Pcs. 1 -

iv. Cabling & Accessories (Cabling using UTP Pure Copper Cat 6, Flexible Conduits, RJ 45 Connectors and Accessories)

Lot 1 -

v. LED TV of Size 52” for Displaying Information of DCIM with Mounting Kit to mount on wall

Set 1 -

L. CCTV & NVR Sub-Total -

L. Biometric Access Control for Metal Door

Biometric Access Control with Locks & Accessories

Lot 4 -

L. Biometric Access Control for Metal Door Sub-Total -

M. Wall Mount Air Conditioners

i. AC for NOC Room 1 Ton Pcs. 1 -

ii. AC For Electrical/Power Room 1 Ton Pcs. 2 -

iii. AC For Server/MDC Room 2 Ton Pcs. 2 -

M. Wall Mount Air Conditioners Sub-total -

N. Meet Me Room, Network Switches & Accessories

a. Meet Me Room Comprising following components

Lot 1 -

i. 24 Core Outdoor Armoured Single Mode Outdoor Fiber Cable

Mtrs. 150 -

Page 53 of 57

ii. 24 Fiber Optic Rack mount LIU, loaded with adapter plates, Splice Tray and Pigtail

Set 1 -

iii. SC to LC Patch Cord SM, 3 Mtrs Pcs. 20 -

iv. SC to SC Patch Cord SM, 3 Mtrs Pcs. 20 -

v. CAT6 U/UTP Patch Cord Pcs. 240 -

vi. CAT6 U/UTP Cable 305 Meter in a Box

Box 1 -

vii. 16 Port Media Converter chassis Pcs. 1 -

viii. Chassis Managd Media Converter Pair 4 -

ix. Wall Mount Racks: 9U(1U=44.45 mm) in Height x 550MM Width x 500MM Depth

Pcs. 3 -

b. Network Switch -

i. Link Switch Pcs. 2 -

ii. Core Switch Pcs. 2 -

iii. Rack Switch Pcs. 12 -

iv. Connectivity Accessories

Ethernet Patch Cord 5m Pcs. 240

Ethernet Patch Cord 3m Pcs. 30

Ethernet Patch Cord 10 M Pcs. 20

Fiber Patch Cord (SC-LC) 3m Pcs. 20

Fiber Patch Cord (SC-LC) 5m Pcs. 20

Multimode SFP 850nm 1G Pair 25

Singlemode SFP 1310/1550nm 1G Pair 20

Multimode SFP 850nm 10 BASE SFP+

Pair 12

Duplex Fiber Patch Cord 3m (for 1G) LC-LC

Pcs. 20

Duplex Fiber Patch Cord 5m (for 1G) LC-LC

Pcs. 20

Duplex Fiber Patch Cord 3m (for 10G) LC/PC-LC/PC-OM3-DX-3.0-PVC-3m

Pcs. 10

Duplex Fiber Patch Cord 5m (for 10G) ) LC/PC-LC/PC-OM3-DX-3.0-PVC-5m

Pcs. 10

24 Core Fiber meter 100

Copper SFP 1G Pcs. 36

Page 54 of 57

Optical SFP+ Pcs. 10

Full 24 Port ODF (Piktel, Connector, etc.)

Pcs. 1

Fiber Tiffin (24-Core) Pcs. 2

Fiber Patch Cord (SC-SC) 3m Pcs. 10

N. Meet Me Room, Network Switches & Accessories Sub- total -

O. Safety Signage

Safety & Warning Signs required for DC, Electrical/Power, NOC Rooms etc. and as required by Globally Based Data Centers

Lot 1 -

O. Safety Signage Sub-Total -

P. Capacity Building, Installation, Commissioning & Training

(i) Training and knowledge transfer as detailed in the Tech Specifications.

Lot 1 -

(ii) Installation and commissioning of entire project and tests

Lot 1 -

P. Capacity Building Sub-Total -

Total of items “A” to “P”

Value Added Tax @ 13%

Total Bid Price with VAT

Bidder’s Confirmation

The submitted offer is valid for Ninety (90) calendar days from the submission/closing date of the RFP.

