Вы находитесь на странице: 1из 607

Supply, Installation and Support of Servers, Network

Equipment, Data Centre Infrastructure and Related Software


MPPKVVCL, Indore (Discom - West)
and
MPPKVVCL, Jabalpur (Discom - East)

Bid Identification No: MD/WZ/06/PUR/ADB/ERP-03

Single-Stage: Two-Envelope Bidding Procedure

Issued on: 19-Oct-2012

Invitation for Bids No.: MD/WZ/06/PUR/ADB/ERP-03

ICB No.: MD/WZ/06/PUR/ADB/ERP-03.

Country: India

Purchaser:
M.P. Paschim Kshetra Vidyut Vitaran Company Limited, Indore

On behalf of:

M.P. Paschim Kshetra Vidyut Vitaran Company Limited, Indore


M.P. Poorv Kshetra Vidyut Vitaran Company Limited, Jabalpur
Preface
This Bidding Document for “Supply, Installation and Support of Servers, Network Equipment,
Data Centre Infrastructure and Related Software” has been prepared by Madhya Pradesh Paschim
Kshetra Vidyut Vitaran Company Limited, Indore (MPPKVVCL, Indore) on behalf of both the Discoms,
Madhya Pradesh Paschim Kshetra Vidyut Vitaran Company Limited, Indore and Madhya Pradesh
Poorv Kshetra Vidyut Vitaran Company Limited, Jabalpur and is based on the Standard Bidding
Document for the Procurement of Goods issued by the Asian Development Bank.

This document reflects the structure and the provisions of the Master Procurement Document
for the Procurement of Goods, except where specific considerations within the Asian Development
Bank have required a change.
Background 0-2

Table of Contents

Background .................................................................................................................................. 0-4

PART 1 – Bidding Procedures


Section I. Instructions to Bidders .............................................................................................. 1-1
Section II. Bid Data Sheet .......................................................................................................... 2-1
Section III. Evaluation and Qualification Criteria......................................................................... 3-1
Section IV. Bidding Forms ........................................................................................................... 4-1
Section V. Eligible Countries ...................................................................................................... 5-1

PART 2 – Supply Requirements


Section VI. Schedule of Supply ................................................................................................... 6-1

PART 3 – Conditions of Contract and Contract Forms


Section VII. General Conditions of Contract................................................................................. 7-1
Section VIII. Special Conditions of Contract.................................................................................. 8-1
Section IX. Contract Forms ......................................................................................................... 9-1

PART 4 – Annexure
Annexure I. Technical Requirement Specifications.................................................................... A1-1
Annexure II. List of Locations ...................................................................................................... A2-1
Annexure III. Tentative Quantity of Existing Hardware ................................................................ A3-1
Annexure IV. Service Level Agreement ....................................................................................... A4-1

MD/WZ/06/PUR/ADB/ERP-03
Background 0-3

Background Note
Background

Consequent to power sector reforms and regulations, the erstwhile Madhya Pradesh State Electricity
Board was unbundled into sector wise Companies as one generation company (MPGENCO), one
transmission company (MPTRANSCO), one trading company (MPTRADECO) and three distribution
companies (MP Paschim Kshetra Vidyut Vitaran Co. Ltd., Indore – West Discom, MP Poorv Kshetra
Vidyut Vitaran Co. Ltd., Jabalpur – East Discom and MP Madhya Kshetra Vidyut Vitaran Co. Ltd.,
Bhopal – Central Discom, respectively).

Madhya Pradesh Paschim Kshetra Vidyut Vitaran Company Ltd. (“MPPKVVCL, Indore”, also
st
called “West Discom”) was formed on 31 May 2002, as a result of unbundling of the Madhya
Pradesh State Electricity Board. West Discom is a Company wholly owned by the Government of
Madhya Pradesh and registered under the Companies Act, 1956. With the Gazette Notification dated
st
31 May ‘05, the company started its functioning independently with effect
st
from 1 June ‘05. As per notification the Discom is undertaking the Sub-
transmission & Distribution of Electricity under the area of 14 districts of
Indore and Ujjain Commissionaire in Madhya Pradesh in India, as
indicated in the table below. West Discom owns and manages retail
supply of electricity within its territory and is responsible for all activities
associated with distribution and retail supply of electricity, including
management of assets, operation and maintenance of network and
supply, technical and financial planning, business development,
management of human resources and legal and regulatory affairs.

Indore Region Ujjain Region


1. Indore City 5. Khandwa 9. Ujjain
2. Indore O & M 6. Khargone 10. Ratlam
3. Dhar 7. Badwani 11. Dewas
4. Jhabua 8. Burhanpur 12. Shajapur
13. Mandsaur
14. Neemuch

Circles are further divided into 104 divisions which are further subdivided into 389 distribution
centres. There are about 12,000 employees in the company serving a consumer base of more than
30 lakhs over an area of 77,021 sq. km spread in the 14 districts of Madhya Pradesh. The Discom
manages the sub-transmission and retail distribution of electricity through 199,829 km of HT and LT
lines, 945 sub-stations (33/11 kV), and 84,368 distribution transformers.

MD/WZ/06/PUR/ADB/ERP-03
Background 0-4

Madhya Pradesh Poorv Kshetra Vidyut Vitaran Company Limited (MPPKVVCL, Jabalpur, also
called ‘East Discom’) was incorporated as a Company wholly owned by the government of Madhva
Pradesh under the Companies Act. 1956 on 31 May ‘02 to undertake
activities of distribution and retail supply in the areas
covered by the commissionaires of Jabalpur, Sagar
and Rewa. The government of Madhya Pradesh
notified transfer scheme dated 31 May 2005. in which
the assets and liabilities of MPSEB in the Company’ s
area of operation have been provisionally transferred
st
to the Company. After the interim period from 1 July
st
2002 to 31 May 2001 the Company was carrying out
the business on behalf of MPSEB, under O&M
Agreement. The Company had started functioning
st
independently from 1 June 2005.

MPPKVVCL, Jabalpur is responsible for distribution and sale of electricity and management of assets
in its jurisdiction spread over 20 districts which are as under:

Jabalpur Region Sagar Region Rewa Region


1. Jabalpur 9. Sagar 14. Rewa
2. Katni 10. Damoh 15. Satna
3. Mandla 11. Tikanigarh 16. Sidhi
4. Seoni 12. Chhattaxpur 17. Shahdol
5. Narsingpur 13. Panna 18. Singrauli
6. Chhindwara 19. Anuppur
7. Dindon 20. Umaria
8. Balaghat

The main objective of the Company is to achieve efficiency gains and make necessary changes to
make the Company commercially viable, progressively self sustainable and less government
dependent and at the same time, balance the interest of the consumers with regards to quality of
service and economical tariff. The Company s plan includes among other things, metering, billing,
collection, identification of the present deficiencies and the improvements to be made, mapping
supply feeders, measurement of energy supplied to feeders and energy audit, study of losses and
scheme for progressive reduction, reduction in input costs, handling of consumer affairs, investments
required for improvements in the distribution system etc.

MD/WZ/06/PUR/ADB/ERP-03
PART 1 – Bidding Procedures
SECTION I

Instructions To Bidders (ITB)


Section I. Instructions to Bidders 1-1

Section I. Instructions to Bidders

Table of Clauses

A. General 1-3

1. Scope of Bid ........................................................................................................................... 1-3


2. Source of Funds ..................................................................................................................... 1-3
3. Corrupt Practices .................................................................................................................... 1-3
4. Eligible Bidders ....................................................................................................................... 1-4
5. Eligible Goods and Related Services ..................................................................................... 1-6

B. Contents of Bidding Document 1-6

6. Sections of the Bidding Document ........................................................................................ 1-6


7. Clarification of Bidding Document .......................................................................................... 1-7
8. Amendment of Bidding Document.......................................................................................... 1-7

C. Preparation of Bids 1-7

9. Cost of Bidding ....................................................................................................................... 1-7


10. Language of Bid ..................................................................................................................... 1-8
11. Documents Comprising the Bid .............................................................................................. 1-8
12. Bid Submission Sheets and Price Schedules ........................................................................ 1-9
13. Alternative Bids....................................................................................................................... 1-9
14. Bid Prices and Discounts........................................................................................................ 1-9
15. Currencies of Bid .................................................................................................................. 1-10
16. Documents Establishing the Eligibility of the Bidder ............................................................ 1-11
17. Documents Establishing the Eligibility of Goods and Related Services............................... 1-11
18. Documents Establishing the Conformity of the Goods and Related Services to the Bidding
Document ............................................................................................................................. 1-11
19. Documents Establishing the Qualifications of the Bidder..................................................... 1-11
20. Period of Validity of Bids....................................................................................................... 1-12
21. Bid Security........................................................................................................................... 1-12
22. Format and Signing of Bid .................................................................................................... 1-13

D. Submission and Opening of Bids 1-13

23. Sealing and Marking of Bids................................................................................................. 1-13

MD/WZ/06/PUR/ADB/ERP-03
1-2 Section I. Instructions to Bidders

24. Deadline for Submission of Bids .......................................................................................... 1-14


25. Late Bids .............................................................................................................................. 1-14
26. Withdrawal, Substitution, and Modification of Bids ............................................................. 1-14
27. Bid Opening ......................................................................................................................... 1-15

E. Evaluation and Comparison of Bids 1-17

28. Confidentiality....................................................................................................................... 1-17


29. Clarification of Bids .............................................................................................................. 1-17
30. Responsiveness of Technical Proposal .............................................................................. 1-17
31. Nonconformi-ties, Errors, and Omissions ............................................................................ 1-18
32. Preliminary Examination of Bids ......................................................................................... 1-19
33. Examination of Terms and Conditions; Technical Evaluation.............................................. 1-19
34. Conversion to Single Currency ............................................................................................ 1-19
35. Margin of Preference............................................................................................................ 1-20
36. Evaluation of Bids ................................................................................................................ 1-20
37. Comparison of Bids.............................................................................................................. 1-21
38. Post qualifi-cation of the Bidder ........................................................................................... 1-21
39. Purchaser’s Right to Accept Any Bid, and to Reject Any or All Bids ................................... 1-21

F. Award of Contract 1-21

40. Award Criteria ...................................................................................................................... 1-21


41. Purchaser’s Right to Vary Quantities at Time of Award....................................................... 1-21
42. Notification of Award ............................................................................................................ 1-21
43. Signing of Contract............................................................................................................... 1-22
44. Performance Security........................................................................................................... 1-22

MD/WZ/06/PUR/ADB/ERP-03
Section I. Instructions to Bidders 1-3

A. General
1. Scope of Bid 1.1 In support of the Invitation for Bids indicated in the Bid Data Sheet
(BDS), the Purchaser, as indicated in the BDS, issues this Bidding
Document for the supply of Goods and Related Services incidental
thereto as specified in Section VI, Schedule of Supply (SS). The
name, identification, and number of lots of the International
Competitive Bidding (ICB) are provided in the BDS.
1.2 Throughout this Bidding Document :
(a) the term “in writing” means communicated in written form with
proof of receipt;
(b) if the context so requires, singular means plural and vice
versa; and
(c) “day” means calendar day.
2. Source of Funds 2.1 The Borrower or Recipient (hereinafter called “Borrower”) indicated
in the BDS has applied for or received financing (hereinafter called
“funds”) from the Asian Development Bank (hereinafter called “the
ADB”) toward the cost of the project named in the BDS. The
Borrower intends to apply a portion of the funds to eligible payments
under the contract for which this Bidding Document is issued.
2.2 Payments by the ADB will be made only at the request of the
Borrower and upon approval by the ADB in accordance with the
terms and conditions of the financing agreement between the
Borrower and the ADB (hereinafter called the Loan Agreement), and
will be subject in all respects to the terms and conditions of that Loan
Agreement. No party other than the Borrower shall derive any rights
from the Loan Agreement or have any claim to the funds.
2.3 The Loan Agreement prohibits a withdrawal from the loan account
for the purpose of any payment to persons or entities, or for any
import of equipment, plant, or materials, if such payment or import is
prohibited by a decision of the United Nations Security Council taken
under Chapter VII of the Charter of the United Nations.
3. Corrupt 3.1 ADB’s Anticorruption Policy requires borrowers (including
Practices beneficiaries of ADB-financed activity), as well as bidders, suppliers,
and contractors under ADB-financed contracts, observe the highest
standard of ethics during the procurement and execution of such
contracts. In pursuance of this policy, the ADB:
(a) defines, for the purposes of this provision, the terms set forth
below as follows:
(i) “corrupt practice” means the offering, giving, receiving, or
soliciting, directly or indirectly, anything of value to influence
improperly the actions of another party;
(ii) “fraudulent practice” means any act or omission, including a
misrepresentation, that knowingly or recklessly misleads, or
attempts to mislead, a party to obtain a financial or other
benefit or to avoid an obligation;

MD/WZ/06/PUR/ADB/ERP-03
1-4 Section I. Instructions to Bidders

(iii) “coercive practice” means impairing or harming, or


threatening to impair or harm, directly or indirectly, any
party or the property of the party to influence improperly the
actions of a party;
(iv) “collusive practice” means an arrangement between two or
more parties designed to achieve an improper purpose,
including influencing improperly the actions of another
party;
(b) will reject a proposal for award if it determines that the bidder
recommended for award has, directly or through an agent,
engaged in corrupt, fraudulent, collusive, or coercive practices in
competing for the Contract;
(c) will cancel the portion of the financing allocated to a contract if it
determines at any time that representatives of the borrower or of
a beneficiary of ADB-financing engaged in corrupt, fraudulent,
collusive, or coercive practices during the procurement or the
execution of that contract, without the borrower having taken
timely and appropriate action satisfactory to ADB to remedy the
situation;
(d) will sanction a firm or an individual, at any time, in accordance
with ADB’s Anticorruption Policy and Integrity Principles and
Guidelines (both as amended from time to time), including
declaring ineligible, either indefinitely or for a stated period of
time, to participate in ADB-financed or ADB-administered
activities or to benefit from an ADB-financed or ADB-
administered contract, financially or otherwise, if it at any time
determines that the firm or individual has, directly or through an
agent, engaged in corrupt, fraudulent, collusive, or coercive or
other prohibited practices; and
(e) will have the right to require that a provision be included in
bidding documents and in contracts financed by ADB, requiring
bidders, suppliers and contractors to permit ADB or its
representative to inspect their accounts and records and other
documents relating to the bid submission and contract
performance and to have them audited by auditors appointed by
ADB.
3.2 Furthermore, Bidders shall be aware of the provision stated in Sub-
Clause 3.2 and Sub-Clause 35.1 (c) of the General Conditions of
Contract.
4. Eligible Bidders 4.1 A Bidder may be a natural person, private entity, government-owned
entity (subject to ITB Sub-Clause 4.5) or any combination of them
with a formal intent to enter into an agreement or under an existing
agreement in the form of a Joint Venture (JV). In the case of a JV:
(a) all parties to the JV shall be jointly and severally liable; and
(b) a JV shall nominate a Representative who shall have the
authority to conduct all businesses for and on behalf of any
and all the parties of the JV during the bidding process and, in
the event the JV is awarded the Contract, during contract

MD/WZ/06/PUR/ADB/ERP-03
Section I. Instructions to Bidders 1-5

execution.
4.2 A Bidder, and all parties constituting the Bidder, shall have the
nationality of an eligible country, in accordance with Section V,
Eligible Countries. A Bidder shall be deemed to have the nationality
of a country if the Bidder is a citizen or is constituted, or
incorporated, and operates in conformity with the provisions of the
laws of that country. This criterion shall also apply to the
determination of the nationality of proposed subcontractors or
suppliers for any part of the Contract including related services.
4.3 ADB considers a conflict of interest to be a situation in which a party
has interests that could improperly influence that party’s
performance of official duties or responsibilities, contractual
obligations, or compliance with applicable laws and regulations, and
that such conflict of interest may contribute to or constitute a
prohibited practice under ADB's Anticorruption Policy. In pursuance
of ADB's Anticorruption Policy’s requirement that Borrowers
(including beneficiaries of ADB-financed activity), as well as bidders,
suppliers, and contractors under ADB-financed contracts, observe
the highest standard of ethics. ADB will take appropriate actions,
which include not financing of the contract, if it determines that a
conflict of interest has flawed the integrity of any procurement
process. Consequently all Bidders found to have a conflict of interest
shall be disqualified. A Bidder may be considered to be in a conflict
of interest with one or more parties in this bidding process if,
including but not limited to:
(a) have controlling shareholders in common; or
(b) receive or have received any direct or indirect subsidy from
any of them; or
(c) have the same legal representative for purposes of this Bid; or
(d) have a relationship with each other, directly or through
common third parties, that puts them in a position to have
access to information about or influence on the Bid of another
Bidder, or influence the decisions of the Purchaser regarding
this bidding process; or
(e) a Bidder participates in more than one bid in this bidding
process. Participation by a Bidder in more than one Bid will
result in the disqualification of all Bids in which it is involved.
However, this does not limit the inclusion of the same
subcontractor, not otherwise participating as a Bidder, in more
than one bid; or
(f) a Bidder or any of its affiliates participated as a consultant in
the preparation of the design or technical specifications of the
goods and services that are the subject of the bid.
4.4 A firm shall not be eligible to participate in any procurement activities
under an ADB-financed or ADB-supported project while under
sanction by ADB pursuant to its Anticorruption Policy (see ITB 3),
whether such sanction was directly imposed by ADB, or imposed by
ADB pursuant to the Agreement for Mutual Enforcement of

MD/WZ/06/PUR/ADB/ERP-03
1-6 Section I. Instructions to Bidders

Debarment Decisions. A bid from a sanctioned or cross-debarred


firm will be rejected.
4.5 Government-owned enterprises in the Purchaser’s country shall be
eligible only if they can establish that they are legally and financially
autonomous and operate under commercial law, and that they are
not a dependent agency of the Purchaser.
4.6 Bidders shall provide such evidence of their continued eligibility
satisfactory to the Purchaser, as the Purchaser shall reasonably
request.
4.7 Firms shall be excluded if by an act of compliance with a decision of
the United Nations Security Council taken under Chapter VII of the
Charter of the United Nations, the Borrower’s country prohibits any
import of goods or contracting of works or services from that country
or any payments to persons or entities in that country.
5. Eligible Goods 5.1 All goods and related services to be supplied under the Contract and
and Related financed by the ADB, shall have as their country of origin an eligible
Services country of the ADB (see Section V, Eligible Countries).
5.2 For purposes of this Clause, the term “goods” includes commodities,
raw material, machinery, equipment, and industrial plants; and
“related services” includes services such as insurance, installation,
training, and initial maintenance.
5.3 The term “country of origin” means the country where the goods
have been mined, grown, cultivated, produced, manufactured, or
processed; or through manufacture, processing, or assembly,
another commercially recognized article results that differs
substantially in its basic characteristics from its imported
components.
5.4 The nationality of the firm that produces, assembles, distributes, or
sells the goods shall not determine their origin.
5.5 If so required in the BDS, a Bidder that does not manufacture or
produce the Goods it offers to supply shall submit the Manufacturer’s
Authorization using the form included in Section V, Bidding Forms to
demonstrate that it has been duly authorized by the manufacturer or
producer of the Goods to supply these Goods in the Purchaser’s
country.
B. Contents of Bidding Document
6. Sections of the 6.1 The Bidding Document consist of Parts 1, 2, and 3, which include all
Bidding the Sections indicated below, and should be read in conjunction with
Document any Addenda issued in accordance with ITB Clause 8.
PART 1 Bidding Procedures
 Section I. Instructions to Bidders (ITB)
 Section II. Bid Data Sheet (BDS)
 Section III. Evaluation and Qualification Criteria
 Section IV. Bidding Forms

MD/WZ/06/PUR/ADB/ERP-03
Section I. Instructions to Bidders 1-7

 Section V. Eligible Countries


PART 2 Supply Requirements
 Section VI. Schedule of Supply
PART 3 Contract
 Section VII. General Conditions of Contract (GCC)
 Section VIII. Special Conditions of Contract (SCC)
 Section IX. Contract Forms
6.2 The Invitation for Bids issued by the Purchaser is not part of the
Bidding Document.
6.3 The Purchaser is not responsible for the completeness of the
Bidding Document and its addenda, if they were not obtained directly
from the Purchaser.
6.4 The Bidder is expected to examine all instructions, forms, terms, and
specifications in the Bidding Document. Failure to furnish all
information or documentation required by the Bidding Document
may result in the rejection of the Bid.
7. Clarification of 7.1 A prospective Bidder requiring any clarification of the Bidding
Bidding Document shall contact the Purchaser in writing at the Purchaser’s
Document address indicated in the BDS. The Purchaser will respond in writing
to any request for clarification, provided that such request is received
no later than twenty-one (21) days prior to the deadline for
submission of Bids. The Purchaser shall forward copies of its
response to all Bidders who have acquired the Bidding Document
directly from it, including a description of the inquiry but without
identifying its source. Should the Purchaser deem it necessary to
amend the Bidding Document as a result of a clarification, it shall do
so following the procedure under ITB Clause 8 and Sub-Clause
24.2.
8. Amendment of 8.1 At any time prior to the deadline for submission of the Bids, the
Bidding Purchaser may amend the Bidding Document by issuing addenda.
Document
8.2 Any addendum issued shall be part of the Bidding Document and
shall be communicated in writing to all who have obtained the
Bidding Document directly from the Purchaser.
8.3 To give prospective Bidders reasonable time in which to take an
addendum into account in preparing their Bids, the Purchaser may,
at its discretion, extend the deadline for the submission of the Bids,
pursuant to ITB Sub-Clause 24.2

C. Preparation of Bids

9. Cost of Bidding 9.1 The Bidder shall bear all costs associated with the preparation and
submission of its Bid, and the Purchaser shall not be responsible or
liable for those costs, regardless of the conduct or outcome of the
bidding process.

MD/WZ/06/PUR/ADB/ERP-03
1-8 Section I. Instructions to Bidders

10. Language of Bid 10.1 The Bid, as well as all correspondence and documents relating to
the Bid exchanged by the Bidder and the Purchaser, shall be written
in the language specified in the BDS. Supporting documents and
printed literature that are part of the Bid may be in another language
provided they are accompanied by an accurate translation of the
relevant passages in the language specified in the BDS, in which
case, for purposes of interpretation of the Bid, such translation shall
govern.
11. Documents 11.1 The Bid shall comprise two envelopes submitted simultaneously,
Comprising the one containing the Technical Proposal and the other the Price
Bid Proposal, enclosed together in an outer single envelope.
11.2 Initially, only the Technical Proposals are opened at the address,
date and time specified in ITB Sub-Clause 27.1. The Price Proposals
remain sealed and are held in custody by the Purchaser. The
Technical Proposals are evaluated by the Purchaser. No
amendments or changes to the Technical Proposals are permitted.
Bids with Technical Proposals which do not conform to the specified
requirements will be rejected as deficient Bids.
11.3 Price Proposals of technically compliant Bids are opened in public at
a date and time advised by the Purchaser. The Price Proposals are
evaluated and the Contract is awarded to the Bidder whose Bid has
been determined to be the lowest evaluated substantially responsive
Bid.
11.4 The Technical Proposal shall contain the following :
(a) Technical Proposal Submission Sheet;
(b) Bid Security, in accordance with ITB Clause 21;
(c) alternative Technical Proposal, if permissible, in accordance
with ITB Clause 13;
(d) written confirmation authorizing the signatory of the Bid to
commit the Bidder, in accordance with ITB Clause 22;
(e) documentary evidence in accordance with ITB Clause 16
establishing the Bidder’s eligibility to bid;
(f) documentary evidence in accordance with ITB Clause 17, that
the Goods and Related Services to be supplied by the Bidder
are of eligible origin;
(g) documentary evidence in accordance with ITB Clauses 18 and
30, that the Goods and Related Services conform to the
Bidding Document;
(h) documentary evidence in accordance with ITB Clause 19
establishing the Bidder’s qualifications to perform the contract
if its Bid is accepted; and
(i) any other document required in the BDS.
11.5 The Price Proposal shall contain the following :
(a) Price Proposal Submission Sheet and the applicable Price

MD/WZ/06/PUR/ADB/ERP-03
Section I. Instructions to Bidders 1-9

Schedules, in accordance with ITB Clauses 12, 14, and 15;


(b) alternative Price Proposal corresponding to the alternative
Technical Proposal, if permissible, in accordance with ITB
Clause 13; and
(c) any other document required in the BDS.
12. Bid Submission 12.1 The Bidder shall submit the Technical Proposal and the Price
Sheets and Proposal using the appropriate Submission Sheets furnished in
Price Schedules Section IV, Bidding Forms. These forms must be completed without
any alterations to their format, and no substitutes shall be accepted.
All blank spaces shall be filled in with the information requested.

12.2 The Bidder shall submit, as part of the Price Proposal, the Price
Schedules for Goods and Related Services, according to their origin
as appropriate, using the forms furnished in Section IV, Bidding
Forms.
13. Alternative Bids 13.1 Unless otherwise indicated in the BDS, alternative bids shall not be
considered.
14. Bid Prices and 14.1 The prices and discounts quoted by the Bidder in the Price Proposal
Discounts Submission Sheet and in the Price Schedules shall conform to the
requirements specified below.
14.2 All items in the Schedule of Supply must be listed and priced
separately in the Price Schedules. If a Price Schedule shows items
listed but not priced, their prices shall be assumed to be included in
the prices of other items. Items not listed in the Price Schedule shall
be assumed not to be included in the Bid, and provided that the Bid
is substantially responsive, the corresponding adjustment shall be
applied in accordance with ITB Sub-Clause 31.3
14.3 The price to be quoted in the Price Proposal Submission Sheet
excluding any discounts offered.
14.4 The Bidder shall quote any unconditional discounts and the
methodology for their application in the Price Proposal Submission
Sheet.
14.5 The terms EXW, CIF, CIP, and other similar terms shall be governed
by the rules prescribed in the current edition of Incoterms, published
by The International Chamber of Commerce, at the date of the
Invitation for Bids or as specified in the BDS.
14.6 Prices proposed in the Price Schedule Forms for Goods and Related
Services, shall be disaggregated, when appropriate, as indicated in
this sub-clause. This disaggregation shall be solely for the purpose
of facilitating the comparison of Bids by the Purchaser. This shall
not in any way limit the Purchaser’s right to contract on any of the
terms offered:
(a) For Goods offered from within the Purchaser’s country:
(i) the price of the goods quoted EXW (ex works, ex
factory, ex warehouse, ex showroom, or off-the-shelf, as
applicable), including all customs duties and sales and
other taxes already paid or payable on the components

MD/WZ/06/PUR/ADB/ERP-03
1-10 Section I. Instructions to Bidders

and raw material used in the manufacture or assembly


of goods quoted ex works or ex factory, or on the
previously imported goods of foreign origin quoted ex
warehouse, ex showroom, or off-the-shelf;
(ii) sales tax and all other taxes applicable in the
Purchaser’s country and payable on the Goods if the
Contract is awarded to the Bidder; and
(iii) the total price for the item.
(b) For Goods offered from outside the Purchaser’s country:
(i) the price of the goods quoted CIF (named port of
destination), or CIP (border point), or CIP (named place
of destination), in the Purchaser’s country, as specified
in the BDS;
(ii) the price of the goods quoted FOB port of shipment (or
FCA, as the case may be), if specified in the BDS.
(iii) the total price for the item.
(c) For Related Services:
(i) the local currency cost component of each item
comprising the Related Services; and
(ii) the foreign currency cost component of each item
comprising the Related Services,
inclusive of all custom duties, sales and other similar taxes
applicable in the Purchaser’s country, payable on the Related
Services, if the Contract is awarded to the Bidder
14.7 Prices quoted by the Bidder shall be fixed during the Bidder’s
performance of the Contract and not subject to variation on any
account, unless otherwise specified in the BDS. A Bid submitted with
an adjustable price quotation shall be treated as nonresponsive and
shall be rejected, pursuant to ITB Clause 30. However, if in
accordance with the BDS, prices quoted by the Bidder shall be
subject to adjustment during the performance of the Contract, a Bid
submitted with a fixed price quotation shall not be rejected, but the
price adjustment shall be treated as zero.
14.8 If so indicated in ITB Sub-Clause 1.1, Bids are being invited for
individual contracts (lots) or for any combination of contracts
(packages), Bidders wishing to offer any price reduction for the
award of more than one Contract shall specify in their Price
Proposals the price reductions applicable to each package, or
alternatively, to individual Contracts within the package. Price
reductions or discounts shall be submitted in accordance with ITB
Sub-Clause 14.4, provided the Price Proposals for all lots are
submitted and opened at the same time.
15. Currencies of 15.1 Bid prices shall be quoted in the following currencies:
Bid
(a) Bidders may express their bid price in any fully convertible
currency. If a Bidder wishes to be paid in a combination of
amounts in different currencies, it may quote its price

MD/WZ/06/PUR/ADB/ERP-03
Section I. Instructions to Bidders 1-11

accordingly but shall use no more than three currencies in


addition to the currency of the Purchaser’s country.
(b) If some of the expenditures for the Related Services are to be
incurred in the borrowing country, such expenditures should be
expressed in the Bid and will be payable in the Purchaser’s
currency.
16. Documents 16.1 To establish their eligibility in accordance with ITB Clause 4, Bidders
Establishing the shall:
Eligibility of the
Bidder (a) complete the eligibility declarations in the Bid Submission
Sheet, included in Section IV, Bidding Forms; and
(b) if the Bidder is an existing or intended JV in accordance with
ITB Sub-Clause 4.1, submit a copy of the JV Agreement, or a
letter of intent to enter into such an Agreement. The respective
document shall be signed by all legally authorized signatories
of all the parties to the existing or intended JV, as appropriate.
17. Documents 17.1 To establish the eligibility of the Goods and Related Services, in
Establishing the accordance with ITB Clause 5, Bidders shall complete the country of
Eligibility of origin declarations in the Price Schedule Forms, included in Section
Goods and IV, Bidding Forms.
Related
Services

18. Documents 18.1 To establish the conformity of the Goods and Related Services to
Establishing the the Bidding Document, the Bidder shall furnish as part of its
Conformity of Technical Proposal the documentary evidence specified in Section
the Goods and VI, Schedule of Supply.
Related
Services to the 18.2 The documentary evidence may be in the form of literature, drawings
Bidding or data, and shall consist of a detailed description of the essential
Document technical and performance characteristics of the Goods and Related
Services, demonstrating substantial responsiveness of the Goods
and Related Services to those requirements, and if applicable, a
statement of deviations and exceptions to the provisions of Section
VI, Schedule of Supply.
18.3 The documentary evidence may be in the form of literature, drawings
or data, and shall consist of a detailed description of the essential
technical and performance characteristics of the Goods and Related
Services, demonstrating substantial responsiveness of the Goods
and Related Services to those requirements, and if applicable, a
statement of deviations and exceptions to the provisions of Section
VI, Schedule of Supply.
18.4 Standards for workmanship, process, material, and equipment, as
well as references to brand names or catalogue numbers specified
by the Purchaser in the Schedule of Supply, are intended to be
descriptive only and not restrictive. The Bidder may offer other
standards of quality, brand names, and/or catalogue numbers,
provided that it demonstrates, to the Purchaser’s satisfaction, that
the substitutions ensure substantial equivalence or are superior to
those specified in the Schedule of Supply.
19. Documents 19.1 To establish its qualifications to perform the Contract, the Bidder

MD/WZ/06/PUR/ADB/ERP-03
1-12 Section I. Instructions to Bidders

Establishing the shall submit as part of its Technical Proposal the evidence indicated
Qualifications of for each qualification criteria specified in Section III, Evaluation and
the Bidder Qualification Criteria.
19.2 If so required in the BDS, a Bidder that does not manufacture or
produce the Goods it offers to supply shall submit the Manufacturer’s
Authorization using the form included in Section IV, Bidding Forms to
demonstrate that it has been duly authorized by the manufacturer or
producer of the Goods to supply these Goods in the Purchaser’s
country.
19.3 If so required in the BDS, a Bidder that does not conduct business
within the Purchaser’s Country shall submit evidence that it will be
represented by an Agent in the country equipped and able to carry
out the Supplier’s maintenance, repair and spare parts-stocking
obligations prescribed in the Conditions of Contract and/or Technical
Specifications.
20. Period of 20.1 Bids shall remain valid for the period specified in the BDS after the
Validity of Bids bid submission deadline date prescribed by the Purchaser. A Bid
valid for a shorter period shall be rejected by the Purchaser as
nonresponsive.
20.2 In exceptional circumstances, prior to the expiration of the bid
validity period, the Purchaser may request Bidders to extend the
period of validity of their Bids. The request and the responses shall
be made in writing. If a Bid Security is requested in accordance with
ITB Clause 21, it shall also be extended for a corresponding period.
A Bidder may refuse the request without forfeiting its Bid Security. A
Bidder granting the request shall not be required or permitted to
modify its Bid.
21. Bid Security 21.1 Unless otherwise specified in the BDS, the Bidder shall furnish as
part of its bid, in original form, either a Bid Securing Declaration or a
Bid Security as specified in the BDS. In the case of a Bid Security,
the amount shall be as specified in the BDS.
21.2 If a Bid-Securing Declaration is specified pursuant to ITB 21.1 the
Bidder shall use the form included in Section IV, Bidding Forms.
21.3 The Bid Security shall be, at the Bidder’s option, in any of the
following forms:
(a) a bank guarantee;
(b) an irrevocable letter of credit; or
(c) a cashier’s or certified check;
all from a reputable bank from an eligible country. In case of a a
bank guarantee, the Bid Security shall be submitted using the Bid
Security Form included in Section IV, Bidding Forms, or another
form acceptable to the Purchaser. The form must include the
complete name of the Bidder. The Bid Security shall be valid for
twenty-eight days (28) beyond the end of the validity period of the
bid. This shall also apply if the period for bid validity is extended.
21.4 If a bid Security is required in accordance with ITB Sub-Clause 21.1,
any Bid not accompanied by a substantially responsive Bid Security

MD/WZ/06/PUR/ADB/ERP-03
Section I. Instructions to Bidders 1-13

in accordance with ITB Sub-Clause 21.2, shall be rejected by the


Purchaser as nonresponsive.
21.5 The Bid Security of unsuccessful Bidders shall be returned as
promptly as possible upon the successful Bidder furnishing the
Performance Security pursuant to ITB 43 and ITB Clause 44.
21.6 The Bid Security of the successful Bidder shall be returned as
promptly as possible once the successful Bidder has signed the
Contract and furnished the required Performance Security.

21.7 The Bid Security may be forfeited or the Bid-Securing Declaration


executed:
(a) if a Bidder withdraws its Bid during the period of bid validity as
specified in ITB Clause 20.1, except as provided in ITB Sub-
Clause 20.2; or
(b) if the successful Bidder fails to :
(i) sign the Contract in accordance with ITB Clause 43;
(ii) furnish a Performance Security in accordance with ITB
Clause 44; or
(iii) accept the correction of its Bid Price pursuant to ITB
Clause 31.
21.8 The Bid Security of a JV must be in the name of the JV that submits
the bid. If the JV has not been legally constituted at the time of
bidding, the Bid Security shall be in the names of all future partners
as named in the letter of intent mentioned in ITB Sub-Clause 16.1.
22. Format and 22.1 The Bidder shall prepare one original of the Technical Proposal and
Signing of Bid one original of the Price Proposal as described in ITB Clause 11 and
clearly mark each “ORIGINAL - TECHNICAL PROPOSAL” and
“ORIGINAL - PRICE PROPOSAL”. In addition, the Bidder shall
submit copies of the Technical Proposal and the Price Proposal, in
the number specified in the BDS and clearly mark them “COPY
NO… - TECHNICAL PROPOSAL” and “COPY NO…. - PRICE
PROPOSAL”. In the event of any discrepancy between the original
and the copies, the original shall prevail.
22.2 The original and all copies of the Bid shall be typed or written in
indelible ink and shall be signed by a person duly authorized to sign
on behalf of the Bidder. This authorization shall consist of a written
confirmation as specified in the BDS and shall be attached to the
Bid. The name and position held by each person signing the
authorization must be typed or printed below the signature. All
pages of the Bid, except for unamended printed literature, shall be
signed or initialled by the person signing the Bid.
22.3 Any interlineations, erasures, or overwriting shall be valid only if they
are signed or initialled by the person signing the Bid.
D. Submission and Opening of Bids
23. Sealing and 23.1 The Bidder shall enclose the original of the Technical Proposal, the

MD/WZ/06/PUR/ADB/ERP-03
1-14 Section I. Instructions to Bidders

Marking of Bids original of the Price Proposal, and each copy of the Technical
Proposal and each copy of the Price Proposal, including alternative
bids, if permitted in accordance with ITB Clause 13, in separate
sealed envelopes, duly marking the envelopes as “ORIGINAL -
TECHNICAL PROPOSAL”, “ORIGINAL - PRICE PROPOSAL” and
“COPY NO… - TECHNICAL PROPOSAL” and “COPY NO…. -
PRICE PROPOSAL”, as appropriate. These envelopes containing
the original and the copies shall then be enclosed in one single
envelope.
23.2 The inner and outer envelopes shall:
(a) bear the name and address of the Bidder;
(b) be addressed to the Purchaser in accordance with ITB Sub-
Clause 24.1; and
(c) bear the specific identification of this bidding process indicated
in the BDS.

23.3 The outer envelopes and the inner envelopes containing the
Technical Proposals shall bear a warning not to open before the time
and date for the opening of Technical Proposals, in accordance with
ITB Sub-Clause 27.1.
23.4 The inner envelopes containing the Price Proposals shall bear a
warning not to open until advised by the Purchaser in accordance
with ITB Sub-Clause 27.2.
23.5 If all envelopes are not sealed and marked as required, the
Purchaser will assume no responsibility for the misplacement or
premature opening of the bid.
23.6 Alternative Bids, if permissible in accordance with ITB Clause 13,
shall be prepared, sealed, marked, and delivered in accordance
with the provisions of ITB Clauses 22 and 23, with the inner
envelopes marked in addition “ALTERNATIVE NO….” as
appropriate

24. Deadline for 24.1 Bids must be received by the Purchaser at the address and no later
Submission of than the date and time indicated in the BDS.
Bids
24.2 The Purchaser may, at its discretion, extend the deadline for the
submission of Bids by amending the Bidding Document in
accordance with ITB Clause 8, in which case all rights and
obligations of the Purchaser and Bidders previously subject to the
deadline shall thereafter be subject to the deadline as extended.
25. Late Bids 25.1 The Purchaser shall not consider any Bid that arrives after the
deadline for submission of Bids, in accordance with ITB Clause 24.
Any Bid received by the Purchaser after the deadline for submission
of Bids shall be declared late, rejected, and returned unopened to
the Bidder.
26. Withdrawal, 26.1 A Bidder may withdraw, substitute, or modify its Bid after it has been
Substitution, submitted by sending a written Notice, duly signed by an authorized
and Modification representative, and shall include a copy of the authorization in

MD/WZ/06/PUR/ADB/ERP-03
Section I. Instructions to Bidders 1-15

of Bids accordance with ITB Sub-Clause 22.2 (except that withdrawal


notices do not require copies). The corresponding substitution or
modification of the bid must accompany the respective written
notice. All Notices must be:
(a) submitted in accordance with ITB Clauses 22 and 23 (except
that Withdrawal Notices do not require copies), and in addition,
the respective inner and outer envelopes shall be clearly
marked “Withdrawal,” “Substitution,” “Modification”; and
(b) received by the Purchaser prior to the deadline prescribed for
submission of bids, in accordance with ITB Clause 24.
26.2 Bids requested to be withdrawn in accordance with ITB Sub-Clause
26.1 shall be returned unopened to the Bidders.
26.3 No Bid shall be withdrawn, substituted, or modified in the interval
between the deadline for submission of bids and the expiration of the
period of bid validity specified in ITB Clause 20.1 or any extension
thereof.
27. Bid Opening 27.1 The Purchaser shall conduct the opening of Technical Proposals in
the presence of Bidders’ representatives who choose to attend, at
the address, date and time specified in the BDS.
27.2 The Price Proposals will remain unopened and will be held in
custody of the Purchaser until the time of opening of the Price
Proposals. The date, time, and location of the opening of Price
Proposals will be advised in writing by the Purchaser. If the
Technical Proposal and the Price Proposal are submitted together in
one envelope, the Purchaser may reject the Bid. Alternatively, the
Price Proposal may be immediately resealed for later evaluation.
27.3 First, envelopes marked “WITHDRAWAL” shall be opened, read out,
and recorded, and the envelope containing the corresponding Bid
shall not be opened, but returned to the Bidder. No Bid shall be
withdrawn unless the corresponding Withdrawal Notice contains a
valid authorization to request the withdrawal and is read out and
recorded at bid opening.
27.4 Next, outer envelopes marked “SUBSTITUTION” shall be opened.
The inner envelopes containing the Substitution Technical Proposal
and/or Substitution Price Proposal shall be exchanged for the
corresponding envelopes being substituted, which are to be returned
to the Bidder unopened. Only the Substitution Technical Proposal, if
any, shall be opened, read out, and recorded. Substitution Price
Proposals will remain unopened in accordance with ITB Sub-Clause
27.2. No envelope shall be substituted unless the corresponding
Substitution Notice contains a valid authorization to request the
substitution and is read out and recorded at bid opening.
27.5 Next, outer envelopes marked “MODIFICATION” shall be opened.
No Technical Proposal and/or Price Proposal shall be modified
unless the corresponding Modification Notice contains a valid
authorization to request the modification and is read out and
recorded at the opening of Technical Proposals. Only the Technical
Proposals, both Original as well as Modification, are to be opened,

MD/WZ/06/PUR/ADB/ERP-03
1-16 Section I. Instructions to Bidders

read out, and recorded at the opening. Price Proposals, both


Original as well as Modification, will remain unopened in accordance
with ITB Sub-Clause 27.2.
27.6 All other envelopes holding the Technical Proposals shall be opened
one at a time, and the following read out and recorded :
(a) the name of the Bidder;
(b) whether there is a modification or substitution;
(c) the presence of a Bid Security, if required; and
(d) any other details as the Purchaser may consider appropriate.
Only Technical Proposals and alternative Technical Proposals read
out and recorded at bid opening shall be considered for evaluation.
No Bid shall be rejected at the opening of Technical Proposals
except for late bids, in accordance with ITB Sub-Clause 25.1.
27.7 The Purchaser shall prepare a record of the opening of Technical
Proposals that shall include, as a minimum: the name of the Bidder
and whether there is a withdrawal, substitution, modification, or
alternative offer; and the presence or absence of a Bid Security, if
one was required. The Bidders’ representatives who are present
shall be requested to sign the record. The omission of a Bidder’s
signature on the record shall not invalidate the contents and effect of
the record. A copy of the record shall be distributed to all Bidders.
27.8 At the end of the evaluation of the Technical Proposals, the
Purchaser will invite bidders who have submitted substantially
responsive Technical Proposals and who have been determined as
being qualified for award to attend the opening of the Price
Proposals. The date, time, and location of the opening of Price
Proposals will be advised in writing by the Purchaser. Bidders shall
be given reasonable notice of the opening of Price Proposals.
27.9 The Purchaser will notify Bidders in writing who have been rejected
on the grounds of being substantially non-responsive to the
requirements of the Bidding Document and return their Price
Proposals unopened.
27.10 The Purchaser shall conduct the opening of Price Proposals of all
Bidders who submitted substantially responsive Technical
Proposals, in the presence of Bidders` representatives who choose
to attend at the address, date and time specified by the Purchaser.
The Bidder’s representatives who are present shall be requested to
sign a register evidencing their attendance.
27.11 All envelopes containing Price Proposals shall be opened one at a
time and the following read out and recorded :
(a) the name of the Bidder
(b) whether there is a modification or substitution;
(c) the Bid Prices, including any discounts and alternative offers;
and

MD/WZ/06/PUR/ADB/ERP-03
Section I. Instructions to Bidders 1-17

(d) any other details as the Purchaser may consider appropriate.


Only Price Proposals discounts, and alternative offers read out and
recorded during the opening of Price Proposals shall be considered
for evaluation. No Bid shall be rejected at the opening of Price
Proposals.
27.12 The Purchaser shall prepare a record of the opening of Price
Proposals that shall include, as a minimum: the name of the Bidder,
the Bid Price (per lot if applicable), any discounts, and alternative
offers. The Bidders’ representatives who are present shall be
requested to sign the record. The omission of a Bidder’s signature
on the record shall not invalidate the contents and effect of the
record. A copy of the record shall be distributed to all Bidders.
E. Evaluation and Comparison of Bids

28. Confidentiality 28.1 Information relating to the examination, evaluation, comparison, and
post qualification of Bids, and recommendation of contract award,
shall not be disclosed to Bidders or any other persons not officially
concerned with such process until information on Contract award is
communicated to all Bidders.
28.2 Any attempt by a Bidder to influence the Purchaser in the
examination, evaluation, comparison, and post qualification of the
Bids or Contract award decisions may result in the rejection of its
Bid.
28.3 Notwithstanding ITB Sub-Clause 28.2, from the time of opening the
Technical Proposals to the time of Contract award, if any Bidder
wishes to contact the Purchaser on any matter related to the bidding
process, it should do so in writing.
29. Clarification of 29.1 To assist in the examination, evaluation, comparison and post-
Bids qualification of the Bids, the Purchaser may, at its discretion, ask any
Bidder for a clarification of its Bid. Any clarification submitted by a
Bidder that is not in response to a request by the Purchaser shall not
be considered. The Purchaser’s request for clarification and the
response shall be in writing. No change in the prices or substance
of the Bid shall be sought, offered, or permitted, except to confirm
the correction of arithmetic errors discovered by the Purchaser in the
evaluation of the Price Proposals, in accordance with ITB Clause 31.
30. Responsiveness 30.1 The Purchaser’s determination of the responsiveness of a Technical
of Technical Proposal is to be based on the contents of the Technical Proposal
Proposal itself.
30.2 A substantially responsive Technical Proposal is one that conforms
to all the terms, conditions, and specifications of the Bidding
Document without material deviation, reservation, or omission. A
material deviation, reservation, or omission is one that:
(a) affects in any substantial way the scope, quality, or
performance of the Goods and Related Services specified in
the Contract; or
(b) limits in any substantial way, inconsistent with the Bidding

MD/WZ/06/PUR/ADB/ERP-03
1-18 Section I. Instructions to Bidders

Document, the Purchaser’s rights or the Bidder’s obligations


under the Contract; or
(c) if rectified would unfairly affect the competitive position of other
Bidders presenting substantially responsive Technical
Proposals.
30.3 If a Technical Proposal is not substantially responsive to the Bidding
Document, it shall be rejected by the Purchaser and may not
subsequently be made responsive by the Bidder by correction of the
material deviation, reservation, or omission.
31. Nonconformi- 31.1 Provided that a Technical Proposal is substantially responsive, the
ties, Errors, and Purchaser may waive any non-conformity or omission in the Bid that
Omissions does not constitute a material deviation.
31.2 Provided that a Technical Proposal is substantially responsive, the
Purchaser may request that the Bidder submit the necessary
information or documentation, within a reasonable period of time, to
rectify nonmaterial, nonconformities or omissions in the Technical
Proposal related to documentation requirements. Such omission
shall not be related to any aspect of the Price Proposal of the Bid.
Failure of the Bidder to comply with the request may result in the
rejection of its Bid.
31.3 Provided that a Technical Proposal is substantially responsive, the
Purchaser will rectify nonmaterial nonconformities or omissions. To
this effect, the Bid Price shall be adjusted during evaluation of Price
Proposals, for comparison purposes only, to reflect the price of the
missing or non-conforming item or component. The adjustment shall
be made using the method indicated in Section III, Evaluation and
Qualification Criteria.
31.4 Provided that the Technical Proposal is substantially responsive, the
Purchaser will correct arithmetical errors during evaluation of Price
Proposals on the following basis:
(a) if there is a discrepancy between the unit price and the total
price that is obtained by multiplying the unit price and quantity,
the unit price shall prevail and the total price shall be
corrected, unless in the opinion of the Purchaser there is an
obvious misplacement of the decimal point in the unit price, in
which case the total price as quoted shall govern and the unit
price shall be corrected;
(b) if there is an error in a total corresponding to the addition or
subtraction of subtotals, the subtotals shall prevail and the total
shall be corrected; and
(c) if there is a discrepancy between words and figures, the
amount in words shall prevail, unless the amount expressed in
words is related to an arithmetic error, in which case the
amount in figures shall prevail subject to (a) and (b) above.
31.5 If the Bidder that submitted the lowest evaluated Bid does not accept
the correction of errors, its Bid shall be disqualified and its Bid
Security may be forfeited, or its bid securing declaration shall be

MD/WZ/06/PUR/ADB/ERP-03
Section I. Instructions to Bidders 1-19

executed.
32. Preliminary 32.1 The Purchaser shall examine the Technical Proposal to confirm that
Examination all documents and technical documentation requested in ITB Sub-
of Bids Clause 11.4 have been provided, and to determine the
completeness of each document submitted.
32.2 The Purchaser shall confirm that the following documents and
information have been provided in the Technical Proposal. If any of
these documents or information is missing, the offer shall be
rejected.
(a) Technical Proposal Submission Sheet in accordance with ITB
Sub-Clause 12.1;
(b) written confirmation of authorization to commit the Bidder;
(c) Bid Security, if applicable; and
(d) Manufacturer’s Authorization, if applicable.
32.3 Likewise, following the opening of Price Proposals, the Purchaser
shall examine the Price Proposals to confirm that all documents and
financial documentation requested in ITB Sub-Clause 11.5 have
been provided, and to determine the completeness of each
document submitted.
32.4 The Purchaser shall confirm that the following documents and
information have been provided in the Price Proposal. If any of
these documents or information is missing, the offer shall be
rejected.
(a) Price Proposal Submission Sheet in accordance with ITB Sub-
Clause 12.1; and
(b) Price Schedules, in accordance with ITB Clauses 12, 14, and
15.
33. Examination of 33.1 The Purchaser shall examine the Bids to confirm that all terms and
Terms and conditions specified in the GCC and the SCC have been accepted
Conditions; by the Bidder without any material deviation or reservation.
Technical
Evaluation

33.2 The Purchaser shall evaluate the technical aspects of the Bid
submitted in accordance with ITB Clause 18, to confirm that all
requirements specified in Section VI, Schedule of Supply of the
Bidding Document have been met without any material deviation or
reservation.
33.3 If, after the examination of the terms and conditions and the
technical evaluation, the Purchaser determines that the Technical
Proposal is not substantially responsive in accordance with ITB
Clause 30, it shall reject the Bid.
34. Conversion to 34.1 For evaluation and comparison of Price Proposals, the Purchaser
Single Currency shall convert all bid prices expressed in the amounts in various
currencies into a single currency, using the selling exchange rates

MD/WZ/06/PUR/ADB/ERP-03
1-20 Section I. Instructions to Bidders

established by the source and on the date specified in the BDS.


35. Margin of 35.1 Unless otherwise specified in the BDS, a margin of preference shall
Preference not apply.
36. Evaluation of 36.1 The Purchaser shall evaluate Price Proposals of each Bid for which
Bids the Technical Proposal has been determined to be substantially
responsive.
36.2 To evaluate a Price Proposal, the Purchaser shall only use all the
criteria and methodologies defined in this Clause and in Section III,
Evaluation and Qualification Criteria. No other criteria or
methodology shall be permitted.
36.3 To evaluate a Price Proposal, the Purchaser shall consider the
following:
(a) the Bid Price;
(b) price adjustment for correction of arithmetic errors in
accordance with ITB Sub-Clause 31.4;
(c) price adjustment due to discounts offered in accordance with
ITB Sub-Clause 14.4;
(d) application of all the evaluation factors indicated in Section III,
Evaluation and Qualification Criteria.
36.4 In the calculation of the evaluated cost of the Bids, the Purchaser
shall exclude and not take into account:
(a) in the case of Goods and Related Services offered from within
the Purchaser’s country, all sales tax and all other taxes,
applicable in the Purchaser’s country and payable on the
Goods if the Contract is awarded to the Bidder;
(b) in the case of Goods and Related Services offered from
outside the Purchaser’s country, all customs duties, sales tax,
and other taxes, applicable in the Purchaser’s country and
payable on the Goods if the Contract is awarded to the Bidder;
and
(c) any allowance for price adjustment during the period of
performance of the Contract, if provided in the Bid.
36.5 The Purchaser’s cost evaluation of a Bid may require the
consideration of other factors, in addition to the Bid Price quoted in
accordance with ITB Clause 14. These factors may be related to the
characteristics, performance, and terms and conditions of purchase
of the Goods and Related Services. The factors selected, if any,
shall be expressed in monetary terms to facilitate comparison of the
Bids, unless otherwise specified in Section III, Evaluation and
Qualification Criteria. The factors to be used and the methodology
of application shall be as indicated in Section III, Evaluation and
Qualification Criteria.
36.6 If this Bidding Document allows Bidders to quote separate prices for
different lots, and the award to a single Bidder of multiple lots, the
methodology of evaluation to determine the lowest evaluated lot

MD/WZ/06/PUR/ADB/ERP-03
Section I. Instructions to Bidders 1-21

combinations, including any discounts offered in the Bid Submission


Sheet, is as specified in Section III, Evaluation and Qualification
Criteria.
37. Comparison of 37.1 The Purchaser shall compare all substantially responsive bids to
Bids determine the lowest-evaluated bid, in accordance with ITB Clause
36.
38. Post qualifi- 38.1 The Purchaser shall determine to its satisfaction during the
cation of the evaluation of Technical Proposals whether Bidders are qualified to
Bidder perform the Contract satisfactorily.

38.2 The determination shall be based upon an examination of the


documentary evidence of the Bidder’s qualifications submitted by the
Bidder, pursuant to ITB Clause 19, to clarifications in accordance
with ITB Clause 29 and the qualification criteria indicated in Section
III, Evaluation and Qualification Criteria. Factors not included in
Section III, Evaluation and Qualification Criteria shall not be used in
the evaluation of the Bidder’s qualification.
38.3 An affirmative determination shall be a prerequisite for the opening
and evaluation of a Bidder’s Price Proposal. A negative
determination shall result into the disqualification of the Bid, in which
event the Purchaser shall return the unopened Price Proposal to the
Bidder.
39. Purchaser’s 39.1 The Purchaser reserves the right to accept or reject any Bid, and to
Right to Accept annul the bidding process and reject all Bids at any time prior to
Any Bid, and to Contract award, without thereby incurring any liability to the Bidders.
Reject Any or
All Bids
F. Award of Contract

40. Award Criteria 40.1 The Purchaser shall award the Contract to the Bidder whose offer
has been determined to be the lowest evaluated Bid and is
substantially responsive to the Bidding Document, provided further
that the Bidder has remained qualified to perform the Contract
satisfactorily.
40.2 A Bid shall be rejected if the qualification criteria as specified in
Section III, Evaluation and Qualification Criteria are no longer met by
the Bidder whose offer has been determined to be the lowest
evaluated Bid. In this event the Purchaser shall proceed to the next
lowest evaluated Bid to make a similar reassessment of that Bidder’s
capabilities to perform satisfactorily.
41. Purchaser’s 41.1 At the time the Contract is awarded, the Purchaser reserves the right
Right to Vary to increase or decrease the quantity of Goods and Related Services
Quantities at originally specified in Section VI, Schedule of Supply, provided this
Time of Award does not exceed the percentages indicated in the BDS, and without
any change in the unit prices or other terms and conditions of the Bid
and the Bidding Document.
42. Notification of 42.1 Prior to the expiration of the period of bid validity, the Purchaser
Award shall notify the successful Bidder, in writing, that its Bid has been
accepted. At the same time, the Purchaser shall also notify all other

MD/WZ/06/PUR/ADB/ERP-03
1-22 Section I. Instructions to Bidders

Bidders of the results of the bidding.


42.2 Until a formal Contract is prepared and executed, the notification of
award shall constitute a binding Contract.
42.3 The Purchaser will publish in an English language newspaper or
well-known freely accessible website the results identifying the bid
and lot numbers and the following information: (i) name of each
Bidder who submitted a Bid; (ii) bid prices as read out at bid
opening; (iii) name and evaluated prices of each Bid that was
evaluated; (iv) name of bidders whose bids were rejected and the
reasons for their rejection; and (v) name of the winning Bidder, and
the price it offered, as well as the duration and summary scope of
the contract awarded. After publication of the award, unsuccessful
bidders may request in writing to the Purchaser for a debriefing
seeking explanations on the grounds on which their bids were not
selected. The Purchaser shall promptly respond in writing to any
unsuccessful Bidder who, after Publication of contract award,
requests a debriefing.
43. Signing of 43.1 Promptly after notification, the Purchaser shall send to the
Contract successful Bidder the Agreement and the Special Conditions of
Contract.

43.2 Within twenty-eight (28) days of receipt of the Agreement, the


successful Bidder shall sign, date, and return it to the Purchaser.
44. Performance 44.1 Within twenty-eight (28) days of the receipt of notification of award
Security from the Purchaser, the successful Bidder shall furnish the
Performance Security in accordance with the GCC, using for that
purpose the Performance Security Form included in Section IX,
Contract Forms, or another form acceptable to the Purchaser.
44.2 Failure of the successful Bidder to submit the above-mentioned
Performance Security or sign the Contract shall constitute sufficient
grounds for the annulment of the award and forfeiture of the Bid
Security. In that event the Purchaser may award the Contract to the
next lowest evaluated Bidder whose offer is substantially responsive
and is determined by the Purchaser to be qualified to perform the
Contract satisfactorily.

MD/WZ/06/PUR/ADB/ERP-03
SECTION II
Bid Data Sheet (BDS)
Section II. Bid Data Sheet 2-1

Section II. Bid Data Sheet


A. Introduction

ITB 1.1 The number of the Invitation for Bids is: MD/WZ/06/PUR/ADB/ERP-03
ITB 1.1 The Purchaser is: Madhya Pradesh Paschim Kshetra Vidyut Vitaran Company Ltd.,
Indore, MP, India.

On behalf of:

1) Madhya Pradesh Paschim Kshetra Vidyut Vitaran Company Ltd., (MPPKVVCL,


Indore), GPH Compound, Pologround, Indore, MP, India

2) Madhya Pradesh Poorv Kshetra Vidyut Vitaran Company Ltd., (MPPKVVCL,


Jabalpur), Block No.7, Shakti Bhawan, Rampur, Jabalpur, MP, India.

However, on completion of the selection process, the contract with the selected bidder
will be signed separately by the two Discoms as mentioned above.
ITB 1.1 The name of the ICB is: “Supply, Installation and Support of Servers, Network
Equipment, Data Centre Infrastructure and Related Software”.

The identification number of the ICB is: MD/WZ/06/PUR/ADB/ERP- 03

The number and identification of lots comprising this ICB is: One(1)
ITB 2.1 The Borrower is: Government of India
ITB 2.1 The name of the Project is: “Supply, Installation and Support of Servers, Network
Equipment, Data Centre Infrastructure and Related Software”.
ITB 5.5 The Bidder is required to include with its Bid, documentation from the Manufacturer of
the Goods, that it has been duly authorized to supply and support, in the Purchaser’s
country, the Goods indicated in its Bid (Section IV, Form 6).

B. Bidding Document

ITB 7.1 A Pre-bid meeting will be organized to provide clarifications sought by the bidders.
A form (Form 17 of Section IV) is provided in this regard, so that queries received
four days prior to the pre-bid meeting may be clarified during the pre-bid meeting.

The representatives (maximum two) must carry authorisation letter from the Bidder
to attend Pre-Bid meeting.
Venue for the Pre-bid meeting:
Madhya Pradesh Paschim Kshetra Vidyut Vitaran Company Ltd.,
GPH Compound, Pologround, Indore, MP, India.
st
Floor/Room number: Conference Hall, 1 Floor, MD’s Office
City: Indore, Madhya Pradesh
Country: INDIA

MD/WZ/06/PUR/ADB/ERP-03
2-2 Section II. Bid Data Sheet

Date: 05-Nov-2012
Time: 14:00 Hrs
For clarification purposes only, the Purchaser’s address is:
Attention: Chief Engineer (Corporate Office)
Street Address: Madhya Pradesh Paschim Kshetra Vidyut Vitaran Company Ltd,
GPH Compound, Pologround,
st
Floor/Room number: 1 Floor
City: Indore, Madhya Pradesh
ZIP Code: 452003
Country: India
Telephone: (0731) 2421345
Facsimile number: (0731) 2421345
Email: - mppkvvcl.erp@gmail.com

C. Preparation of Bids

ITB 10.1 The language of the Bid is: English

ITB 11.4 (i) The Bidder shall submit with its Technical Proposal the following additional documents:

Response to Qualification Criteria

The Response to Qualification Criteria shall consist of:

a) A Forwarding Letter indicating the submission of the Bid. The letter should be signed
by an authorized person holding the Power of Attorney.

b) Power of Attorney in original.

c) JV agreement and authorization in favour of the JV representative, if applicable.

d) Response to the Qualification Criteria given in Section III along with supporting
documents with duly filled template provided in the bidding document.

Techno-Commercial Bid

This part of the bid shall include:

a) Profile of the Bidder (as per format in Section IV)


b) Offered Product literature and support details.
c) Compliance of BOQ, Schedule of Supply and Annexure-I with duly filled template as
provided in the bidding document.
d) All relevant forms and documents as per the tender requirement

The domain / scope of work division between the JV members has to be clearly defined
and submitted by the JV representative – duly signed and accepted by the JV members.

ITB 13.1 Alternative Bids shall not be permitted

ITB 14.7 The prices quoted by the Bidder shall be: Fixed during the Bidder’s performance of the
contract and not subject to variation on any account

MD/WZ/06/PUR/ADB/ERP-03
Section II. Bid Data Sheet 2-3

ITB 14.8 Not Applicable

ITB 20.1 The bid validity period shall be 120 working days from the date of submission of bid

ITB 21.1 Bid Security shall be required.

The amount and currency of the bid security shall be: INR 4,000,000 or US$ 72000 only
(from a scheduled Commercial Bank as per second schedule of Reserve Bank of India,
Act 1934) or for an equivalent amount in freely convertible international currency from a
reputable bank having corresponding bank in India.

ITB 22.1 In addition to the original Bid, the number of hard copies to be submitted is 2 (two). The
original and the hard copies of the bid shall be submitted along with the respective
softcopies in CDROMs. Additionally, Compliance of Qualification Criteria, Scope of
Work, Technical Specification and Price-bid should include the duly filled in excel
template available with the tender document.

Any discrepancy noticed between the hard copy and soft copy, the hard copy will
prevail. Any discrepancy between the Original Bid and any of other two Hard copies, the
original copy will prevail.

ITB 22.2 The written confirmation of Authorization to sign on behalf of the Bidder shall consist of:

Notarized power of Attorney in the format as prescribed in Section IV

D. Submission and Opening of Bids

ITB 23.2 (c) The identification of this bidding process is: MD/WZ/06/PUR/ADB/ERP-03

ITB 24.1 For bid submission purposes only, the Purchaser’s address is :
Attention: Chief Engineer (Corporate Office)
Street Address: Madhya Pradesh Paschim Kshetra Vidyut Vitaran Company Ltd,
GPH Compound, Pologround,
st
Floor/Room number: 1 Floor
City: Indore, Madhya Pradesh
ZIP Code: 452003
Country: India
Telephone: (0731) 2421345
Facsimile number: (0731) 2421345
Email: mppkvvcl.erp@gmail.com
ITB 24.1 The deadline for bid submission is: Date: 10-Dec-2012 Time: 14:30Hrs

ITB 27.1 The bid opening shall take place at:


Street Address: Madhya Pradesh Paschim Kshetra Vidyut Vitaran Company Ltd,
GPH Compound, Pologround,
Floor/Room number: Conference Hall, 1st Floor, MD’s Office
City: Indore, Madhya Pradesh
ZIP Code: 452003
Country: India
Telephone: (0731) 2421345

MD/WZ/06/PUR/ADB/ERP-03
2-4 Section II. Bid Data Sheet

Facsimile number: (0731) 2421345


Date: 10-Dec-2012
Time: 15:00 Hrs

E. Evaluation, and Comparison of Bids

ITB 34.1 For evaluation and comparison of Price Proposals, the purchaser shall convert all bid
prices expressed in various currencies into Indian Rupees only

The source of the selling exchange rate shall be: T.T. selling rate declared by State
Bank of India.

The date for the selling exchange rate shall be: Date of bid opening
ITB 35.1 A margin of preference shall not apply.

F. Award of Contract

ITB 41.1 The maximum percentage is 20% (twenty percentage)

MD/WZ/06/PUR/ADB/ERP-03
SECTION III

Evaluation and Qualification Criteria


Section III. Evaluation and Qualification Criteria 3-1

Section III. Evaluation and Qualification Criteria

Table of Clauses

A. Evaluation..............................................................................................................................3-2

1. Overview of the procedure ..................................................................................................... 3-2


2. Stage 1 – Response to Qualification Criteria ......................................................................... 3-3
3. Stage 2 –Compliance of Technical Criteria ............................................................................ 3-3
4. Stage 3 – Financial Evaluation ............................................................................................... 3-3

B. Qualification of the Bidder...................................................................................................3-4

5. Eligibility.................................................................................................................................. 3-4
6. Pending Litigation ................................................................................................................... 3-5
7. Financial Situation .................................................................................................................. 3-6
8. Experience.............................................................................................................................. 3-7
9. Key Personnel and Proposed Human Resources................................................................ 3-12

MD/WZ/06/PUR/ADB/ERP-03
3-2 Section III. Evaluation and Qualification Criteria

A. Evaluation
1. Overview of the 1.1 The procedure for evaluation of the bids shall be as follows:
procedure
(a) Correction of errors:
All non-conformities, errors and omissions in proposals will be corrected
in accordance with clause ITB 31 of Section 1.

(b) (i) Economic Evaluation:


“If the price of any item is quoted on inclusive basis without mentioning
CST/VAT/Entry tax/ any other tax/duties/levies/charges etc in price
schedule are kept blank, the quoted price would be considered for
evaluation and comparison purpose. Entire tax liability for such items
shall be borne by the Bidder.
(ii) Quantifiable Deviations and Omissions

The cost of all quantifiable nonmaterial nonconformities or omissions


shall be evaluated as follows:

a) To this effect, the Bid Price shall be adjusted for comparison


purposes only, to reflect the price of missing or non-conforming item
or component, by other price equal to highest unit rate quoted for
the same Item(s) by other bidders. However, if there is only one bid,
the rate of that missing item(s) as estimated by the employer would
be taken and bid price shall be adjusted for evaluation and
comparison purposes only. In case of award of contract, the
successful bidder shall supply missing item(s) free of cost as
indicated in the original BOQ including quantity variations as per the
bidding document and the entire tax liability for such item(s) shall be
borne by successful bidder.

b) If there is any discrepancy in the unit of measurement of item(s), the


BOQ unit of measurement will prevail and accordingly unit rate will
be applied for the purpose of evaluation and payment.

c) The bid price for the items for which quantities have been indicated
as lump sum or lot or set would be taken into account for evaluation
purposes and It shall be the responsibility of the bidders to pay all
statutory taxes, duties and levies to the concerned authorities for
such items.

(c) Evaluation Procedure and Criteria: As mentioned in Section-3 of the bid


document, evaluation of the bids will be done as per Single-Stage : Two-
Envelope Bidding Procedure as follows:
 Technical Bid Evaluation
Stage-1. Response to Qualification Criteria
Stage-2. Compliance to Technical Criteria.

MD/WZ/06/PUR/ADB/ERP-03
Section III. Evaluation and Qualification Criteria 3-3

 Stage-3. Financial Bid Evaluation (In accordance of ITB 36, 37 & 38)

2. Stage 1 – 2.1 This shall be evaluated based on the qualification criteria as mentioned in
Response to
‘B. Qualification of Bidders’. Only those bidders who meet all the
Qualification
Criteria qualification criteria shall be considered for Stage 2 of the evaluation.
Bidders who fail to comply with any of the qualification criteria mentioned
below shall be termed as disqualified. Further evaluation shall not be
carried out for disqualified Bidders.
3. Stage 2 – 3.1 The following shall be considered:
Compliance of
Technical (a) The Bidder’s technical solutions as proposed in their bid shall be
Criteria evaluated based on the compliance to the requirements
specified in the Scope of Work (Section VI) and Annexure I of
the Bidding Document. Bidder is required to provide details of
the proposed solution adopting the evaluation framework
provided in this section of the bidding document.

(b) The Purchaser may undertake clarifications from the Bidder. The
primary function of clarification in the evaluation process is to
clarify ambiguities and uncertainties, if any, that may arise during
the evaluation of bids.

(c) Bidders who fail to comply with any of the technical criteria shall
be termed as disqualified. Further evaluation shall not be carried
out for disqualified Bidders.

4. Stage 3 – 4.1 This is the final stage of evaluation and shall determine the Economic /
Financial
Financial Criteria of the Bidders. Only those Bidders who qualify the Stage
Evaluation
2 evaluation shall be considered for Stage 3 evaluation and only their
Price Bids shall be opened.
4.2 The price bid shall be evaluated based on the total prices excluding all
taxes, duties and levies quoted for seven (7) years period (including
Supply, Installation, 4 years of mandatory support period and 3 years of
extended support period which is optional to Purchaser but binding upon
the bidder).

4.3 The purchaser shall award the Contract to the Bidder whose financial
proposal has been determined to be the lowest in accordance to clause
4.2 above. However, the contract Price shall be as per the price quoted
for supply, installation and four (4) years of mandatory support period with
option to the purchaser for three years of extended support (FMS, AMC
and ATS) at the quoted rate for the commence period in the bid.

MD/WZ/06/PUR/ADB/ERP-03
3-4 Section III. Evaluation and Qualification Criteria

B. Qualification of the Bidder


5. Eligibility Bidders shall demonstrate they are qualified to bid as part of the bidding process. The detailed forms are found in
Section IV, Bidding Forms.

Criteria Compliance Requirements Documents


Joint Venture
At least Submission
Requirement Single Entity All partners
Each partner One Requirements
combined
partner
5.1 Nationality
Must meet Must meet Must meet Not Form 1 with attachments
Nationality in accordance with ITB 4.2.
requirement requirement requirement Applicable if required.
5.2 Conflict of Interest
No- conflicts of interest as described in ITB Must meet Must meet Must meet Not Form 1 with attachments
4.3. requirement requirement requirement Applicable if required.
5.3 ADB Eligibility
Not having been declared ineligible by the Must meet Must meet Must meet Not Form 1 with attachments
Bank as described in ITB 4.4. requirement requirement requirement Applicable if required.
5.4 Government-owned Entity
Must meet Must meet Must meet Not Form 9 with attachments
Compliance with conditions of ITB 4.5
requirement requirement requirement Applicable if required.
5.5 UN Eligibility
Not having been excluded as a result of the
Borrower’s country laws or official regulations, Must meet Must meet Must meet Not Form 1 with attachments
or by an act of compliance with UN Security requirement requirement requirement Applicable if required.
Council resolution.

MD/WZ/06/PUR/ADB/ERP-03
Section III. Evaluation and Qualification Criteria 3-5

6. Pending Litigation
Criteria Compliance Requirement Document
Joint Venture
All Submission
Requirement Single Entity At least One
partners Each Partner Requirement
Partner
combined
6.1 Pending Litigation
Must meet
All pending litigation shall in total not Must meet
requirement by
represent more than 50% of the Bidder’s Not requirement by itself Not
itself or as partner Form 11
net worth and shall be treated as Applicable or as partner to past Applicable
to past or existing
resolved against the Bidder. or existing JV
JV

MD/WZ/06/PUR/ADB/ERP-03
3-6 Section III. Evaluation and Qualification Criteria

7. Financial Situation
Criteria Compliance Requirement Document
Joint Venture
Submission
Requirement Single Entity All partners Each At least One Requirement
combined Partner Partner
7.1 Financial Capability
Submission of audited balance sheets or if not
required by the law of the bidder’s country, other
financial statements acceptable to the Purchaser,
for the last three (3) years to demonstrate the
Must meet Not Must meet Form 12 with
current soundness of the bidders financial position Not Applicable
requirement Applicable requirement attachments
and its prospective long term profitability. As a
minimum, a Bidder’s net worth calculated as the
difference between total assets and total liabilities
should be positive for each year.
7.2 Average Annual Turnover

The Bidder should have annual turnover of Form 13


Each partner
minimum INR200 Million or US$ 3.60 Million for the Lead Partner
must meet
preceding last three financial years (from similar Must meet Must meet Must meet 60% Annual audited
25% of the
activities) i.e. for year 2009-10, 2010-11 and 2011- requirement requirement of the Accounts for FY
requirement
12. For the year 2011-12, the CA certified Balance requirement 09-10, FY 10-11,
Sheet will be acceptable FY 11-12.

7.3 The Bidder must demonstrate access to, or availability of, financial resources such as liquid assets, unencumbered real assets, lines of
credit, and other financial means, other than any contractual advance payments to meet cash flow requirement of INR 25 million or
US$ 0.45 million for this contract and shall also substantiate that it can meet the overall cash flow requirement for all of its current
works commitment(s) including this contract.

MD/WZ/06/PUR/ADB/ERP-03
Section III. Evaluation and Qualification Criteria 3-7

8. Experience
Criteria Compliance Requirements Documents
Joint Venture
Submission
Requirement Single Entity All partners At least One
Each partner Requirements
combined partner
8.1 General Experience

Experience under contracts in the role of lead


Must meet Must meet Relevant documentary
contractor, for at least last Five (5) years prior N/A N/A
requirements requirements evidence
to the bid submission deadline.

8.2 Specific Experience – JV representative


Presence in India
Bidders should have Registered Office in India
Must meet Must meet Relevant documentary
or Undertaking by bidders to open its Office in N/A N/A
requirements requirements evidence
India.
Experience of Supply, installation of Server and Networking equipment for Data Centre

Completion Certificates
Bidder should have completed at least Three from clients on client
At least one
(3) projects in last Five (5) Years includes letterhead & Relevant
Must meet partner must
supply and installation of Server and Network N/A N/A document to proof
requirements meet
equipment of total value INR 150 Million or desired
requirements
US$ 2.71 Million. scope/quantum/value of
work.
Bidder should have experience of completing
at least Two (2) projects (at least one in India)
in last Five (5) years for
installation/commissioning/integration of:- Completion Certificates
Data Centre (Level Tier-II or above) IT from clients on client
JV
infrastructure with Disaster Recovery letterhead & Relevant
Must meet representative
implementation including supply of Servers, N/A N/A document to proof
requirements must meet
Network Equipment, Installation and System desired
requirements
Integration. scope/quantum/value of
work.
Note: Bidder's Data Centre used for in-
house/sister concern purpose shall not be
considered. Hosted Data Centre facilities /

MD/WZ/06/PUR/ADB/ERP-03
3-8 Section III. Evaluation and Qualification Criteria

services provided to other clients (excluding in-


house/sister concern) may be considered.
Experience to build Data Centre Infrastructure
Bidder / Named Sub Contractor should have
successfully commissioned and installed Data
Centre Facilities (Physical infrastructure,
Power, Cooling, Security equipment etc.) for at
least three (3) Data Centre within last five (5)
years of total value INR 30 million or US$ 0.54
million. Completion Certificates
Note:- from clients on client
 Total value will be considered excluding letterhead & Relevant
Must meet Must meet
the prices of Servers / Computers / N/A N/A document to proof
requirements requirements
Hardware / Software / Applications. desired
 Only Data Centre of level Tier-II or above scope/quantum/value of
will be considered. work.
 Bidder's Data Centre used for in-
house/sister concern purpose shall not be
considered. Hosted Data Centre facilities /
services provided to other clients
(excluding in-house/sister concern) may be
considered.
Experience to Design, implementation and support of WAN
Bidder / Named Sub Contractor should have
experience within last Five (5) years of Design, Completion Certificates
implementation and support (minimum one from clients on client
year) for at least:- letterhead & Relevant
Must meet Must meet
1. One project including 200 WAN nodes or N/A N/A document to proof
requirements requirements
2. Two projects each including 100 WAN nodes desired
or scope/quantum/value of
3. Three projects each including 75 WAN work.
nodes
Experience of Facility Management Services for Data Centre
Bidder should have experience of at least One JV Work
Must meet
(1) year within last five (5) years for providing N/A N/A representative Completion/Experience
requirements
the support on Data Centre equipment (like must meet Certificates from clients

MD/WZ/06/PUR/ADB/ERP-03
Section III. Evaluation and Qualification Criteria 3-9

servers, network, SAN) and Data Centre requirements on client letterhead &
Facility related services (like Power, cooling, Relevant document to
Physical Security etc.), for at least two (2) Data proof desired
Centre. scope/quantum/value of
work.
Or

Bidder should have experience of at least Two


(2) years within last five (5) years for providing
the support on Data Centre equipment (like
servers, network, SAN) and Data Centre
Facility related services (like Power, cooling,
Physical Security etc.), for at least one (1) Data
Centre.
Note: Bidder's Data Centre used for in-
house/sister concern purpose shall not be
considered. Hosted Data Centre facilities /
services provided to other clients (excluding in-
house/sister concern) may be considered

Experience of Annual Maintenance and Help Desk Services

Bidder / Named Sub Contractor should have


Work
experience in providing AMC services of at
Completion/Experience
least One (1) year within last Five (5)Years for
Certificates from clients
at least:
Must meet Must meet on client letterhead &
N/A N/A
requirements requirements Relevant document to
1. 1000 desktop and/or laptops at multiple
proof desired
locations in a single Project OR
scope/quantum/value of
2. 750 desktop and/or laptops at multiple
work.
locations in each two Projects.
Bidder /Named Sub Contractor should have
Work
experience in providing AMC services of at
Completion/Experience
least One (1) year within last Five (5) Years for
Certificates from clients
at least:
Must meet Must meet on client letterhead &
N/A N/A
requirements requirements Relevant document to
1. 200 Laser printers at multiple locations in a
proof desired
single Project OR
scope/quantum/value of
2. 150 Laser printers at multiple locations in
work.
each two Projects.

MD/WZ/06/PUR/ADB/ERP-03
3-10 Section III. Evaluation and Qualification Criteria

Bidder /Named Sub Contractor should have


implemented and maintain at least two (2)
Service Desk / Help Desk Services for Data Work
Centre Management including implementation Completion/Experience
of EMS/NMS solution with SLA monitoring, Certificates from clients
Network Monitoring, Server & Database Must meet Must meet on client letterhead &
N/A N/A
Monitoring, PCs, Printers, Power Equipment requirements requirements Relevant document to
monitoring and support for at least within last proof desired
Five (5) years. scope/quantum/value of
Bidder should have maintained the said work.
Service Desk/Help Desk Services for minimum
one year.
Strength of IT Resource Available
Certificate from bidders
Bidder must have at least 100 IT-Infrastructure
HR Department for
Services employees on its payroll, out of which
Must meet Must meet number of Technically
at least 20 employees should have more than N/A N/A
requirements requirements qualified professionals
five (5) years of experience of working in data
employed by the
centre environment.
company.
Bidder should have at least Four (4) ITIL
certified Help Desk Managers on its payroll, Must meet Must meet Certificate from Bidder
N/A N/A
who have managed Help Desk team of at least requirements requirements HR department
ten (10) agents.

OEM Authorization and Quality Certification

Authorization letter from


OEMs (Bidder should
The bidder/Named Sub Contractor shall be the
submit and undertaking
OEM/ OEM certified or authorized
from OEM(s) to assure
agent/reseller/partner for the solution offered. Must meet Must meet
N/A N/A the authorization and
OEMs Authorization for Servers/ Network- requirements requirements
support for Seven (7)
equipment/ UPS/ GENSET/ PAC/ CAC are
years for the
required.
supply/services related
to that OEM).
Lead bidder must have valid ISO 9001:2008 Must meet Must meet
N/A N/A Attach copy of certificate
certification. requirements requirements

MD/WZ/06/PUR/ADB/ERP-03
Section III. Evaluation and Qualification Criteria 3-11

Lead bidder should have valid Information Must meet Must meet
N/A N/A Attach copy of certificate
Security ISO 27001 certificate requirements requirements

8.3 Specific Experience – OEMs

OEMs (Servers/ Network equipment/ UPS/


Delivery and Support
GENSET / PAC/ CAC) should have experience Must meet
Must meet confirmation Certificates
of at least five (5) years in Indian Market for requirements N/A N/A
requirements from clients on client
supply and support of Server, networking,
letterhead
power equipment etc.
OEMs (Servers/ Network equipment/ UPS/
Must meet Must meet
GENSET/ PAC/ CAC) should have customer N/A N/A Attach relevant proof
requirements requirements
care centre in India for technical support.

Note: i. Years of Experiences will be calculated with reference to date of bid opening.
ii. Company Auditor Certificate will be considered for the proof of Value of Work.

MD/WZ/06/PUR/ADB/ERP-03
3-12 Section III. Evaluation and Qualification Criteria

9. Key Personnel and Proposed Human Resources

The bidder must meet all the requirements mentioned in the below table. There should be no deviation in the requirement and bidder must
provide the documentary evidence as a proof of the requirements. This information is to be entered on Form 22 and 23 found in Section IV
Bidding Forms.

Note: Requirement of key personnel as given below will be required separately for both Discom. Bidder is required to submit Two (2) sets of
team details and each set contains following details.

Position Required Minimum Minimum Minimum Qualification Certification Document


resource Work project in experience
and training
(in no.) experience similar in similar
role role
(in years)
(in years)
BE/MCA/MBA/PGDBM/MSc
Project Manager 1 8 2 5 IT/MSc Computer Science
or equivalent
BE/MCA/MSc IT/MSc
Data Centre
1 6 3 4 Computer Science or
Design Expert
equivalent
BE/MCA/MSc IT/MSc Relevant certification
Oracle Database
1 5 2 3 Computer Science or for database
Administrator Section IV
equivalent administration
- Form
System and BE/MCA/MSc-IT/MSc Unix/RHCE certified 22 and 23
Storage Computer Science/BSc with certification in
1 5 2 3
Administrator Computer Science/BCA or storage administration
Unix/Linux equivalent
BE/MCA/MSc-IT/MSc MCSE or equivalent
System
Computer Science/BSc
Administrator 1 5 2 3
Computer Science/BCA or
Windows
equivalent
BE/MCA/MSc-IT/MSc CCNA/CCNP /CCSP
Network &
Computer Science/BSc or equivalent
Security 1 6 2 4
Computer Science/BCA or
Administrator
equivalent

MD/WZ/06/PUR/ADB/ERP-03
Section III. Evaluation and Qualification Criteria 3-13

Position Required Minimum Minimum Minimum Qualification Certification Document


resource Work project in experience
and training
(in no.) experience similar in similar
role role
(in years)
(in years)
Graduate in Computer MCP/MCSA/CCNA or
Desktop and
Science equivalent
Network Support 5 4 2 3
/Management/BCA/PGDCA
Team
or equivalent
Helpdesk Graduate and proficiency in
5 2 1 2
Coordinator Help Desk monitoring

MD/WZ/06/PUR/ADB/ERP-03
SECTION IV

Bidding Forms
Section IV. Bidding Forms 4-1

Section IV. Bidding Forms

Table of Forms
Form 1. Technical Proposal Submission Sheet....................................................................................4-2

Form 2. Price Proposal Submission Sheet............................................................................................4-4

Form 3. Price Schedules .........................................................................................................................4-5

Form 4. Modified Bid Proposal Submission Sheet.............................................................................4-94

Form 5. Bid Security ..............................................................................................................................4-96

Form 6. Manufacturer’s Authorization .................................................................................................4-98

Form 7. Undertaking by the Bidder ......................................................................................................4-99

Form 8. Submission by Joint Venture ...............................................................................................4-100

Form 9. Bidder Information Sheet ......................................................................................................4-101

Form 10. Profile of the bidder .............................................................................................................4-103

Form 11. Pending Litigation................................................................................................................4-104

Form 12. Financial Capability .............................................................................................................4-105

Form 13. Average Annual Turnover ...................................................................................................4-107

Form 14. Current Contract Commitments/Work in Progress ..........................................................4-108

Form 15. Details of projects implemented.........................................................................................4-109

Form 16. Power of Attorney for Joint Venture ..................................................................................4-110

Form 17. Bidder’s Request for Clarification......................................................................................4-113

Form 18. Deviations/ exclusions schedule........................................................................................4-114

Form 19. Submission by Single Bidder .............................................................................................4-115

Form 20. Letter of Association by named subcontractor (s)...........................................................4-116

Form 21. General Experience in Information Products and/or Services.......................................4-117

Form 22. Details of the personnel proposed to be deployed for the assignment........................4-119

Form 23. CVs of Project Manager/ Team Leader/ Team Members .................................................4-120

Form 24. Bid-Securing Declaration ...................................................................................................4-121

MD/WZ/06/PUR/ADB/ERP-03
4-2 Section IV. Bidding Forms

Form 1. Technical Proposal Submission Sheet


Date:
ICB No.:
Invitation for Bid No.: ____________
Alternative No.: ________________

To: _______________________________________________________________

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Document,


including Addenda No.:

(b) We offer to supply in conformity with the Bidding Document and in accordance
with the delivery schedule specified in Section VI, Schedule of Supply, the
following Goods and Related Services:

(c) Our Bid shall be valid for a period of ____ days from the date fixed for the bid
submission deadline in accordance with the Bidding Document, and it shall
remain binding upon us and may be accepted at any time before the expiration
of that period;

(d) If our Bid is accepted, we commit to obtain a Performance Security in the


amount of ____ percent of the Contract Price for the due performance of the
Contract;

(e) Our firm, including any subcontractors or suppliers for any part of the Contract,
have nationalities from the following eligible countries ;

(f) We are not participating, as Bidders, in more than one Bid in this bidding
process, other than alternative offers in accordance with the Bidding Document;

(g) Our firm, its affiliates or subsidiaries, including any subcontractors or suppliers
for any part of the Contract, has not been declared ineligible by the ADB;

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-3

(h) 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.

(i) We understand that you are not bound to accept the lowest evaluated bid or
any other bid that you may receive.

(j) We agree to permit ADB 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 ADB.

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

MD/WZ/06/PUR/ADB/ERP-03
4-4 Section IV. Bidding Forms

Form 2. Price Proposal Submission Sheet


Date:
ICB No.:
Invitation for Bid No.: ____________
Alternative No.: ________________

To: _______________________________________________________________

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Document,


including Addenda No.:

(b) We offer to supply in conformity with the Bidding Document and in accordance
with the delivery schedule specified in Section VI, Schedule of Supply, the
following Goods and Related Services:

(c) The total price of our Bid, excluding any discounts offered in item (d) below is:

(d) The discounts offered and the methodology for their application are:

(e) The following commissions, gratuities, or fees have been paid or are to be paid
with respect to the bidding process or execution of the Contract:

Name of Recipient Address Reason Amount

(If none has been paid or is to be paid, indicate “none.”)

(f) We agree to permit ADB 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 ADB

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

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-5

Form 3. Price Schedules

FORM 3I-B: UNIT PRICE SCHEDULE


*PLEASE ENTER THE PRICE OF EACH UNDER-MENTIONED ITEMS - "SEE INSTRUCTION SHEET FOR DETAILS"

Total Item Filled in


Total Item Price Should be Filled : 1176 Current : 0 Current Filling Status : 0.00%
PLEASE FILL ALL THE ORANGE COLOR CELL BEFORE MOVING TO NEXT SHEET.

NAME OF FIRM -->


IFB Number -->

INSTALLATION and
MATERIAL COST

Country of
Quantity SUPPORT COST

Origin
S. CST/VAT Unit Price Service
Particulars Unit EXW Unit Freight
No. on unit Excluding Tax Per
Price Charges ET(Rs.)
price Service Tax Unit
(Rs.) (Rs.)
(Rs.) (Rs.) (Rs.)
1 2 3 4 5 6 7 8 9 10 11
A - Information Technology (IT) Hardware - For Data Centre (DC) and Disaster Recovery (DR)
Database and Application Server
(Comprises E-Business Suite (EBS),
Hyperion Planning and Oracle Business
A1 Numbers 8
Intelligence Enterprise Edition (OBIEE)
as mentioned in Annexure I and as per
design mentioned in Section VI)
Application Development and QA Server
A2 Numbers 2
(as per design mentioned in Section VI)

MD/WZ/06/PUR/ADB/ERP-03
4-6 Section IV. Bidding Forms

Peripheral Servers (Antivirus Server,


Directory Server, EMS/NMS Server,
A3 Patch management Server, SAN Numbers 34
Management and Backup server, Proxy
Server, Reverse Proxy and Web Server)
A4 SAN Storage Numbers 4
A5 SAN Switch Numbers 4
A6 Tape Library Numbers 4
Labelled Tape Cartridge - 3.2 TB
A7 Numbers 96
Compatible with supplied Tape Library
A8 Application Load Balancer Numbers 6
A9 KVM Switch Numbers 8
A10 Server UPS 60 KVA Numbers 4
A11 Core Router Numbers 8
A12 Internet Router Numbers 4
A13 MPLS Firewall Numbers 4
A14 Internet Firewall Numbers 4
A15 Intrusion Prevention System (IPS) Numbers 4
A16 Core Switch Numbers 4
A17 Distribution Switch Numbers 8
A18 DMZ Switch Numbers 4
A19 Access Switch Numbers 8
A20 Failover Switch Numbers 4
A21 Work Station Numbers 16
A22 A3 - Colour Printer Numbers 1
A23 Laser Network Printer Numbers 1
B - IT Hardware - For Remote Locations
B1 Remote Office Switch Numbers 637
B2 Remote Office Router Numbers 377
B3 Cheque Printer Numbers 40
B4 Barcode Printer Numbers 20
B5 Barcode Scanner Numbers 50
C - IT Software - For DC and DR

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-7

Unix/Enterprise Linux Server 64 Bit


Operating System (OS) or equivalent
(certified for Oracle EBS R12.1.3 and
compatible with proposed application, Numbers
C1 database and development servers) of 38
Servers
Supplier must supply the OS licenses
based on the supplied server
cores/sockets (whichever is applicable).
Enterprise Linux/Unix Server 64 Bit OS
or equivalent (needs to be compatible
with Squid proxy and proposed proxy Numbers
C2 server) of 4
Supplier must supply the OS licenses Servers
based on the supplied server
cores/sockets (whichever is applicable).
Windows Server 2008 Enterprise Edition
C3 Numbers 30
64 Bit OS
Oracle Database Licenses (two No. of
processor licenses of Oracle Enterprise
are available with both the purchasers
i.e. total 4 No. of licenses. All the
C4 additional Oracle database (DB) Numbers
enterprise licenses as per production
and development DB server’s
requirement must be supplied by the
supplier for both the purchasers)
Real Application Clusters (RAC)
C5 Numbers
licenses (as required by DB server)
C6 Antivirus server license Numbers 2
C7 Antivirus client license Numbers 3500
C8 Network Fault Management Numbers 1080
C9 Network Performance Management Numbers 1080
Server Management and Monitoring
C10 (number of licenses will be as per Numbers
supplied servers)

MD/WZ/06/PUR/ADB/ERP-03
4-8 Section IV. Bidding Forms

Oracle DB Performance Management


(number of EMS/NMS licenses of
C11 Oracle DB Performance Management Numbers
will be as per offered DB server’s
requirement)
C12 Client Automation Management Numbers 3500
Service Desk and Service Level
C13 Numbers 10
Management
SSL VPN licenses (per user for the
C14 Numbers 1200
supplied firewall)
Backup Management Software with
C15 Numbers 4
Central Management Server
High Availability OS Clustering Software
C16 Numbers 8
with shared file system
MS Office 2010 (or compatible with ERP
C17 Numbers 100
environment) Indic standard (OLP)
D - Passive Material - For DC and DR
D1 Network Rack 42U Numbers 4
24 Port Modular Patch Panel (for 42 U
D2 Numbers 36
Network Rack)
Network Rack with modular Patch Panel
D3 Numbers 4
– 6U
D4 Server Rack (with LCD console) Numbers 8
24 Port Modular Patch Panel (for Server
D5 Numbers 24
Rack)
Information Outlet with surface mount
face plate and board having Patch cord
D6 Numbers 200
2 Meter Length and Patch cord with 1
Meter Length
Patch cord 2 Meter Length and 3 Meter
D7 Numbers 1400
Length
Category 6 (CAT 6) Horizontal Cabling
D8 Meter 28000
in plastic casing N capping
Data Cabinet (Security vault) - 370
D9 Numbers 2
Litres
Non IT and DC Facility Equipments

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-9

E - Civil and Furnishing Work


Square
E1 IPS flooring (for false floor area) 202
Meter
Square
E2 False flooring(450 mm clear height) 202
Meter
Armaduct (16 mm Class 1, Insulation
Square
E3 under False floor (near PAC area) in 60
Meter
Server Farm
E4 Steps for entry to Server Farm Lot 2
E5 Ramps Lot 1
Square
E6 Trap Doors 4
Meter
Fire Rated Doors - 4’ X 7’ and thickness
E7 Numbers 7
40/45mm
Fire Rated Doors - 5’ X 7’ and thickness
E8 Numbers 2
40/45mm
Square
E9 Windows - View panels at Server farm 6
Meter
Square
E10 Storage Units for Goods/File Keeping 3
Meter
Running Counter For Control Room and Square
E11 17
NOC Meter
Control room console to house the TFT
E12 Monitors, Fire Alarm panel, Gas release Lot 1
panel etc.
E13 Security Desk outside of Server Room Numbers 1
Sofas-Sofa seating in Guest area
E14 outside of Server Room. (3+1+1 sitting Set 2
capacity)
E15 Furniture - Computer chairs Numbers 20
E16 Furniture - Visitor Chairs Numbers 10
E17 Furniture - Chairs in Main cabins Numbers 5
Furniture - Senior Executives Table
E18 Numbers 5
Finesse with storage
E19 Door Closure for UPS Room Numbers 1
F-Electrification Work

MD/WZ/06/PUR/ADB/ERP-03
4-10 Section IV. Bidding Forms

3 - Phase, 6 way Distribution Board for


F1 Numbers 8
UPS power.
3 - Phase, 8 way Distribution Board for
F2 Numbers 8
lighting and raw power.
F3 3 X 36W CFL lighting with fitting Numbers 30
F4 2 X 18W CFL, with reflector Numbers 18
F5 LED Spot lights Numbers 10
F6 Halogen 10 W Spot lights Numbers 8
1 phase Industrial socket (for Utility
F7 point) having 20/32 Amp MCB or as per Numbers 64
offered Server/Network Rack
5/15 Switch - Socket - Raw Point -
F8 Average Point length up to and inclusive Numbers 10
8 to 12 Meters
5/15 Switch - Socket - Raw Point -
F9 Average Point length above 12 Meters Numbers 5
and up to and inclusive 16 Meters.
5/15 Switch-Socket - Raw Point-
F10 Average Point length above 16 Meters 5
Numbers
and up to and inclusive 32 Meters
Computer Point 2 switch and 4 socket-
F11 Average Point length up to and inclusive Numbers 40
8 to 12 Meters
Computer Point 2 switch and 4 socket-
F12 Average Point length above 12 Meters Numbers 25
and up to and inclusive 16 Meters.
Computer Point 2 switch and 4 socket-
F13 Average Point length above 16 Meters Numbers 25
and up to and inclusive 32 Meters.
Supply and laying of 1100V grade,
F14 armored, PVC insulated, 3.5C X 16 Meters 200
Square mm copper armored cable
Supply and laying of 1100V grade,
unarmored, PVC insulated, 1.1KV
F15 Meters 400
grade, 3C X 4 Square mm copper
flexible cable

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-11

Supply and laying of 1100V grade,


F16 armored, PVC insulated, 3.5C X 400 Meters 400
Square mm AL armored cable
Supply and laying of 1100V grade, PVC
F17 insulated, 1C X 95 Square mm flexible Meters 500
copper cable
Supply and laying of 1100V grade,
F18 armored, PVC insulated, 3.5C X 25 Meters 50
Square mm copper armored cable
One light point controlled by one 6 A
F19 Numbers 10
modular type switch
Two light points controlled by one 6 A
F20 Numbers 10
modular type switch
Three light points controlled by one 6 A
F21 Numbers 10
modular type switch cabins
Four light points controlled by one 6 A
F22 Numbers 10
modular type switch
F23 EARTH PIT Numbers 24
F24 Earthing Strip meters 600
F25 Equipment and Server rack earthing set 2
S/F 25 x 3 braided copper tape for grid
F26 meters 150
earthing
F27 S/F 8 swg bare copper wire meters 200
F28 S/F 10 swg bare copper wire meters 150
Supply and laying of Cable Tray: 150
F29 meters 250
mm X 75 mm X 16 gauge.
Supply and laying of Cable Tray:
F30 meters 125
3000mm X 75 mm X 16 gauge.
Cable Termination: End termination at
F31 16
both ends 3.5C X 16 SQMM Numbers
Cable Termination: End termination at
F32 both ends 3C X4 SQMM with flexible 60
Numbers
glangs
Cable Termination: End termination at
F33 both ends 1c x 95 sqmm with flexible 48
Numbers
glands

MD/WZ/06/PUR/ADB/ERP-03
4-12 Section IV. Bidding Forms

Cable Termination: End termination at


F34 12
both ends 3.5C x 400 SQMM (AL) Numbers
Cable Termination: End termination at
F35 4
both ends 3.5C X 25 SQMM Numbers
Emergency Lights - Emergency CFL
F36 10
light 10 W Numbers
F37 Main Power Distribution Panel Numbers 1
F38 UPS Sub DB (2 each for each UPS) Numbers 4
F39 Lightning protection for the building. Set 1
Supplying, storing, laying, testing and
commissioning of 1.1 KV grade
Aluminium /Copper conductor, PVC
F40 insulated, steel strip armoured complete Set 1
with inner sheath and outer sheath
manufactured as per I.S.1554 (Part I)
on existing cable tray, in trenches or dir
F41 Cables Set 1
F42 Cable Terminations Set 1
Supply and connecting, cutting and
peeling, terminating and connecting,
F43 cables with brass compression type Set 1
cable gland and crimped Aluminium lug
joints in respective DBs, switches etc.
F44 Point Wiring - Supply and installation Set 1
Wiring for electrical points - Supply and
F45 Set 1
installation
G-Other Data Centre Facility Equipments
600 KVA or Higher DG SET with all the
G1 Set 1
auxiliaries.
Supply and Installation of Precision Air 6
G2 TR Conditioning System for Server Numbers 4
Room
1200 KVA or Higher DG SET with all the
auxiliaries with Synchronization Panel
G3 Set 1
for proposed (1200 KVA) and existing
(650 KVA).

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-13

Supply and Installation of Precision Air


G4 Conditioning System of 8.5 TR each for Numbers 2
Server Room
G5 Supply and Installation of 2 TR split AC Numbers 12
Fire Detection System for Data Centre
G6 Lot 1
Area
FM 200 Fire Suppression and Safety
G7 Lot 1
System
Fire extinguisher and Safety-related
G8 Lot 2
Items
G9 Security Access Control System Lot 2
G10 CCTV System Lot 1
G11 Water Leak Detection System Lot 2
G12 Rodent Repellent System Lot 2
G13 Building Management System Lot 1
G14 Intrusion detection system Lot 1
G15 PA System Lot 1
Temperature Sensor with Alarm for UPS
G16 Lot 4
room and Data Centre
H-Training and any other item proposed
Lump
H1 Training 2
Sum
Any other Item Proposed (Please
Lump
H2 provide item wise bifurcation Cost in a 2
Sum
separate annexure)
I-Support/Services Cost for West Discom
Facility Management Services (FMS)
I1 from the Operational acceptance for Years 4
West Discom.
Oracle and any other ATS Cost for DC
for supplied licenses. (Please provide
I2 Years 4
item wise bifurcation of ATS Cost in a
separate annexure) for West Discom
Oracle and any other ATS Cost for DR
for supplied licenses. (Please provide
I3 Years 3
item wise bifurcation of ATS Cost in a
separate annexure) for West Discom

MD/WZ/06/PUR/ADB/ERP-03
4-14 Section IV. Bidding Forms

AMC for all supplied items (Except DR


components) shall be from the
I4 Years 3
completion of warranty support period
for West Discom.
AMC for all supplied DR components
I5 shall be from the completion of warranty Years 2
support period for West Discom.
AMC for legacy hardware (1500
PC/Laptops) from the completion of
I6 Years 3
warranty support period for West
Discom.
AMC for legacy hardware (1050 UPS)
I7 from the completion of warranty support Years 3
period for West Discom.
AMC for legacy hardware (800 Printers)
I8 from the completion of warranty support Years 3
period for West Discom.
J-Support/Services Cost for East Discom
Facility Management Services (FMS)
J1 from the Operational acceptance for Years 4
East Discom.
Oracle and any other ATS Cost for DC
for supplied licenses. (Please provide
J2 Years 4
item wise bifurcation of ATS Cost in a
separate annexure) for East Discom
Oracle and any other ATS Cost for DR
for supplied licenses. (Please provide
J3 Years 3
item wise bifurcation of ATS Cost in a
separate annexure) for East Discom
AMC for all supplied items (Except DR
components) shall be from the
J4 Years 3
completion of warranty support period
for East Discom.
AMC for all supplied DR components
J5 shall be from the completion of warranty Years 2
support period for East Discom.

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-15

AMC for legacy hardware (2000


PC/Laptops) from the completion of
J6 Years 3
warranty support period for East
Discom.
AMC for legacy hardware (2000 UPS)
J7 from the completion of warranty support Years 3
period for East Discom.
AMC for legacy hardware (800 Printers)
J8 from the completion of warranty support Years 3
period for East Discom.
K-Extended Supply/Services (Optional to Purchaser)
Cost of server hardware, software,
licenses and any other item/services
required to upgrade the servers tpmC/
SPECint for line item A1 – Database
Lump
K1 and Application Servers as per the 2
Sum
defined expandability in Annexure I
(Only RDBMS & RAC licenses will be
procured/provided by the purchaser to
achieve the desired expandability)
Extended FMS (After 4 years of
K2 Years 3
Mandatory FMS) for West Discom
Extended Oracle and any other ATS for
DC for supplied licenses. (Please
provide item wise bifurcation of ATS
K3 Years 3
Cost in a separate annexure after 4
years of Mandatory ATS) for West
Discom
Extended Oracle and any other ATS for
DR for supplied licenses. (Please
provide item wise bifurcation of ATS
K4 Years 3
Cost in a separate annexure after 4
years of Mandatory ATS) for West
Discom
Extended AMC for all supplied items
K5 (Except DR components after 4 years of Years 3
Mandatory AMC) for West Discom

MD/WZ/06/PUR/ADB/ERP-03
4-16 Section IV. Bidding Forms

Extended AMC for all supplied DR


K6 components (After 4 years of Mandatory Years 3
AMC) for West Discom
Extended AMC for legacy hardware (for
K7 1500 PC/Laptops after 3 years of Years 3
Mandatory AMC) for West Discom.
Extended AMC for legacy hardware (for
K8 1200 UPS after 3 years of Mandatory Years 3
AMC) for West Discom.
Extended AMC for legacy hardware (for
K9 800 Printers after 3 years of Mandatory Years 3
AMC) for West Discom.
Extended FMS (After 4 years of
K10 Years 3
Mandatory FMS) for East Discom
Extended Oracle and any other ATS for
DC for supplied licenses. (Please
provide item wise bifurcation of ATS
K11 Years 3
Cost in a separate annexure after 4
years of Mandatory ATS) for East
Discom
Extended Oracle and any other ATS for
DR for supplied licenses. (Please
provide item wise bifurcation of ATS
K12 Years 3
Cost in a separate annexure after 4
years of Mandatory ATS) for East
Discom
Extended AMC for all supplied items
K13 (Except DR components after 4 years of Years 3
Mandatory AMC) for East Discom
Extended AMC for all supplied DR
K14 components (After 4 years of Mandatory Years 3
AMC) for East Discom
Extended AMC for legacy hardware (for
K15 2000 PC/Laptops after 3 years of Years 3
Mandatory AMC) for East Discom.

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-17

Extended AMC for legacy hardware (for


K16 2000 UPS after 3 years of Mandatory Years 3
AMC) for East Discom.
Extended AMC for legacy hardware (for
K17 800 Printers after 3 years of Mandatory Years 3
AMC) for East Discom.
NOTE :
1 Column 6: Price shall exclude all CST/ VAT, ET and other taxes already paid or payable on the components and raw materials used in
the manufacture or assembly of the item.
2 Column 7, 8 and 9: The Freight, CST/VAT and ET may be quoted in respective column.
3 Column 11 : Description shall be as under:-
i) Installation charges which include Local handling/unloading at final destination, storage handling, insurance, erection, testing,
commissioning and associated works.
ii) Any other charges for services as specified in the bidding document.
4 Being ADB sponsored project, the benefit of exemption from excise duty on the purchases would be available to the supplier, subject
to fulfilment of Terms and Conditions in this regard. However, it is clarified that the responsibility for insuring compliance with Terms
and Conditions and completing all formalities with the authorities of the Excise and Customs Department to obtain the Exceptions
shall entirely rest with the supplier. The purchaser shall only furnish the documents and certification/declaration as per applicable
provisions for enabling Excise Duty exemption, but assumes no responsibility if the supplier is not able to obtain the exception from
Excise Duty. The bidders are advice to quote their rates after consideration of this aspect.
5 All the above material/services must be supplied as per the specification (Annexure-1) and scope (Section-VI) of the RFP.
6 Plastic casing N capping (1 Inch width) will be installed only for PCs LAN points for Admin, Quality, Test and Development Zones and
HQ LAN. CAT 6 Cables at DC will be routed over cable trenches.
7 Payment will be made as per approved actual quantity/Running Meter basis – to be installed at all locations.
8 Payment of FMS, AMC and ATS will be calculated and made on pro-rata basis on the basis of years and quantity.
9 The Supplied EMS and NMS solution must support the existing PCs/Laptops, supplied Network, Storage and Server Hardware and
inline with proposed and supplied solution.
10 Supplier should deliver and install remote location routers and switches to locations/offices as approved by purchaser. Supplier must
ensure that after installation of switches all related devices such as legacy desktop, laptop etc. will come under the monitoring of
EMS/NMS software. Supplier needs to format desktop and laptop with proper backup and restore of data before bringing them on
LAN network. All the other material should be supplied to DC and DR of Indore and Jabalpur purchaser.

Place : Date : Signature & Seal of Bidder

MD/WZ/06/PUR/ADB/ERP-03
4-18 Section IV. Bidding Forms

Form 3I-C(I): Schedule No. 1 for West Discom - Material Supplied (PRICE SCHEDULE FOR
GOODS
TO BE OFFERED FROM WITHIN THE PURCHASER'S COUNTRY)

NAME OF FIRM -->


IFB Number -->
Ex Works Unit Total Ex Works Taxes & duties on
Sr. Country of Total Price
Description Quantity Price Price Total Qty
No. Origin (Rs.)
(Rs.) (Rs.) (Rs.)
1 2 3 4 5 6=4X5 7 8=6+7

A - Information Technology (IT) Hardware - For Data Centre (DC) and Disaster Recovery (DR)
Database and Application Server (Comprises E-
Business Suite (EBS), Hyperion Planning and Oracle
A1 Business Intelligence Enterprise Edition (OBIEE) as 4
mentioned in Annexure I and as per design
mentioned in Section VI)
Application Development and QA Server (as per
A2 1
design mentioned in Section VI)
Peripheral Servers (Antivirus Server, Directory
Server, EMS/NMS Server, Patch management
A3 17
Server, SAN Management and Backup server, Proxy
Server, Reverse Proxy and Web Server)
A4 SAN Storage 2
A5 SAN Switch 2
A6 Tape Library 2
Labelled Tape Cartridge - 3.2 TB Compatible with
A7 48
supplied Tape Library
A8 Application Load Balancer 3
A9 KVM Switch 4
A10 Server UPS 60 KVA 2
A11 Core Router 4

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-19

A12 Internet Router 2


A13 MPLS Firewall 2
A14 Internet Firewall 2
A15 Intrusion Prevention System (IPS) 2
A16 Core Switch 2
A17 Distribution Switch 4
A18 DMZ Switch 2
A19 Access Switch 4
A20 Failover Switch 2
A21 Work Station 8
A22 A3 - Colour Printer 1
B - IT Hardware - For Remote Locations
B1 Remote Office Switch 226
B2 Remote Office Router 170
B3 Cheque Printer 20
B4 Barcode Printer 10
B5 Barcode Scanner 25
C - IT Software - For DC and DR
Unix/Enterprise Linux Server 64 Bit Operating System
(OS) or equivalent (certified for Oracle EBS R12.1.3
and compatible with proposed application, database
C1 and development servers) 19
Supplier must supply the OS licenses based on the
supplied server cores/sockets (whichever is
applicable).
Enterprise Linux/Unix Server 64 Bit OS or equivalent
(needs to be compatible with Squid proxy and
proposed proxy server)
C2 2
Supplier must supply the OS licenses based on the
supplied server cores/sockets (whichever is
applicable).
C3 Windows Server 2008 Enterprise Edition 64 Bit OS 15

MD/WZ/06/PUR/ADB/ERP-03
4-20 Section IV. Bidding Forms

Oracle Database Licenses (two No. of processor


licenses of Oracle Enterprise are available with both
the purchasers i.e. total 4 No. of licenses. All the
C4 additional Oracle database (DB) enterprise licenses
as per production and development DB server’s
requirement must be supplied by the supplier for both
the purchasers)
Real Application Clusters (RAC) licenses (as required
C5
by DB server)
C6 Antivirus server license 1
C7 Antivirus client license 1500
C8 Network Fault Management 430
C9 Network Performance Management 430
Server Management and Monitoring (number of
C10
licenses will be as per supplied servers)
Oracle DB Performance Management (number of
EMS/NMS licenses of Oracle DB Performance
C11
Management will be as per offered DB server’s
requirement)
C12 Client Automation Management 1500
C13 Service Desk and Service Level Management 5
C14 SSL VPN licenses (per user for the supplied firewall) 700
Backup Management Software with Central
C15 2
Management Server
High Availability OS Clustering Software with shared
C16 4
file system
MS Office 2010 (or compatible with ERP
C17 100
environment) Indic standard (OLP)
D - Passive Material - For DC and DR
D1 Network Rack 42U 2
D2 24 Port Modular Patch Panel (for 42 U Network Rack) 18
D3 Network Rack with modular Patch Panel – 6U 2
D4 Server Rack (with LCD console) 4
D5 24 Port Modular Patch Panel (for Server Rack) 12

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-21

Information Outlet with surface mount face plate and


D6 board having Patch cord 2 Meter Length and Patch 100
cord with 1 Meter Length
D7 Patch cord 2 Meter Length and 3 Meter Length 700
Category 6 (CAT 6) Horizontal Cabling in plastic
D8 14000
casing N capping
D9 Data Cabinet (Security vault) - 370 Litres 1
Non IT and DC Facility Equipments
E - Civil and Furnishing Work
E1 IPS flooring (for false floor area) 140
E2 False flooring(450 mm clear height) 140
Armaduct (16 mm Class 1, Insulation under False
E3 40
floor (near PAC area) in Server Farm
E4 Steps for entry to Server Farm 2
E5 Ramps 1
E6 Trap Doors 4
E7 Fire Rated Doors - 4’ X 7’ and thickness 40/45mm 7
E8 Fire Rated Doors - 5’ X 7’ and thickness 40/45mm 2
E9 Windows - View panels at Server farm 6
E10 Storage Units for Goods/File Keeping 3
E11 Running Counter For Control Room and NOC 12
Control room console to house the TFT Monitors, Fire
E12 1
Alarm panel, Gas release panel etc.
E13 Security Desk outside of Server Room 1
Sofas-Sofa seating in Guest area outside of Server
E14 2
Room. (3+1+1 sitting capacity)
E15 Furniture - Computer chairs 10
E16 Furniture - Visitor Chairs 10
E17 Furniture - Chairs in Main cabins 5
Furniture - Senior Executives Table Finesse with
E18 5
storage
F-Electrification Work
F1 3 - Phase, 6 way Distribution Board for UPS power. 4

MD/WZ/06/PUR/ADB/ERP-03
4-22 Section IV. Bidding Forms

3 - Phase, 8 way Distribution Board for lighting and


F2 4
raw power.
F3 3 X 36W CFL lighting with fitting 20
F4 2 X 18W CFL, with reflector 10
F5 LED Spot lights 10
F6 Halogen 10 W Spot lights 8
1 phase Industrial socket (for Utility point) having
F7 20/32 Amp MCB or as per offered Server/Network 32
Rack
5/15 Switch - Socket - Raw Point - Average Point
F8 5
length up to and inclusive 8 to 12 Meters
5/15 Switch - Socket - Raw Point - Average Point
F9 length above 12 Meters and up to and inclusive 16 5
Meters.
5/15 Switch-Socket - Raw Point-Average Point length
F10 5
above 16 Meters and up to and inclusive 32 Meters
Computer Point 2 switch and 4 socket- Average Point
F11 10
length up to and inclusive 8 to 12 Meters
Computer Point 2 switch and 4 socket-Average Point
F12 length above 12 Meters and up to and inclusive 16 25
Meters.
Computer Point 2 switch and 4 socket-Average Point
F13 length above 16 Meters and up to and inclusive 32 25
Meters.
Supply and laying of 1100V grade, armored, PVC
F14 insulated, 3.5C X 16 Square mm copper armored 200
cable
Supply and laying of 1100V grade, unarmored, PVC
F15 insulated, 1.1KV grade, 3C X 4 Square mm copper 400
flexible cable
Supply and laying of 1100V grade, armored, PVC
F16 400
insulated, 3.5C X 400 Square mm AL armored cable
Supply and laying of 1100V grade, PVC insulated, 1C
F17 500
X 95 Square mm flexible copper cable
Supply and laying of 1100V grade, armored, PVC
F18 insulated, 3.5C X 25 Square mm copper armored 50
cable
F19 One light point controlled by one 6 A modular type 10

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-23

switch
Two light points controlled by one 6 A modular type
F20 10
switch
Three light points controlled by one 6 A modular type
F21 10
switch cabins
Four light points controlled by one 6 A modular type
F22 10
switch
F23 EARTH PIT 20
F24 Earthing Strip 300
F25 Equipment and Server rack earthing 1
F26 S/F 25 x 3 braided copper tape for grid earthing 75
F27 S/F 8 swg bare copper wire 100
F28 S/F 10 swg bare copper wire 75
Supply and laying of Cable Tray: 150 mm X 75 mm X
F29 150
16 gauge.
Supply and laying of Cable Tray: 3000mm X 75 mm X
F30 125
16 gauge.
Cable Termination: End termination at both ends
F31 16
3.5C X 16 SQMM
Cable Termination: End termination at both ends 3C
F32 60
X4 SQMM with flexible glangs
Cable Termination: End termination at both ends 1c x
F33 48
95 sqmm with flexible glands
Cable Termination: End termination at both ends
F34 12
3.5C x 400 SQMM (AL)
Cable Termination: End termination at both ends
F35 4
3.5C X 25 SQMM
F36 Emergency Lights - Emergency CFL light 10 W 10
F37 Main Power Distribution Panel 1
F38 UPS Sub DB (2 each for each UPS) 4
F39 Lightning protection for the building. 1
G-Other Data Centre Facility Equipments
G1 600 KVA or Higher DG SET with all the auxiliaries. 1
Supply and Installation of Precision Air 6 TR
G2 4
Conditioning System for Server Room

MD/WZ/06/PUR/ADB/ERP-03
4-24 Section IV. Bidding Forms

G5 Supply and Installation of 2 TR split AC 7


G6 Fire Detection System for Data Centre Area 1
G7 FM 200 Fire Suppression and Safety System 1
G8 Fire extinguisher and Safety-related Items 1
G9 Security Access Control System 1
G10 CCTV System 1
G11 Water Leak Detection System 1
G12 Rodent Repellent System 1
G13 Building Management System 1
G14 Intrusion detection system 1
G15 PA System 1
Temperature Sensor with Alarm for UPS room and
G16 2
Data Centre
H-Training and any other item proposed
H1 Training 1
Any other Item Proposed (Please provide item wise
H2 1
bifurcation Cost in a separate annexure)
I-Support/Services Cost for West Discom
Facility Management Services (FMS) from the
I1 4
Operational acceptance for West Discom.
Oracle and any other ATS Cost for DC for supplied
I2 licenses. (Please provide item wise bifurcation of ATS 4
Cost in a separate annexure) for West Discom
Oracle and any other ATS Cost for DR for supplied
I3 licenses. (Please provide item wise bifurcation of ATS 3
Cost in a separate annexure) for West Discom
AMC for all supplied items (Except DR components)
I4 shall be from the completion of warranty support 3
period for West Discom.
AMC for all supplied DR components shall be from
I5 the completion of warranty support period for West 2
Discom.
AMC for legacy hardware (1500 PC/Laptops) from
I6 the completion of warranty support period for West 3
Discom.

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-25

AMC for legacy hardware (1050 UPS) from the


I7 completion of warranty support period for West 3
Discom.
AMC for legacy hardware (800 Printers) from the
I8 completion of warranty support period for West 3
Discom.
K-Extended Supply/Services (Optional to Purchaser)
Cost of server hardware, software, licenses and any
other item/services required to upgrade the servers
tpmC/ SPECint for line item A1 – Database and
K1 Application Servers as per the defined expandability 1
in Annexure I (Only RDBMS & RAC licenses will be
procured/provided by the purchaser to achieve the
desired expandability)
Extended FMS (After 4 years of Mandatory FMS) for
K2 3
West Discom
Extended Oracle and any other ATS for DC for
supplied licenses. (Please provide item wise
K3 3
bifurcation of ATS Cost in a separate annexure after
4 years of Mandatory ATS) for West Discom
Extended Oracle and any other ATS for DR for
supplied licenses. (Please provide item wise
K4 3
bifurcation of ATS Cost in a separate annexure after
4 years of Mandatory ATS) for West Discom
Extended AMC for all supplied items (Except DR
K5 components after 4 years of Mandatory AMC) for 3
West Discom
Extended AMC for all supplied DR components (After
K6 3
4 years of Mandatory AMC) for West Discom
Extended AMC for legacy hardware (for 1500
K7 PC/Laptops after 3 years of Mandatory AMC) for 3
West Discom.
Extended AMC for legacy hardware (for 1200 UPS
K8 3
after 3 years of Mandatory AMC) for West Discom.
Extended AMC for legacy hardware (for 800 Printers
K9 3
after 3 years of Mandatory AMC) for West Discom.
Total Price of Material Supply 0.00 0.00 0.00
DATE Signature and Seal of Bidder

MD/WZ/06/PUR/ADB/ERP-03
4-26 Section IV. Bidding Forms

PLACE:

Form 3I-C(II): Schedule No. 1 for East Discom - Material Supplied (PRICE SCHEDULE FOR
GOODS
TO BE OFFERED FROM WITHIN THE PURCHASER'S COUNTRY)

NAME OF FIRM -->


IFB Number -->
Ex Works Unit Total Ex Works Taxes & duties on
Sr. Country of Total Price
Description Quantity Price Price Total Qty
No. Origin (Rs.)
(Rs.) (Rs.) (Rs.)
1 2 3 4 5 6=4X5 7 8=6+7

A - Information Technology (IT) Hardware - For Data Centre (DC) and Disaster Recovery (DR)
Database and Application Server (Comprises E-
Business Suite (EBS), Hyperion Planning and Oracle
A1 Business Intelligence Enterprise Edition (OBIEE) as 4
mentioned in Annexure I and as per design
mentioned in Section VI)
Application Development and QA Server (as per
A2 1
design mentioned in Section VI)
Peripheral Servers (Antivirus Server, Directory
Server, EMS/NMS Server, Patch management
A3 17
Server, SAN Management and Backup server, Proxy
Server, Reverse Proxy and Web Server)
A4 SAN Storage 2
A5 SAN Switch 2
A6 Tape Library 2
Labelled Tape Cartridge - 3.2 TB Compatible with
A7 48
supplied Tape Library
A8 Application Load Balancer 3

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-27

A9 KVM Switch 4
A10 Server UPS 60 KVA 2
A11 Core Router 4
A12 Internet Router 2
A13 MPLS Firewall 2
A14 Internet Firewall 2
A15 Intrusion Prevention System (IPS) 2
A16 Core Switch 2
A17 Distribution Switch 4
A18 DMZ Switch 2
A19 Access Switch 4
A20 Failover Switch 2
A21 Work Station 8
A23 Laser Network Printer 1
B - IT Hardware - For Remote Locations
B1 Remote Office Switch 411
B2 Remote Office Router 207
B3 Cheque Printer 20
B4 Barcode Printer 10
B5 Barcode Scanner 25
C - IT Software - For DC and DR
Unix/Enterprise Linux Server 64 Bit Operating System
(OS) or equivalent (certified for Oracle EBS R12.1.3
and compatible with proposed application, database
C1 and development servers) 19
Supplier must supply the OS licenses based on the
supplied server cores/sockets (whichever is
applicable).
Enterprise Linux/Unix Server 64 Bit OS or equivalent
(needs to be compatible with Squid proxy and
C2 proposed proxy server) 2
Supplier must supply the OS licenses based on the
supplied server cores/sockets (whichever is

MD/WZ/06/PUR/ADB/ERP-03
4-28 Section IV. Bidding Forms

applicable).

C3 Windows Server 2008 Enterprise Edition 64 Bit OS 15


Oracle Database Licenses (two No. of processor
licenses of Oracle Enterprise are available with both
the purchasers i.e. total 4 No. of licenses. All the
C4 additional Oracle database (DB) enterprise licenses
as per production and development DB server’s
requirement must be supplied by the supplier for both
the purchasers)
Real Application Clusters (RAC) licenses (as required
C5
by DB server)
C6 Antivirus server license 1
C7 Antivirus client license 2000
C8 Network Fault Management 650
C9 Network Performance Management 650
Server Management and Monitoring (number of
C10
licenses will be as per supplied servers)
Oracle DB Performance Management (number of
EMS/NMS licenses of Oracle DB Performance
C11
Management will be as per offered DB server’s
requirement)
C12 Client Automation Management 2000
C13 Service Desk and Service Level Management 5
C14 SSL VPN licenses (per user for the supplied firewall) 500
Backup Management Software with Central
C15 2
Management Server
High Availability OS Clustering Software with shared
C16 4
file system
D - Passive Material - For DC and DR
D1 Network Rack 42U 2
D2 24 Port Modular Patch Panel (for 42 U Network Rack) 18
D3 Network Rack with modular Patch Panel – 6U 2
D4 Server Rack (with LCD console) 4

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-29

D5 24 Port Modular Patch Panel (for Server Rack) 12


Information Outlet with surface mount face plate and
D6 board having Patch cord 2 Meter Length and Patch 100
cord with 1 Meter Length
D7 Patch cord 2 Meter Length and 3 Meter Length 700
Category 6 (CAT 6) Horizontal Cabling in plastic
D8 14000
casing N capping
D9 Data Cabinet (Security vault) - 370 Litres 1
Non IT and DC Facility Equipments
E - Civil and Furnishing Work
E1 IPS flooring (for false floor area) 62
E2 False flooring(450 mm clear height) 62
Armaduct (16 mm Class 1, Insulation under False
E3 20
floor (near PAC area) in Server Farm
E11 Running Counter For Control Room and NOC 5
E15 Furniture - Computer chairs 10
E19 Door Closure for UPS Room 1
F-Electrification Work
F1 3 - Phase, 6 way Distribution Board for UPS power. 4
3 - Phase, 8 way Distribution Board for lighting and
F2 4
raw power.
F3 3 X 36W CFL lighting with fitting 10
F4 2 X 18W CFL, with reflector 8
1 phase Industrial socket (for Utility point) having
F7 20/32 Amp MCB or as per offered Server/Network 32
Rack
5/15 Switch - Socket - Raw Point - Average Point
F8 5
length up to and inclusive 8 to 12 Meters
Computer Point 2 switch and 4 socket- Average Point
F11 30
length up to and inclusive 8 to 12 Meters
F23 EARTH PIT 4
F24 Earthing Strip 300
F25 Equipment and Server rack earthing 1
F26 S/F 25 x 3 braided copper tape for grid earthing 75

MD/WZ/06/PUR/ADB/ERP-03
4-30 Section IV. Bidding Forms

F27 S/F 8 swg bare copper wire 100


F28 S/F 10 swg bare copper wire 75
Supply and laying of Cable Tray: 150 mm X 75 mm X
F29 100
16 gauge.
Supplying, storing, laying, testing and commissioning
of 1.1 KV grade Aluminium /Copper conductor, PVC
insulated, steel strip armoured complete with inner
F40 1
sheath and outer sheath manufactured as per
I.S.1554 (Part I) on existing cable tray, in trenches or
dir
F41 Cables 1
F42 Cable Terminations 1
Supply and connecting, cutting and peeling,
terminating and connecting, cables with brass
F43 1
compression type cable gland and crimped
Aluminium lug joints in respective DBs, switches etc.
F44 Point Wiring - Supply and installation 1
F45 Wiring for electrical points - Supply and installation 1
G-Other Data Centre Facility Equipments
1200 KVA or Higher DG SET with all the auxiliaries
G3 with Synchronization Panel for proposed (1200 KVA) 1
and existing (650 KVA).
Supply and Installation of Precision Air Conditioning
G4 2
System of 8.5 TR each for Server Room
G5 Supply and Installation of 2 TR split AC 5
G8 Fire extinguisher and Safety-related Items 1
G9 Security Access Control System 1
G11 Water Leak Detection System 1
G12 Rodent Repellent System 1
Temperature Sensor with Alarm for UPS room and
G16 2
Data Centre
H-Training and any other item proposed
H1 Training 1
Any other Item Proposed (Please provide item wise
H2 1
bifurcation Cost in a separate annexure)

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-31

J-Support/Services Cost for East Discom


Facility Management Services (FMS) from the
J1 4
Operational acceptance for East Discom.
Oracle and any other ATS Cost for DC for supplied
J2 licenses. (Please provide item wise bifurcation of ATS 4
Cost in a separate annexure) for East Discom
Oracle and any other ATS Cost for DR for supplied
J3 licenses. (Please provide item wise bifurcation of ATS 3
Cost in a separate annexure) for East Discom
AMC for all supplied items (Except DR components)
J4 shall be from the completion of warranty support 3
period for East Discom.
AMC for all supplied DR components shall be from
J5 the completion of warranty support period for East 2
Discom.
AMC for legacy hardware (2000 PC/Laptops) from
J6 the completion of warranty support period for East 3
Discom.
AMC for legacy hardware (2000 UPS) from the
J7 completion of warranty support period for East 3
Discom.
AMC for legacy hardware (800 Printers) from the
J8 completion of warranty support period for East 3
Discom.
K-Extended Supply/Services (Optional to Purchaser)
Cost of server hardware, software, licenses and any
other item/services required to upgrade the servers
tpmC/ SPECint for line item A1 – Database and
K1 Application Servers as per the defined expandability 1
in Annexure I (Only RDBMS & RAC licenses will be
procured/provided by the purchaser to achieve the
desired expandability)
Extended FMS (After 4 years of Mandatory FMS) for
K10 3
East Discom
Extended Oracle and any other ATS for DC for
supplied licenses. (Please provide item wise
K11 3
bifurcation of ATS Cost in a separate annexure after
4 years of Mandatory ATS) for East Discom

MD/WZ/06/PUR/ADB/ERP-03
4-32 Section IV. Bidding Forms

Extended Oracle and any other ATS for DR for


supplied licenses. (Please provide item wise
K12 3
bifurcation of ATS Cost in a separate annexure after
4 years of Mandatory ATS) for East Discom
Extended AMC for all supplied items (Except DR
K13 components after 4 years of Mandatory AMC) for 3
East Discom
Extended AMC for all supplied DR components (After
K14 3
4 years of Mandatory AMC) for East Discom
Extended AMC for legacy hardware (for 2000
K15 PC/Laptops after 3 years of Mandatory AMC) for East 3
Discom.
Extended AMC for legacy hardware (for 2000 UPS
K16 3
after 3 years of Mandatory AMC) for East Discom.
Extended AMC for legacy hardware (for 800 Printers
K17 3
after 3 years of Mandatory AMC) for East Discom.
Total Price of Material Supply 0.00 0.00 0.00

DATE

PLACE: Signature and Seal of Bidder

Form 3I-D (I): Schedule No. 2 for West Discom - Installation and Support Part (PRICE
SCHEDULE FOR RELATED SERVICES TO BE OFFERED FROM WITHIN THE PURCHASER'S
COUNTRY)

NAME OF FIRM -->


IFB Number -->
Total
Installation Total amount of Freight-
Amount of
and Support Total Charges storage including
Sr. Total Cost Service Tax
Description Quantity Charges Per payable insurance charges on
No. (Rs.) on Total
Unit (Rs.) Total Qty
Qty
(Rs.) (Rs.)
(Rs.)

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-33

1 2 3 4 5=3X4 6 7=5+6 8

A - Information Technology (IT) Hardware - For Data Centre (DC) and Disaster Recovery (DR)
Database and Application Server (Comprises E-
Business Suite (EBS), Hyperion Planning and Oracle
A1 Business Intelligence Enterprise Edition (OBIEE) as 4
mentioned in Annexure I and as per design
mentioned in Section VI)
Application Development and QA Server (as per
A2 1
design mentioned in Section VI)
Peripheral Servers (Antivirus Server, Directory
Server, EMS/NMS Server, Patch management
A3 17
Server, SAN Management and Backup server, Proxy
Server, Reverse Proxy and Web Server)
A4 SAN Storage 2
A5 SAN Switch 2
A6 Tape Library 2
Labelled Tape Cartridge - 3.2 TB Compatible with
A7 48
supplied Tape Library
A8 Application Load Balancer 3
A9 KVM Switch 4
A10 Server UPS 60 KVA 2
A11 Core Router 4
A12 Internet Router 2
A13 MPLS Firewall 2
A14 Internet Firewall 2
A15 Intrusion Prevention System (IPS) 2
A16 Core Switch 2
A17 Distribution Switch 4
A18 DMZ Switch 2
A19 Access Switch 4
A20 Failover Switch 2
A21 Work Station 8

MD/WZ/06/PUR/ADB/ERP-03
4-34 Section IV. Bidding Forms

A22 A3 - Colour Printer 1


B - IT Hardware - For Remote Locations
B1 Remote Office Switch 226
B2 Remote Office Router 170
B3 Cheque Printer 20
B4 Barcode Printer 10
B5 Barcode Scanner 25
C - IT Software - For DC and DR
Unix/Enterprise Linux Server 64 Bit Operating System
(OS) or equivalent (certified for Oracle EBS R12.1.3
and compatible with proposed application, database
C1 and development servers) 19
Supplier must supply the OS licenses based on the
supplied server cores/sockets (whichever is
applicable).
Enterprise Linux/Unix Server 64 Bit OS or equivalent
(needs to be compatible with Squid proxy and
proposed proxy server)
C2 2
Supplier must supply the OS licenses based on the
supplied server cores/sockets (whichever is
applicable).
C3 Windows Server 2008 Enterprise Edition 64 Bit OS 15
Oracle Database Licenses (two No. of processor
licenses of Oracle Enterprise are available with both
the purchasers i.e. total 4 No. of licenses. All the
C4 additional Oracle database (DB) enterprise licenses
as per production and development DB server’s
requirement must be supplied by the supplier for both
the purchasers)
Real Application Clusters (RAC) licenses (as required
C5
by DB server)
C6 Antivirus server license 1
C7 Antivirus client license 1500
C8 Network Fault Management 430
C9 Network Performance Management 430

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-35

Server Management and Monitoring (number of


C10
licenses will be as per supplied servers)
Oracle DB Performance Management (number of
EMS/NMS licenses of Oracle DB Performance
C11
Management will be as per offered DB server’s
requirement)
C12 Client Automation Management 1500
C13 Service Desk and Service Level Management 5
C14 SSL VPN licenses (per user for the supplied firewall) 700
Backup Management Software with Central
C15 2
Management Server
High Availability OS Clustering Software with shared
C16 4
file system
MS Office 2010 (or compatible with ERP
C17 100
environment) Indic standard (OLP)
D - Passive Material - For DC and DR
D1 Network Rack 42U 2
D2 24 Port Modular Patch Panel (for 42 U Network Rack) 18
D3 Network Rack with modular Patch Panel – 6U 2
D4 Server Rack (with LCD console) 4
D5 24 Port Modular Patch Panel (for Server Rack) 12
Information Outlet with surface mount face plate and
D6 board having Patch cord 2 Meter Length and Patch 100
cord with 1 Meter Length
D7 Patch cord 2 Meter Length and 3 Meter Length 700
Category 6 (CAT 6) Horizontal Cabling in plastic
D8 14000
casing N capping
D9 Data Cabinet (Security vault) - 370 Litres 1
Non IT and DC Facility Equipments
E - Civil and Furnishing Work
E1 IPS flooring (for false floor area) 140
E2 False flooring(450 mm clear height) 140
Armaduct (16 mm Class 1, Insulation under False
E3 40
floor (near PAC area) in Server Farm

MD/WZ/06/PUR/ADB/ERP-03
4-36 Section IV. Bidding Forms

E4 Steps for entry to Server Farm 2


E5 Ramps 1
E6 Trap Doors 4
E7 Fire Rated Doors - 4’ X 7’ and thickness 40/45mm 7
E8 Fire Rated Doors - 5’ X 7’ and thickness 40/45mm 2
E9 Windows - View panels at Server farm 6
E10 Storage Units for Goods/File Keeping 3
E11 Running Counter For Control Room and NOC 12
Control room console to house the TFT Monitors, Fire
E12 1
Alarm panel, Gas release panel etc.
E13 Security Desk outside of Server Room 1
Sofas-Sofa seating in Guest area outside of Server
E14 2
Room. (3+1+1 sitting capacity)
E15 Furniture - Computer chairs 10
E16 Furniture - Visitor Chairs 10
E17 Furniture - Chairs in Main cabins 5
Furniture - Senior Executives Table Finesse with
E18 5
storage
F-Electrification Work
F1 3 - Phase, 6 way Distribution Board for UPS power. 4
3 - Phase, 8 way Distribution Board for lighting and
F2 4
raw power.
F3 3 X 36W CFL lighting with fitting 20
F4 2 X 18W CFL, with reflector 10
F5 LED Spot lights 10
F6 Halogen 10 W Spot lights 8
1 phase Industrial socket (for Utility point) having
F7 20/32 Amp MCB or as per offered Server/Network 32
Rack
5/15 Switch - Socket - Raw Point - Average Point
F8 5
length up to and inclusive 8 to 12 Meters
5/15 Switch - Socket - Raw Point - Average Point
F9 5
length above 12 Meters and up to and inclusive 16

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-37

Meters.

5/15 Switch-Socket - Raw Point-Average Point length


F10 5
above 16 Meters and up to and inclusive 32 Meters
Computer Point 2 switch and 4 socket- Average Point
F11 10
length up to and inclusive 8 to 12 Meters
Computer Point 2 switch and 4 socket-Average Point
F12 length above 12 Meters and up to and inclusive 16 25
Meters.
Computer Point 2 switch and 4 socket-Average Point
F13 length above 16 Meters and up to and inclusive 32 25
Meters.
Supply and laying of 1100V grade, armored, PVC
F14 insulated, 3.5C X 16 Square mm copper armored 200
cable
Supply and laying of 1100V grade, unarmored, PVC
F15 insulated, 1.1KV grade, 3C X 4 Square mm copper 400
flexible cable
Supply and laying of 1100V grade, armored, PVC
F16 400
insulated, 3.5C X 400 Square mm AL armored cable
Supply and laying of 1100V grade, PVC insulated, 1C
F17 500
X 95 Square mm flexible copper cable
Supply and laying of 1100V grade, armored, PVC
F18 insulated, 3.5C X 25 Square mm copper armored 50
cable
One light point controlled by one 6 A modular type
F19 10
switch
Two light points controlled by one 6 A modular type
F20 10
switch
Three light points controlled by one 6 A modular type
F21 10
switch cabins
Four light points controlled by one 6 A modular type
F22 10
switch
F23 EARTH PIT 20
F24 Earthing Strip 300
F25 Equipment and Server rack earthing 1
F26 S/F 25 x 3 braided copper tape for grid earthing 75

MD/WZ/06/PUR/ADB/ERP-03
4-38 Section IV. Bidding Forms

F27 S/F 8 swg bare copper wire 100


F28 S/F 10 swg bare copper wire 75
Supply and laying of Cable Tray: 150 mm X 75 mm X
F29 150
16 gauge.
Supply and laying of Cable Tray: 3000mm X 75 mm X
F30 125
16 gauge.
Cable Termination: End termination at both ends
F31 16
3.5C X 16 SQMM
Cable Termination: End termination at both ends 3C
F32 60
X4 SQMM with flexible glangs
Cable Termination: End termination at both ends 1c x
F33 48
95 sqmm with flexible glands
Cable Termination: End termination at both ends
F34 12
3.5C x 400 SQMM (AL)
Cable Termination: End termination at both ends
F35 4
3.5C X 25 SQMM
F36 Emergency Lights - Emergency CFL light 10 W 10
F37 Main Power Distribution Panel 1
F38 UPS Sub DB (2 each for each UPS) 4
F39 Lightning protection for the building. 1
G-Other Data Centre Facility Equipments
G1 600 KVA or Higher DG SET with all the auxiliaries. 1
Supply and Installation of Precision Air 6 TR
G2 4
Conditioning System for Server Room
G5 Supply and Installation of 2 TR split AC 7
G6 Fire Detection System for Data Centre Area 1
G7 FM 200 Fire Suppression and Safety System 1
G8 Fire extinguisher and Safety-related Items 1
G9 Security Access Control System 1
G10 CCTV System 1
G11 Water Leak Detection System 1
G12 Rodent Repellent System 1
G13 Building Management System 1

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-39

G14 Intrusion detection system 1


G15 PA System 1
Temperature Sensor with Alarm for UPS room and
G16 2
Data Centre
H-Training and any other item proposed
H1 Training 1
Any other Item Proposed (Please provide item wise
H2 1
bifurcation Cost in a separate annexure)
I-Support/Services Cost for West Discom
Facility Management Services (FMS) from the
I1 4
Operational acceptance for West Discom.
Oracle and any other ATS Cost for DC for supplied
I2 licenses. (Please provide item wise bifurcation of ATS 4
Cost in a separate annexure) for West Discom
Oracle and any other ATS Cost for DR for supplied
I3 licenses. (Please provide item wise bifurcation of ATS 3
Cost in a separate annexure) for West Discom
AMC for all supplied items (Except DR components)
I4 shall be from the completion of warranty support 3
period for West Discom.
AMC for all supplied DR components shall be from
I5 the completion of warranty support period for West 2
Discom.
AMC for legacy hardware (1500 PC/Laptops) from
I6 the completion of warranty support period for West 3
Discom.
AMC for legacy hardware (1050 UPS) from the
I7 completion of warranty support period for West 3
Discom.
AMC for legacy hardware (800 Printers) from the
I8 completion of warranty support period for West 3
Discom.
K-Extended Supply/Services (Optional to Purchaser)

MD/WZ/06/PUR/ADB/ERP-03
4-40 Section IV. Bidding Forms

Cost of server hardware, software, licenses and any


other item/services required to upgrade the servers
tpmC/ SPECint for line item A1 – Database and
K1 Application Servers as per the defined expandability 1
in Annexure I (Only RDBMS & RAC licenses will be
procured/provided by the purchaser to achieve the
desired expandability)
Extended FMS (After 4 years of Mandatory FMS) for
K2 3
West Discom
Extended Oracle and any other ATS for DC for
supplied licenses. (Please provide item wise
K3 3
bifurcation of ATS Cost in a separate annexure after
4 years of Mandatory ATS) for West Discom
Extended Oracle and any other ATS for DR for
supplied licenses. (Please provide item wise
K4 3
bifurcation of ATS Cost in a separate annexure after
4 years of Mandatory ATS) for West Discom
Extended AMC for all supplied items (Except DR
K5 components after 4 years of Mandatory AMC) for 3
West Discom
Extended AMC for all supplied DR components (After
K6 3
4 years of Mandatory AMC) for West Discom
Extended AMC for legacy hardware (for 1500
K7 PC/Laptops after 3 years of Mandatory AMC) for 3
West Discom.
Extended AMC for legacy hardware (for 1200 UPS
K8 3
after 3 years of Mandatory AMC) for West Discom.
Extended AMC for legacy hardware (for 800 Printers
K9 3
after 3 years of Mandatory AMC) for West Discom.
Total Price of Installation and Support 0.00 0.00 0.00 0.00

DATE

PLACE: Signature and Seal of Bidder

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-41

Form 3I-D (II): Schedule No. 2 for East Discom - Installation and Support Part (PRICE
SCHEDULE FOR RELATED SERVICES TO BE OFFERED FROM WITHIN THE PURCHASER'S
COUNTRY)

NAME OF FIRM -->


IFB Number -->

Installation Total amount of


Total Amount
and Support Total Charges Freight- storage
Sr. Total Cost of Service Tax
Description Quantity Charges Per payable including insurance
No. (Rs.) on Total Qty
Unit (Rs.) charges on Total Qty
(Rs.)
(Rs.) (Rs.)

1 2 3 4 5=3X4 6 7=5+6 8

A - Information Technology (IT) Hardware - For Data Centre (DC) and Disaster Recovery (DR)
Database and Application Server (Comprises E-
Business Suite (EBS), Hyperion Planning and
A1 Oracle Business Intelligence Enterprise Edition 4
(OBIEE) as mentioned in Annexure I and as per
design mentioned in Section VI)
Application Development and QA Server (as per
A2 1
design mentioned in Section VI)
Peripheral Servers (Antivirus Server, Directory
Server, EMS/NMS Server, Patch management
A3 17
Server, SAN Management and Backup server,
Proxy Server, Reverse Proxy and Web Server)
A4 SAN Storage 2
A5 SAN Switch 2
A6 Tape Library 2
Labelled Tape Cartridge - 3.2 TB Compatible with
A7 48
supplied Tape Library

MD/WZ/06/PUR/ADB/ERP-03
4-42 Section IV. Bidding Forms

A8 Application Load Balancer 3


A9 KVM Switch 4
A10 Server UPS 60 KVA 2
A11 Core Router 4
A12 Internet Router 2
A13 MPLS Firewall 2
A14 Internet Firewall 2
A15 Intrusion Prevention System (IPS) 2
A16 Core Switch 2
A17 Distribution Switch 4
A18 DMZ Switch 2
A19 Access Switch 4
A20 Failover Switch 2
A21 Work Station 8
A22 A3 - Colour Printer 0
A23 Laser Network Printer 1
B - IT Hardware - For Remote Locations
B1 Remote Office Switch 411
B2 Remote Office Router 207
B3 Cheque Printer 20
B4 Barcode Printer 10
B5 Barcode Scanner 25
C - IT Software - For DC and DR
Unix/Enterprise Linux Server 64 Bit Operating
System (OS) or equivalent (certified for Oracle
EBS R12.1.3 and compatible with proposed
C1 application, database and development servers) 19
Supplier must supply the OS licenses based on
the supplied server cores/sockets (whichever is
applicable).

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-43

Enterprise Linux/Unix Server 64 Bit OS or


equivalent (needs to be compatible with Squid
proxy and proposed proxy server)
C2 2
Supplier must supply the OS licenses based on
the supplied server cores/sockets (whichever is
applicable).
Windows Server 2008 Enterprise Edition 64 Bit
C3 15
OS
Oracle Database Licenses (two No. of processor
licenses of Oracle Enterprise are available with
both the purchasers i.e. total 4 No. of licenses. All
C4 the additional Oracle database (DB) enterprise
licenses as per production and development DB
server’s requirement must be supplied by the
supplier for both the purchasers)
Real Application Clusters (RAC) licenses (as
C5
required by DB server)
C6 Antivirus server license 1
C7 Antivirus client license 2000
C8 Network Fault Management 650
C9 Network Performance Management 650
Server Management and Monitoring (number of
C10
licenses will be as per supplied servers)
Oracle DB Performance Management (number of
EMS/NMS licenses of Oracle DB Performance
C11
Management will be as per offered DB server’s
requirement)
C12 Client Automation Management 2000
C13 Service Desk and Service Level Management 5
SSL VPN licenses (per user for the supplied
C14 500
firewall)
Backup Management Software with Central
C15 2
Management Server
High Availability OS Clustering Software with
C16 4
shared file system
MS Office 2010 (or compatible with ERP
C17 0
environment) Indic standard (OLP)

MD/WZ/06/PUR/ADB/ERP-03
4-44 Section IV. Bidding Forms

D - Passive Material - For DC and DR


D1 Network Rack 42U 2
24 Port Modular Patch Panel (for 42 U Network
D2 18
Rack)
D3 Network Rack with modular Patch Panel – 6U 2
D4 Server Rack (with LCD console) 4
D5 24 Port Modular Patch Panel (for Server Rack) 12
Information Outlet with surface mount face plate
D6 and board having Patch cord 2 Meter Length and 100
Patch cord with 1 Meter Length
D7 Patch cord 2 Meter Length and 3 Meter Length 700
Category 6 (CAT 6) Horizontal Cabling in plastic
D8 14000
casing N capping
D9 Data Cabinet (Security vault) - 370 Litres 1
Non IT and DC Facility Equipments
E - Civil and Furnishing Work
E1 IPS flooring (for false floor area) 62
E2 False flooring(450 mm clear height) 62
Armaduct (16 mm Class 1, Insulation under False
E3 20
floor (near PAC area) in Server Farm
E4 Steps for entry to Server Farm 0
E5 Ramps 0
E6 Trap Doors 0
Fire Rated Doors - 4’ X 7’ and thickness
E7 0
40/45mm
Fire Rated Doors - 5’ X 7’ and thickness
E8 0
40/45mm
E9 Windows - View panels at Server farm 0
E10 Storage Units for Goods/File Keeping 0
E11 Running Counter For Control Room and NOC 5
Control room console to house the TFT Monitors,
E12 0
Fire Alarm panel, Gas release panel etc.
E13 Security Desk outside of Server Room 0

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-45

Sofas-Sofa seating in Guest area outside of


E14 0
Server Room. (3+1+1 sitting capacity)
E15 Furniture - Computer chairs 10
E16 Furniture - Visitor Chairs 0
E17 Furniture - Chairs in Main cabins 0
Furniture - Senior Executives Table Finesse with
E18 0
storage
E19 Door Closure for UPS Room 1
F-Electrification Work
3 - Phase, 6 way Distribution Board for UPS
F1 4
power.
3 - Phase, 8 way Distribution Board for lighting
F2 4
and raw power.
F3 3 X 36W CFL lighting with fitting 10
F4 2 X 18W CFL, with reflector 8
F5 LED Spot lights 0
F6 Halogen 10 W Spot lights 0
1 phase Industrial socket (for Utility point) having
F7 20/32 Amp MCB or as per offered 32
Server/Network Rack
5/15 Switch - Socket - Raw Point - Average Point
F8 5
length up to and inclusive 8 to 12 Meters
5/15 Switch - Socket - Raw Point - Average Point
F9 length above 12 Meters and up to and inclusive 0
16 Meters.
5/15 Switch-Socket - Raw Point-Average Point
F10 length above 16 Meters and up to and inclusive 0
32 Meters
Computer Point 2 switch and 4 socket- Average
F11 30
Point length up to and inclusive 8 to 12 Meters
Computer Point 2 switch and 4 socket-Average
F12 Point length above 12 Meters and up to and 0
inclusive 16 Meters.
Computer Point 2 switch and 4 socket-Average
F13 Point length above 16 Meters and up to and 0
inclusive 32 Meters.

MD/WZ/06/PUR/ADB/ERP-03
4-46 Section IV. Bidding Forms

Supply and laying of 1100V grade, armored, PVC


F14 insulated, 3.5C X 16 Square mm copper armored 0
cable
Supply and laying of 1100V grade, unarmored,
F15 PVC insulated, 1.1KV grade, 3C X 4 Square mm 0
copper flexible cable
Supply and laying of 1100V grade, armored, PVC
F16 insulated, 3.5C X 400 Square mm AL armored 0
cable
Supply and laying of 1100V grade, PVC
F17 insulated, 1C X 95 Square mm flexible copper 0
cable
Supply and laying of 1100V grade, armored, PVC
F18 insulated, 3.5C X 25 Square mm copper armored 0
cable
One light point controlled by one 6 A modular
F19 0
type switch
Two light points controlled by one 6 A modular
F20 0
type switch
Three light points controlled by one 6 A modular
F21 0
type switch cabins
Four light points controlled by one 6 A modular
F22 0
type switch
F23 EARTH PIT 4
F24 Earthing Strip 300
F25 Equipment and Server rack earthing 1
F26 S/F 25 x 3 braided copper tape for grid earthing 75
F27 S/F 8 swg bare copper wire 100
F28 S/F 10 swg bare copper wire 75
Supply and laying of Cable Tray: 150 mm X 75
F29 100
mm X 16 gauge.
Supply and laying of Cable Tray: 3000mm X 75
F30 0
mm X 16 gauge.
Cable Termination: End termination at both ends
F31 0
3.5C X 16 SQMM
Cable Termination: End termination at both ends
F32 0
3C X4 SQMM with flexible glangs

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-47

Cable Termination: End termination at both ends


F33 0
1c x 95 sqmm with flexible glands
Cable Termination: End termination at both ends
F34 0
3.5C x 400 SQMM (AL)
Cable Termination: End termination at both ends
F35 0
3.5C X 25 SQMM
F36 Emergency Lights - Emergency CFL light 10 W 0
F37 Main Power Distribution Panel 0
F38 UPS Sub DB (2 each for each UPS) 0
F39 Lightning protection for the building. 0
Supplying, storing, laying, testing and
commissioning of 1.1 KV grade Aluminium
/Copper conductor, PVC insulated, steel strip
F40 1
armoured complete with inner sheath and outer
sheath manufactured as per I.S.1554 (Part I) on
existing cable tray, in trenches or dir
F41 Cables 1
F42 Cable Terminations 1
Supply and connecting, cutting and peeling,
terminating and connecting, cables with brass
F43 compression type cable gland and crimped 1
Aluminium lug joints in respective DBs, switches
etc.
F44 Point Wiring - Supply and installation 1
Wiring for electrical points - Supply and
F45 1
installation
G-Other Data Centre Facility Equipments
600 KVA or Higher DG SET with all the
G1 0
auxiliaries.
Supply and Installation of Precision Air 6 TR
G2 0
Conditioning System for Server Room
1200 KVA or Higher DG SET with all the
G3 auxiliaries with Synchronization Panel for 1
proposed (1200 KVA) and existing (650 KVA).
Supply and Installation of Precision Air
G4 Conditioning System of 8.5 TR each for Server 2
Room

MD/WZ/06/PUR/ADB/ERP-03
4-48 Section IV. Bidding Forms

G5 Supply and Installation of 2 TR split AC 5


G6 Fire Detection System for Data Centre Area 0
G7 FM 200 Fire Suppression and Safety System 0
G8 Fire extinguisher and Safety-related Items 1
G9 Security Access Control System 1
G10 CCTV System 0
G11 Water Leak Detection System 1
G12 Rodent Repellent System 1
G13 Building Management System 0
G14 Intrusion detection system 0
G15 PA System 0
Temperature Sensor with Alarm for UPS room
G16 2
and Data Centre
H-Training and any other item proposed
H1 Training 1
Any other Item Proposed (Please provide item
H2 1
wise bifurcation Cost in a separate annexure)
I-Support/Services Cost for West Discom
Facility Management Services (FMS) from the
I1 0
Operational acceptance for West Discom.
Oracle and any other ATS Cost for DC for
supplied licenses. (Please provide item wise
I2 0
bifurcation of ATS Cost in a separate annexure)
for West Discom
Oracle and any other ATS Cost for DR for
supplied licenses. (Please provide item wise
I3 0
bifurcation of ATS Cost in a separate annexure)
for West Discom
AMC for all supplied items (Except DR
I4 components) shall be from the completion of 0
warranty support period for West Discom.
AMC for all supplied DR components shall be
I5 from the completion of warranty support period 0
for West Discom.

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-49

AMC for legacy hardware (1500 PC/Laptops)


I6 from the completion of warranty support period 0
for West Discom.
AMC for legacy hardware (1050 UPS) from the
I7 completion of warranty support period for West 0
Discom.
AMC for legacy hardware (800 Printers) from the
I8 completion of warranty support period for West 0
Discom.
J-Support/Services Cost for East Discom
Facility Management Services (FMS) from the
J1 4
Operational acceptance for East Discom.
Oracle and any other ATS Cost for DC for
supplied licenses. (Please provide item wise
J2 4
bifurcation of ATS Cost in a separate annexure)
for East Discom
Oracle and any other ATS Cost for DR for
supplied licenses. (Please provide item wise
J3 3
bifurcation of ATS Cost in a separate annexure)
for East Discom
AMC for all supplied items (Except DR
J4 components) shall be from the completion of 3
warranty support period for East Discom.
AMC for all supplied DR components shall be
J5 from the completion of warranty support period 2
for East Discom.
AMC for legacy hardware (2000 PC/Laptops)
J6 from the completion of warranty support period 3
for East Discom.
AMC for legacy hardware (2000 UPS) from the
J7 completion of warranty support period for East 3
Discom.
AMC for legacy hardware (800 Printers) from the
J8 completion of warranty support period for East 3
Discom.
K-Extended Supply/Services (Optional to Purchaser)

MD/WZ/06/PUR/ADB/ERP-03
4-50 Section IV. Bidding Forms

Cost of server hardware, software, licenses and


any other item/services required to upgrade the
servers tpmC/ SPECint for line item A1 –
Database and Application Servers as per the
K1 1
defined expandability in Annexure I (Only
RDBMS & RAC licenses will be
procured/provided by the purchaser to achieve
the desired expandability)
Extended FMS (After 4 years of Mandatory FMS)
K2 0
for West Discom
Extended Oracle and any other ATS for DC for
supplied licenses. (Please provide item wise
K3 0
bifurcation of ATS Cost in a separate annexure
after 4 years of Mandatory ATS) for West Discom
Extended Oracle and any other ATS for DR for
supplied licenses. (Please provide item wise
K4 0
bifurcation of ATS Cost in a separate annexure
after 4 years of Mandatory ATS) for West Discom
Extended AMC for all supplied items (Except DR
K5 components after 4 years of Mandatory AMC) for 0
West Discom
Extended AMC for all supplied DR components
K6 (After 4 years of Mandatory AMC) for West 0
Discom
Extended AMC for legacy hardware (for 1500
K7 PC/Laptops after 3 years of Mandatory AMC) for 0
West Discom.
Extended AMC for legacy hardware (for 1200
K8 UPS after 3 years of Mandatory AMC) for West 0
Discom.
Extended AMC for legacy hardware (for 800
K9 Printers after 3 years of Mandatory AMC) for 0
West Discom.
Extended FMS (After 4 years of Mandatory FMS)
K10 3
for East Discom
Extended Oracle and any other ATS for DC for
supplied licenses. (Please provide item wise
K11 3
bifurcation of ATS Cost in a separate annexure
after 4 years of Mandatory ATS) for East Discom

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-51

Extended Oracle and any other ATS for DR for


supplied licenses. (Please provide item wise
K12 3
bifurcation of ATS Cost in a separate annexure
after 4 years of Mandatory ATS) for East Discom
Extended AMC for all supplied items (Except DR
K13 components after 4 years of Mandatory AMC) for 3
East Discom
Extended AMC for all supplied DR components
K14 (After 4 years of Mandatory AMC) for East 3
Discom
Extended AMC for legacy hardware (for 2000
K15 PC/Laptops after 3 years of Mandatory AMC) for 3
East Discom.
Extended AMC for legacy hardware (for 2000
K16 UPS after 3 years of Mandatory AMC) for East 3
Discom.
Extended AMC for legacy hardware (for 800
K17 Printers after 3 years of Mandatory AMC) for East 3
Discom.
Total Price of Installation and Support 0.00 0.00 0.00 0.00

DATE

PLACE: Signature and Seal of Bidder

Form 3I-E(I): Schedule No. 3 for West Discom - Price Summary


NAME OF FIRM -->
IFB Number -->
TOTAL PRICE
SR. No. TITLE
(Rs.)
1 Total Cost of Material Supplied (Excluding all Taxes) 0.00
2 Total cost of Freight 0.00

MD/WZ/06/PUR/ADB/ERP-03
4-52 Section IV. Bidding Forms

3 Total Cost of Installation and Support Services 0.00


GRAND TOTAL (excluding ET/CST/VAT) forward to Form 3F (Grand Summary) 0.00
4 Total Cost of Service Tax 0.00
5 Total Tax (ET/CST/VAT) 0.00
GRAND TOTAL including all Tax 0.00

DATE:

PLACE: Signature and Seal of Bidder

Form 3I-E(II): Schedule No. 3 for East Discom - Price Summary


NAME OF FIRM -->
IFB Number -->
TOTAL PRICE
SR. No. TITLE
(Rs.)
1 Total Cost of Material Supplied (Excluding all Taxes) 0.00
2 Total cost of Freight 0.00
3 Total Cost of Installation and Support Services 0.00
GRAND TOTAL (excluding ET/CST/VAT) forward to Form 3F (Grand Summary) 0.00
4 Total Cost of Service Tax 0.00
5 Total Tax (ET/CST/VAT) 0.00
GRAND TOTAL including all Tax 0.00

DATE:

PLACE: Signature and Seal of Bidder

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-53

Form 3I-F: Schedule No. 4 - Grand Summary

NAME OF FIRM -->


IFB Number -->
TOTAL PRICE
SR. No. TITLE
(Rs.)
1 GRAND TOTAL of West Discom

2 GRAND TOTAL of East Discom

GRAND TOTAL to be carried forward to Letter of Bid 0.00

DATE:

PLACE: Signature and Seal of Bidder

MD/WZ/06/PUR/ADB/ERP-03
4-54 Section IV. Bidding Forms

FORM 3F-B: UNIT PRICE SCHEDULE


*PLEASE ENTER THE PRICE OF EACH UNDER-MENTIONED ITEMS - "SEE INSTRUCTION SHEET FOR DETAILS"

Total Item Filled in Current Current Filling Status


Total Item Price Should be Filled : 1014 : 0 : 0.00%
PLEASE FILL ALL THE ORANGE COLOR CELL BEFORE MOVING TO NEXT SHEET.

NAME OF FIRM -->


IFB Number -->

Country of Origin
INSTALLATION and
MATERIAL COST
SUPPORT COST

Quantity
S. Unit Price
Particulars Unit CST/VAT
No. Unit Price Excluding Service Tax
on unit ET
CIP [foreign Service Tax Per Unit
price (Rs.)
currency] [foreign (Rs.)
(Rs.)
currency]
1 2 3 4 5 6 7 8 9 10
A - Information Technology (IT) Hardware - For Data Centre (DC) and Disaster Recovery (DR)
Database and Application Server (Comprises
E-Business Suite (EBS), Hyperion Planning
A1 and Oracle Business Intelligence Enterprise Numbers 8
Edition (OBIEE) as mentioned in Annexure I
and as per design mentioned in Section VI)
Application Development and QA Server (as
A2 Numbers 2
per design mentioned in Section VI)

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-55

Peripheral Servers (Antivirus Server,


Directory Server, EMS/NMS Server, Patch
A3 management Server, SAN Management and Numbers 34
Backup server, Proxy Server, Reverse Proxy
and Web Server)
A4 SAN Storage Numbers 4
A5 SAN Switch Numbers 4
A6 Tape Library Numbers 4
Labelled Tape Cartridge - 3.2 TB Compatible
A7 Numbers 96
with supplied Tape Library
A8 Application Load Balancer Numbers 6
A9 KVM Switch Numbers 8
A10 Server UPS 60 KVA Numbers 4
A11 Core Router Numbers 8
A12 Internet Router Numbers 4
A13 MPLS Firewall Numbers 4
A14 Internet Firewall Numbers 4
A15 Intrusion Prevention System (IPS) Numbers 4
A16 Core Switch Numbers 4
A17 Distribution Switch Numbers 8
A18 DMZ Switch Numbers 4
A19 Access Switch Numbers 8
A20 Failover Switch Numbers 4
A21 Work Station Numbers 16
A22 A3 - Colour Printer Numbers 1
A23 Laser Network Printer Numbers 1
B - IT Hardware - For Remote Locations
B1 Remote Office Switch Numbers 637
B2 Remote Office Router Numbers 377
B3 Cheque Printer Numbers 40
B4 Barcode Printer Numbers 20
B5 Barcode Scanner Numbers 50
C - IT Software - For DC and DR

MD/WZ/06/PUR/ADB/ERP-03
4-56 Section IV. Bidding Forms

Unix/Enterprise Linux Server 64 Bit Operating


System (OS) or equivalent (certified for
Oracle EBS R12.1.3 and compatible with
Numbers
proposed application, database and
C1 of 38
development servers)
Servers
Supplier must supply the OS licenses based
on the supplied server cores/sockets
(whichever is applicable).
Enterprise Linux/Unix Server 64 Bit OS or
equivalent (needs to be compatible with
Numbers
Squid proxy and proposed proxy server)
C2 of 4
Supplier must supply the OS licenses based
Servers
on the supplied server cores/sockets
(whichever is applicable).
Windows Server 2008 Enterprise Edition 64
C3 Numbers 30
Bit OS
Oracle Database Licenses (two No. of
processor licenses of Oracle Enterprise are
available with both the purchasers i.e. total 4
No. of licenses. All the additional Oracle
C4 Numbers
database (DB) enterprise licenses as per
production and development DB server’s
requirement must be supplied by the supplier
for both the purchasers)
Real Application Clusters (RAC) licenses (as
C5 Numbers
required by DB server)
C6 Antivirus server license Numbers 2
C7 Antivirus client license Numbers 3500
C8 Network Fault Management Numbers 1080
C9 Network Performance Management Numbers 1080
Server Management and Monitoring (number
C10 Numbers
of licenses will be as per supplied servers)
Oracle DB Performance Management
(number of EMS/NMS licenses of Oracle DB
C11 Numbers
Performance Management will be as per
offered DB server’s requirement)
C12 Client Automation Management Numbers 3500

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-57

C13 Service Desk and Service Level Management Numbers 10


SSL VPN licenses (per user for the supplied
C14 Numbers 1200
firewall)
Backup Management Software with Central
C15 Numbers 4
Management Server
High Availability OS Clustering Software with
C16 Numbers 8
shared file system
MS Office 2010 (or compatible with ERP
C17 Numbers 100
environment) Indic standard (OLP)
D - Passive Material - For DC and DR
D1 Network Rack 42U Numbers 4
24 Port Modular Patch Panel (for 42 U
D2 Numbers 36
Network Rack)
D3 Network Rack with modular Patch Panel – 6U Numbers 4
D4 Server Rack (with LCD console) Numbers 8
24 Port Modular Patch Panel (for Server
D5 Numbers 24
Rack)
Information Outlet with surface mount face
D6 plate and board having Patch cord 2 Meter Numbers 200
Length and Patch cord with 1 Meter Length
Patch cord 2 Meter Length and 3 Meter
D7 Numbers 1400
Length
Category 6 (CAT 6) Horizontal Cabling in 2800
D8 Meter
plastic casing N capping 0
D9 Data Cabinet (Security vault) - 370 Litres Numbers 2
Non IT and DC Facility Equipments
E - Civil and Furnishing Work
Square
E1 IPS flooring (for false floor area) 202
Meter
Square
E2 False flooring(450 mm clear height) 202
Meter
Armaduct (16 mm Class 1, Insulation under Square
E3 60
False floor (near PAC area) in Server Farm Meter
E4 Steps for entry to Server Farm Lot 2
E5 Ramps Lot 1

MD/WZ/06/PUR/ADB/ERP-03
4-58 Section IV. Bidding Forms

Square
E6 Trap Doors 4
Meter
Fire Rated Doors - 4’ X 7’ and thickness
E7 Numbers 7
40/45mm
Fire Rated Doors - 5’ X 7’ and thickness
E8 Numbers 2
40/45mm
Square
E9 Windows - View panels at Server farm 6
Meter
Square
E10 Storage Units for Goods/File Keeping 3
Meter
Square
E11 Running Counter For Control Room and NOC 17
Meter
Control room console to house the TFT
E12 Monitors, Fire Alarm panel, Gas release Lot 1
panel etc.
E13 Security Desk outside of Server Room Numbers 1
Sofas-Sofa seating in Guest area outside of
E14 Set 2
Server Room. (3+1+1 sitting capacity)
E15 Furniture - Computer chairs Numbers 20
E16 Furniture - Visitor Chairs Numbers 10
E17 Furniture - Chairs in Main cabins Numbers 5
Furniture - Senior Executives Table Finesse
E18 Numbers 5
with storage
E19 Door Closure for UPS Room Numbers 1
F-Electrification Work
3 - Phase, 6 way Distribution Board for UPS
F1 Numbers 8
power.
3 - Phase, 8 way Distribution Board for
F2 Numbers 8
lighting and raw power.
F3 3 X 36W CFL lighting with fitting Numbers 30
F4 2 X 18W CFL, with reflector Numbers 18
F5 LED Spot lights Numbers 10
F6 Halogen 10 W Spot lights Numbers 8

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-59

1 phase Industrial socket (for Utility point)


F7 having 20/32 Amp MCB or as per offered Numbers 64
Server/Network Rack
5/15 Switch - Socket - Raw Point - Average
F8 Point length up to and inclusive 8 to 12 Numbers 10
Meters
5/15 Switch - Socket - Raw Point - Average
F9 Point length above 12 Meters and up to and Numbers 5
inclusive 16 Meters.
5/15 Switch-Socket - Raw Point-Average
F10 Point length above 16 Meters and up to and 5
Numbers
inclusive 32 Meters
Computer Point 2 switch and 4 socket-
F11 Average Point length up to and inclusive 8 to Numbers 40
12 Meters
Computer Point 2 switch and 4 socket-
F12 Average Point length above 12 Meters and Numbers 25
up to and inclusive 16 Meters.
Computer Point 2 switch and 4 socket-
F13 Average Point length above 16 Meters and Numbers 25
up to and inclusive 32 Meters.
Supply and laying of 1100V grade, armored,
F14 PVC insulated, 3.5C X 16 Square mm copper Meters 200
armored cable
Supply and laying of 1100V grade,
F15 unarmored, PVC insulated, 1.1KV grade, 3C Meters 400
X 4 Square mm copper flexible cable
Supply and laying of 1100V grade, armored,
F16 PVC insulated, 3.5C X 400 Square mm AL Meters 400
armored cable
Supply and laying of 1100V grade, PVC
F17 insulated, 1C X 95 Square mm flexible Meters 500
copper cable
Supply and laying of 1100V grade, armored,
F18 PVC insulated, 3.5C X 25 Square mm copper Meters 50
armored cable

MD/WZ/06/PUR/ADB/ERP-03
4-60 Section IV. Bidding Forms

One light point controlled by one 6 A modular


F19 Numbers 10
type switch
Two light points controlled by one 6 A
F20 Numbers 10
modular type switch
Three light points controlled by one 6 A
F21 Numbers 10
modular type switch cabins
Four light points controlled by one 6 A
F22 Numbers 10
modular type switch
F23 EARTH PIT Numbers 24
F24 Earthing Strip meters 600
F25 Equipment and Server rack earthing set 2
S/F 25 x 3 braided copper tape for grid
F26 meters 150
earthing
F27 S/F 8 swg bare copper wire meters 200
F28 S/F 10 swg bare copper wire meters 150
Supply and laying of Cable Tray: 150 mm X
F29 meters 250
75 mm X 16 gauge.
Supply and laying of Cable Tray: 3000mm X
F30 meters 125
75 mm X 16 gauge.
Cable Termination: End termination at both
F31 16
ends 3.5C X 16 SQMM Numbers
Cable Termination: End termination at both
F32 60
ends 3C X4 SQMM with flexible glangs Numbers
Cable Termination: End termination at both
F33 48
ends 1c x 95 sqmm with flexible glands Numbers
Cable Termination: End termination at both
F34 12
ends 3.5C x 400 SQMM (AL) Numbers
Cable Termination: End termination at both
F35 4
ends 3.5C X 25 SQMM Numbers
Emergency Lights - Emergency CFL light 10
F36 10
W Numbers
F37 Main Power Distribution Panel Numbers 1
F38 UPS Sub DB (2 each for each UPS) Numbers 4
F39 Lightning protection for the building. Set 1

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-61

Supplying, storing, laying, testing and


commissioning of 1.1 KV grade Aluminium
/Copper conductor, PVC insulated, steel
F40 strip armoured complete with inner sheath Set 1
and outer sheath manufactured as per
I.S.1554 (Part I) on existing cable tray, in
trenches or dir
F41 Cables Set 1
F42 Cable Terminations Set 1
Supply and connecting, cutting and peeling,
terminating and connecting, cables with brass
F43 compression type cable gland and crimped Set 1
Aluminium lug joints in respective DBs,
switches etc.
F44 Point Wiring - Supply and installation Set 1
Wiring for electrical points - Supply and
F45 Set 1
installation
G-Other Data Centre Facility Equipments
600 KVA or Higher DG SET with all the
G1 Set 1
auxiliaries.
Supply and Installation of Precision Air 6 TR
G2 Numbers 4
Conditioning System for Server Room
1200 KVA or Higher DG SET with all the
auxiliaries with Synchronization Panel for
G3 Set 1
proposed (1200 KVA) and existing (650
KVA).
Supply and Installation of Precision Air
G4 Conditioning System of 8.5 TR each for Numbers 2
Server Room
G5 Supply and Installation of 2 TR split AC Numbers 12
G6 Fire Detection System for Data Centre Area Lot 1
G7 FM 200 Fire Suppression and Safety System Lot 1
G8 Fire extinguisher and Safety-related Items Lot 2
G9 Security Access Control System Lot 2
G10 CCTV System Lot 1
G11 Water Leak Detection System Lot 2
G12 Rodent Repellent System Lot 2

MD/WZ/06/PUR/ADB/ERP-03
4-62 Section IV. Bidding Forms

G13 Building Management System Lot 1


G14 Intrusion detection system Lot 1
G15 PA System Lot 1
Temperature Sensor with Alarm for UPS
G16 Lot 4
room and Data Centre
H-Training and any other item proposed
Lump
H1 Training 2
Sum
Any other Item Proposed (Please provide
Lump
H2 item wise bifurcation Cost in a separate 2
Sum
annexure)
I-Support/Services Cost for West Discom
Facility Management Services (FMS) from
I1 Years 4
the Operational acceptance for West Discom.
Oracle and any other ATS Cost for DC for
supplied licenses. (Please provide item wise
I2 Years 4
bifurcation of ATS Cost in a separate
annexure) for West Discom
Oracle and any other ATS Cost for DR for
supplied licenses. (Please provide item wise
I3 Years 3
bifurcation of ATS Cost in a separate
annexure) for West Discom
AMC for all supplied items (Except DR
I4 components) shall be from the completion of Years 3
warranty support period for West Discom.
AMC for all supplied DR components shall be
I5 from the completion of warranty support Years 2
period for West Discom.
AMC for legacy hardware (1500 PC/Laptops)
I6 from the completion of warranty support Years 3
period for West Discom.
AMC for legacy hardware (1050 UPS) from
I7 the completion of warranty support period for Years 3
West Discom.

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-63

AMC for legacy hardware (800 Printers) from


I8 the completion of warranty support period for Years 3
West Discom.
J-Support/Services Cost for East Discom
Facility Management Services (FMS) from
J1 Years 4
the Operational acceptance for East Discom.
Oracle and any other ATS Cost for DC for
supplied licenses. (Please provide item wise
J2 Years 4
bifurcation of ATS Cost in a separate
annexure) for East Discom
Oracle and any other ATS Cost for DR for
supplied licenses. (Please provide item wise
J3 Years 3
bifurcation of ATS Cost in a separate
annexure) for East Discom
AMC for all supplied items (Except DR
J4 components) shall be from the completion of Years 3
warranty support period for East Discom.
AMC for all supplied DR components shall be
J5 from the completion of warranty support Years 2
period for East Discom.
AMC for legacy hardware (2000 PC/Laptops)
J6 from the completion of warranty support Years 3
period for East Discom.
AMC for legacy hardware (2000 UPS) from
J7 the completion of warranty support period for Years 3
East Discom.
AMC for legacy hardware (800 Printers) from
J8 the completion of warranty support period for Years 3
East Discom.
K-Extended Supply/Services (Optional to Purchaser)

MD/WZ/06/PUR/ADB/ERP-03
4-64 Section IV. Bidding Forms

Cost of server hardware, software, licenses


and any other item/services required to
upgrade the servers tpmC/ SPECint for line
item A1 – Database and Application Servers Lump
K1 2
as per the defined expandability in Annexure I Sum
(Only RDBMS & RAC licenses will be
procured/provided by the purchaser to
achieve the desired expandability)
Extended FMS (After 4 years of Mandatory
K2 Years 3
FMS) for West Discom
Extended Oracle and any other ATS for DC
for supplied licenses. (Please provide item
K3 wise bifurcation of ATS Cost in a separate Years 3
annexure after 4 years of Mandatory ATS) for
West Discom
Extended Oracle and any other ATS for DR
for supplied licenses. (Please provide item
K4 wise bifurcation of ATS Cost in a separate Years 3
annexure after 4 years of Mandatory ATS) for
West Discom
Extended AMC for all supplied items (Except
K5 DR components after 4 years of Mandatory Years 3
AMC) for West Discom
Extended AMC for all supplied DR
K6 components (After 4 years of Mandatory Years 3
AMC) for West Discom
Extended AMC for legacy hardware (for 1500
K7 PC/Laptops after 3 years of Mandatory AMC) Years 3
for West Discom.
Extended AMC for legacy hardware (for 1200
K8 UPS after 3 years of Mandatory AMC) for Years 3
West Discom.
Extended AMC for legacy hardware (for 800
K9 Printers after 3 years of Mandatory AMC) for Years 3
West Discom.
Extended FMS (After 4 years of Mandatory
K10 Years 3
FMS) for East Discom

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-65

Extended Oracle and any other ATS for DC


for supplied licenses. (Please provide item
K11 wise bifurcation of ATS Cost in a separate Years 3
annexure after 4 years of Mandatory ATS) for
East Discom
Extended Oracle and any other ATS for DR
for supplied licenses. (Please provide item
K12 wise bifurcation of ATS Cost in a separate Years 3
annexure after 4 years of Mandatory ATS) for
East Discom
Extended AMC for all supplied items (Except
K13 DR components after 4 years of Mandatory Years 3
AMC) for East Discom
Extended AMC for all supplied DR
K14 components (After 4 years of Mandatory Years 3
AMC) for East Discom
Extended AMC for legacy hardware (for 2000
K15 PC/Laptops after 3 years of Mandatory AMC) Years 3
for East Discom.
Extended AMC for legacy hardware (for 2000
K16 UPS after 3 years of Mandatory AMC) for Years 3
East Discom.
Extended AMC for legacy hardware (for 800
K17 Printers after 3 years of Mandatory AMC) for Years 3
East Discom.

Place : Date : Signature & Seal of Bidder

Form 3F-C(II): Schedule No. 1 for East Discom - Material Supplied (PRICE SCHEDULE FOR
GOODS
TO BE OFFERED FROM OUTSIDE THE PURCHASER'S COUNTRY)

MD/WZ/06/PUR/ADB/ERP-03
4-66 Section IV. Bidding Forms

NAME OF FIRM -->


IFB Number -->
Unit Price CIP Taxes & duties
Sr. Country of Total Price CIP
Description Quantity [foreign on Total Qty
No. Origin [foreign currency]
currency] (Rs.)

1 2 3 4 5 6=4X5 7

A - Information Technology (IT) Hardware - For Data Centre (DC) and Disaster Recovery (DR)
Database and Application Server (Comprises E-Business Suite
(EBS), Hyperion Planning and Oracle Business Intelligence
A1 4
Enterprise Edition (OBIEE) as mentioned in Annexure I and as per
design mentioned in Section VI)
Application Development and QA Server (as per design mentioned
A2 1
in Section VI)
Peripheral Servers (Antivirus Server, Directory Server, EMS/NMS
A3 Server, Patch management Server, SAN Management and Backup 17
server, Proxy Server, Reverse Proxy and Web Server)
A4 SAN Storage 2
A5 SAN Switch 2
A6 Tape Library 2
Labelled Tape Cartridge - 3.2 TB Compatible with supplied Tape
A7 48
Library
A8 Application Load Balancer 3
A9 KVM Switch 4
A10 Server UPS 60 KVA 2
A11 Core Router 4
A12 Internet Router 2
A13 MPLS Firewall 2
A14 Internet Firewall 2
A15 Intrusion Prevention System (IPS) 2
A16 Core Switch 2

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-67

A17 Distribution Switch 4


A18 DMZ Switch 2
A19 Access Switch 4
A20 Failover Switch 2
A21 Work Station 8
A22 A3 - Colour Printer 1
B - IT Hardware - For Remote Locations
B1 Remote Office Switch 226
B2 Remote Office Router 170
B3 Cheque Printer 20
B4 Barcode Printer 10
B5 Barcode Scanner 25
C - IT Software - For DC and DR
Unix/Enterprise Linux Server 64 Bit Operating System (OS) or
equivalent (certified for Oracle EBS R12.1.3 and compatible with
C1 proposed application, database and development servers)Supplier 19
must supply the OS licenses based on the supplied server
cores/sockets (whichever is applicable).
Enterprise Linux/Unix Server 64 Bit OS or equivalent (needs to be
compatible with Squid proxy and proposed proxy server)Supplier
C2 2
must supply the OS licenses based on the supplied server
cores/sockets (whichever is applicable).
C3 Windows Server 2008 Enterprise Edition 64 Bit OS 15
Oracle Database Licenses (two No. of processor licenses of Oracle
Enterprise are available with both the purchasers i.e. total 4 No. of
C4 licenses. All the additional Oracle database (DB) enterprise licenses
as per production and development DB server’s requirement must
be supplied by the supplier for both the purchasers)
C5 Real Application Clusters (RAC) licenses (as required by DB server)
C6 Antivirus server license 1
C7 Antivirus client license 1500
C8 Network Fault Management 430
C9 Network Performance Management 430

MD/WZ/06/PUR/ADB/ERP-03
4-68 Section IV. Bidding Forms

Server Management and Monitoring (number of licenses will be as


C10
per supplied servers)
Oracle DB Performance Management (number of EMS/NMS
C11 licenses of Oracle DB Performance Management will be as per
offered DB server’s requirement)
C12 Client Automation Management 1500
C13 Service Desk and Service Level Management 5
C14 SSL VPN licenses (per user for the supplied firewall) 700
C15 Backup Management Software with Central Management Server 2
C16 High Availability OS Clustering Software with shared file system 4
MS Office 2010 (or compatible with ERP environment) Indic
C17 100
standard (OLP)
D - Passive Material - For DC and DR
D1 Network Rack 42U 2
D2 24 Port Modular Patch Panel (for 42 U Network Rack) 18
D3 Network Rack with modular Patch Panel – 6U 2
D4 Server Rack (with LCD console) 4
D5 24 Port Modular Patch Panel (for Server Rack) 12
Information Outlet with surface mount face plate and board having
D6 100
Patch cord 2 Meter Length and Patch cord with 1 Meter Length
D7 Patch cord 2 Meter Length and 3 Meter Length 700
D8 Category 6 (CAT 6) Horizontal Cabling in plastic casing N capping 14000
D9 Data Cabinet (Security vault) - 370 Litres 1
Non IT and DC Facility Equipments
E - Civil and Furnishing Work
E1 IPS flooring (for false floor area) 140
E2 False flooring(450 mm clear height) 140
Armaduct (16 mm Class 1, Insulation under False floor (near PAC
E3 40
area) in Server Farm
E4 Steps for entry to Server Farm 2
E5 Ramps 1
E6 Trap Doors 4

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-69

E7 Fire Rated Doors - 4’ X 7’ and thickness 40/45mm 7


E8 Fire Rated Doors - 5’ X 7’ and thickness 40/45mm 2
E9 Windows - View panels at Server farm 6
E10 Storage Units for Goods/File Keeping 3
E11 Running Counter For Control Room and NOC 12
Control room console to house the TFT Monitors, Fire Alarm panel,
E12 1
Gas release panel etc.
E13 Security Desk outside of Server Room 1
Sofas-Sofa seating in Guest area outside of Server Room. (3+1+1
E14 2
sitting capacity)
E15 Furniture - Computer chairs 10
E16 Furniture - Visitor Chairs 10
E17 Furniture - Chairs in Main cabins 5
E18 Furniture - Senior Executives Table Finesse with storage 5
F-Electrification Work
F1 3 - Phase, 6 way Distribution Board for UPS power. 4
F2 3 - Phase, 8 way Distribution Board for lighting and raw power. 4
F3 3 X 36W CFL lighting with fitting 20
F4 2 X 18W CFL, with reflector 10
F5 LED Spot lights 10
F6 Halogen 10 W Spot lights 8
1 phase Industrial socket (for Utility point) having 20/32 Amp MCB or
F7 32
as per offered Server/Network Rack
5/15 Switch - Socket - Raw Point - Average Point length up to and
F8 5
inclusive 8 to 12 Meters
5/15 Switch - Socket - Raw Point - Average Point length above 12
F9 5
Meters and up to and inclusive 16 Meters.
5/15 Switch-Socket - Raw Point-Average Point length above 16
F10 5
Meters and up to and inclusive 32 Meters
Computer Point 2 switch and 4 socket- Average Point length up to
F11 10
and inclusive 8 to 12 Meters
Computer Point 2 switch and 4 socket-Average Point length above
F12 25
12 Meters and up to and inclusive 16 Meters.
F13 Computer Point 2 switch and 4 socket-Average Point length above 25

MD/WZ/06/PUR/ADB/ERP-03
4-70 Section IV. Bidding Forms

16 Meters and up to and inclusive 32 Meters.


Supply and laying of 1100V grade, armored, PVC insulated, 3.5C X
F14 200
16 Square mm copper armored cable
Supply and laying of 1100V grade, unarmored, PVC insulated,
F15 400
1.1KV grade, 3C X 4 Square mm copper flexible cable
Supply and laying of 1100V grade, armored, PVC insulated, 3.5C X
F16 400
400 Square mm AL armored cable
Supply and laying of 1100V grade, PVC insulated, 1C X 95 Square
F17 500
mm flexible copper cable
Supply and laying of 1100V grade, armored, PVC insulated, 3.5C X
F18 50
25 Square mm copper armored cable
F19 One light point controlled by one 6 A modular type switch 10
F20 Two light points controlled by one 6 A modular type switch 10
F21 Three light points controlled by one 6 A modular type switch cabins 10
F22 Four light points controlled by one 6 A modular type switch 10
F23 EARTH PIT 20
F24 Earthing Strip 300
F25 Equipment and Server rack earthing 1
F26 S/F 25 x 3 braided copper tape for grid earthing 75
F27 S/F 8 swg bare copper wire 100
F28 S/F 10 swg bare copper wire 75
F29 Supply and laying of Cable Tray: 150 mm X 75 mm X 16 gauge. 150
F30 Supply and laying of Cable Tray: 3000mm X 75 mm X 16 gauge. 125
F31 Cable Termination: End termination at both ends 3.5C X 16 SQMM 16
Cable Termination: End termination at both ends 3C X4 SQMM with
F32 60
flexible glangs
Cable Termination: End termination at both ends 1c x 95 sqmm with
F33 48
flexible glands
Cable Termination: End termination at both ends 3.5C x 400 SQMM
F34 12
(AL)
F35 Cable Termination: End termination at both ends 3.5C X 25 SQMM 4
F36 Emergency Lights - Emergency CFL light 10 W 10
F37 Main Power Distribution Panel 1

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-71

F38 UPS Sub DB (2 each for each UPS) 4


F39 Lightning protection for the building. 1
G-Other Data Centre Facility Equipments
G1 600 KVA or Higher DG SET with all the auxiliaries. 1
Supply and Installation of Precision Air 6 TR Conditioning System for
G2 4
Server Room
G5 Supply and Installation of 2 TR split AC 7
G6 Fire Detection System for Data Centre Area 1
G7 FM 200 Fire Suppression and Safety System 1
G8 Fire extinguisher and Safety-related Items 1
G9 Security Access Control System 1
G10 CCTV System 1
G11 Water Leak Detection System 1
G12 Rodent Repellent System 1
G13 Building Management System 1
G14 Intrusion detection system 1
G15 PA System 1
G16 Temperature Sensor with Alarm for UPS room and Data Centre 2
H-Training and any other item proposed
H1 Training 1
Any other Item Proposed (Please provide item wise bifurcation Cost
H2 1
in a separate annexure)
I-Support/Services Cost for West Discom
Facility Management Services (FMS) from the Operational
I1 4
acceptance for West Discom.
Oracle and any other ATS Cost for DC for supplied licenses. (Please
I2 provide item wise bifurcation of ATS Cost in a separate annexure) 4
for West Discom
Oracle and any other ATS Cost for DR for supplied licenses. (Please
I3 provide item wise bifurcation of ATS Cost in a separate annexure) 3
for West Discom
AMC for all supplied items (Except DR components) shall be from
I4 3
the completion of warranty support period for West Discom.

MD/WZ/06/PUR/ADB/ERP-03
4-72 Section IV. Bidding Forms

AMC for all supplied DR components shall be from the completion of


I5 2
warranty support period for West Discom.
AMC for legacy hardware (1500 PC/Laptops) from the completion of
I6 3
warranty support period for West Discom.
AMC for legacy hardware (1050 UPS) from the completion of
I7 3
warranty support period for West Discom.
AMC for legacy hardware (800 Printers) from the completion of
I8 3
warranty support period for West Discom.
K-Extended Supply/Services (Optional to Purchaser)
Cost of server hardware, software, licenses and any other
item/services required to upgrade the servers tpmC/ SPECint for line
item A1 – Database and Application Servers as per the defined
K1 1
expandability in Annexure I (Only RDBMS & RAC licenses will be
procured/provided by the purchaser to achieve the desired
expandability)
K2 Extended FMS (After 4 years of Mandatory FMS) for West Discom 3
Extended Oracle and any other ATS for DC for supplied licenses.
K3 (Please provide item wise bifurcation of ATS Cost in a separate 3
annexure after 4 years of Mandatory ATS) for West Discom
Extended Oracle and any other ATS for DR for supplied licenses.
K4 (Please provide item wise bifurcation of ATS Cost in a separate 3
annexure after 4 years of Mandatory ATS) for West Discom
Extended AMC for all supplied items (Except DR components after 4
K5 3
years of Mandatory AMC) for West Discom
Extended AMC for all supplied DR components (After 4 years of
K6 3
Mandatory AMC) for West Discom
Extended AMC for legacy hardware (for 1500 PC/Laptops after 3
K7 3
years of Mandatory AMC) for West Discom.
Extended AMC for legacy hardware (for 1200 UPS after 3 years of
K8 3
Mandatory AMC) for West Discom.
Extended AMC for legacy hardware (for 800 Printers after 3 years of
K9 3
Mandatory AMC) for West Discom.
Total Price of Material Supply 0.00 0.00

DATE
PLACE: Signature and Seal of Bidder

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-73

Form 3F-C(II): Schedule No. 1 for East Discom - Material Supplied (PRICE SCHEDULE FOR
GOODS
TO BE OFFERED FROM OUTSIDE THE PURCHASER'S COUNTRY)

NAME OF FIRM -->


IFB Number -->

Unit Price CIP Taxes & duties


Sr. Country of Total Price CIP
Description Quantity [foreign on Total Qty
No. Origin [foreign currency]
currency] (Rs.)
1 2 3 4 5 6=4X5 7

A - Information Technology (IT) Hardware - For Data Centre (DC) and Disaster Recovery (DR)
Database and Application Server (Comprises E-Business Suite
(EBS), Hyperion Planning and Oracle Business Intelligence
A1 4
Enterprise Edition (OBIEE) as mentioned in Annexure I and as per
design mentioned in Section VI)
Application Development and QA Server (as per design mentioned
A2 1
in Section VI)
Peripheral Servers (Antivirus Server, Directory Server, EMS/NMS
A3 Server, Patch management Server, SAN Management and Backup 17
server, Proxy Server, Reverse Proxy and Web Server)
A4 SAN Storage 2
A5 SAN Switch 2
A6 Tape Library 2
Labelled Tape Cartridge - 3.2 TB Compatible with supplied Tape
A7 48
Library
A8 Application Load Balancer 3
A9 KVM Switch 4
A10 Server UPS 60 KVA 2
A11 Core Router 4

MD/WZ/06/PUR/ADB/ERP-03
4-74 Section IV. Bidding Forms

A12 Internet Router 2


A13 MPLS Firewall 2
A14 Internet Firewall 2
A15 Intrusion Prevention System (IPS) 2
A16 Core Switch 2
A17 Distribution Switch 4
A18 DMZ Switch 2
A19 Access Switch 4
A20 Failover Switch 2
A21 Work Station 8
A23 Laser Network Printer 1
B - IT Hardware - For Remote Locations
B1 Remote Office Switch 411
B2 Remote Office Router 207
B3 Cheque Printer 20
B4 Barcode Printer 10
B5 Barcode Scanner 25
C - IT Software - For DC and DR
Unix/Enterprise Linux Server 64 Bit Operating System (OS) or
equivalent (certified for Oracle EBS R12.1.3 and compatible with
C1 proposed application, database and development servers) 19
Supplier must supply the OS licenses based on the supplied server
cores/sockets (whichever is applicable).
Enterprise Linux/Unix Server 64 Bit OS or equivalent (needs to be
compatible with Squid proxy and proposed proxy server)
C2 2
Supplier must supply the OS licenses based on the supplied server
cores/sockets (whichever is applicable).
C3 Windows Server 2008 Enterprise Edition 64 Bit OS 15
Oracle Database Licenses (two No. of processor licenses of Oracle
Enterprise are available with both the purchasers i.e. total 4 No. of
C4 licenses. All the additional Oracle database (DB) enterprise licenses
as per production and development DB server’s requirement must
be supplied by the supplier for both the purchasers)

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-75

C5 Real Application Clusters (RAC) licenses (as required by DB server)


C6 Antivirus server license 1
C7 Antivirus client license 2000
C8 Network Fault Management 650
C9 Network Performance Management 650
Server Management and Monitoring (number of licenses will be as
C10
per supplied servers)
Oracle DB Performance Management (number of EMS/NMS
C11 licenses of Oracle DB Performance Management will be as per
offered DB server’s requirement)
C12 Client Automation Management 2000
C13 Service Desk and Service Level Management 5
C14 SSL VPN licenses (per user for the supplied firewall) 500
C15 Backup Management Software with Central Management Server 2
C16 High Availability OS Clustering Software with shared file system 4
D - Passive Material - For DC and DR
D1 Network Rack 42U 2
D2 24 Port Modular Patch Panel (for 42 U Network Rack) 18
D3 Network Rack with modular Patch Panel – 6U 2
D4 Server Rack (with LCD console) 4
D5 24 Port Modular Patch Panel (for Server Rack) 12
Information Outlet with surface mount face plate and board having
D6 100
Patch cord 2 Meter Length and Patch cord with 1 Meter Length
D7 Patch cord 2 Meter Length and 3 Meter Length 700
D8 Category 6 (CAT 6) Horizontal Cabling in plastic casing N capping 14000
D9 Data Cabinet (Security vault) - 370 Litres 1
Non IT and DC Facility Equipments
E - Civil and Furnishing Work
E1 IPS flooring (for false floor area) 62
E2 False flooring(450 mm clear height) 62
Armaduct (16 mm Class 1, Insulation under False floor (near PAC
E3 20
area) in Server Farm

MD/WZ/06/PUR/ADB/ERP-03
4-76 Section IV. Bidding Forms

E11 Running Counter For Control Room and NOC 5


E15 Furniture - Computer chairs 10
E19 Door Closure for UPS Room 1
F-Electrification Work
F1 3 - Phase, 6 way Distribution Board for UPS power. 4
F2 3 - Phase, 8 way Distribution Board for lighting and raw power. 4
F3 3 X 36W CFL lighting with fitting 10
F4 2 X 18W CFL, with reflector 8
1 phase Industrial socket (for Utility point) having 20/32 Amp MCB or
F7 32
as per offered Server/Network Rack
5/15 Switch - Socket - Raw Point - Average Point length up to and
F8 5
inclusive 8 to 12 Meters
Computer Point 2 switch and 4 socket- Average Point length up to
F11 30
and inclusive 8 to 12 Meters