Warranty: i) Warranty for all supplied items including workmanship will be 1 year from the date of UAT (User Acceptance Test). ii) Warranty for Link Switch, Core Switch, and Rack Switch will be 3 years from UAT. AMC Cost: i) After warranty, AMC Cost will be _________________(in % or in Amount) per year for the Intelligent Integrated Infrastructure/MDC. ii) After warranty, AMC Cost will be ___________________(in % or in Amount) per year for Link

Switch, Core Switch, and Rack Switch.

Spare Parts:

The list of Spare Parts and Price are provided as below:

Page 55 of 57

S.No. Spare Parts Unit Cost (NPR)

before VAT

1 NOVEC 1230 Gas Refilling Cost for proposed solution

2 40 KVA extra online UPS proposed

3 Fans of Precision Air Conditioners

4 Control Unit of Precision Air Conditioners

5 Compressor for Precision Air Conditioners

6 Refrigerant for Precision Air Conditioners

7 Air Filter for Generators (125KVA)

8 Oil Filter for Generators (25KVA)

9 Bidder need to add other critical spare parts list in the below

rows.

10

11

12

13

14

15

16

….n

Name:

Position:

Company Seal and Signature:

Page 56 of 57

Annex I – Format for Letter of Technical Bid

The Bidder must accomplish the Letter of Bid in its letterhead clearly showing the

complete name and address.

Date: YYYY/MM/DD

Supply, Delivery, Installation and Implementation of Intelligent Integrated Modular Data

Centre at Nepal Rastra Bank (Central Bank of Nepal)

To:

The Evaluation Committee

Louis Berger Group Inc- UK/Nepal Access to Finance/ Sakchyam

Kathmandu, Nepal

We, the undersigned, declare that we have examined and have no reservations to the Bidding

Documents, including Annexes and we offer to execute in conformity with the Bidding Document

requirements.

Our Bid consisting of the Technical Proposal and the Financial Proposal shall be valid for a period of

90 days from the date bid submission deadline in accordance with the Bidding Documents, and it shall

remain binding upon us and may be accepted at any time before the expiration of that period.

Our firm, its affiliates or subsidiaries, including any Subcontractors or Suppliers for any part of the

contract, has not been declared ineligible, under the Employer’s country laws or official regulations or

by an act of compliance with a decision of the United Nations Security Council.

We declare that we are solely responsible for the authenticity of the documents submitted by us. We

agree to permit the Proposer/Employer or its representative to inspect our accounts and records and other

documents relating to the bid submission and to have them audited by auditors appointed by the

Proposer/Employer.

If our Bid is accepted, we commit to mobilize key equipment and personnel in accordance with the

requirements set forth in the bid document or as otherwise agreed with the Proposer/Employer.

Name:

Position:

Company Seal and Signature:

Page 57 of 57

Annex II – Format for Letter of Financial Bid

The Bidder must accomplish the Letter of Bid in its letterhead clearly showing the complete name

and address.

Date: YYYY/MM/DD

Supply, Delivery, Installation and Implementation of Intelligent Integrated Modular Data

Centre at Nepal Rastra Bank (Central Bank of Nepal)

To:

The Evaluation Committee

Louis Berger Group Inc- UK/Nepal Access to Finance/ Sakchyam

Kathmandu, Nepal

We, the undersigned, declare that we have examined and have no reservations to the Bidding

Documents, including Annexes and we offer to execute in conformity with the Bidding Document

requirements.

The total price of our Bid, excluding the Value Added Tax (VAT) applicable at the time of delivery is

NPR………………………….. (NPR …………………………………………………). We have

offered the discount of NPR ……………. or ………% of bid price (excluding VAT).

We confirm that we have proposed to provide the warranty and service as specified in the bid document.

We also confirm that we shall offer the Annual Maintenance Service upon expiry of the warranty period

by signing a separate AMC contract and abide by the agreed Service Level Agreement (SLA). We have

also offered our AMC cost in the Financial Proposal.

This bid shall be valid for a period of 90 days from the date the bid submission deadline in accordance

with the Bidding Documents, and it shall remain binding upon us and may be accepted at any time

before the expiration of that period.

If our bid is accepted, we commit to obtain a performance security in accordance with the Bidding

Document. We understand that this bid, together with your written acceptance thereof included in your

notification of award, shall constitute a binding contract between us, until a formal contract is prepared

and executed.

We understand that you are not bound to accept the lowest evaluated bid or any other bid that you may

receive; and we declare that we are solely responsible for the authenticity of the documents submitted

by us.

Name:

Position:

Company Seal and Signature: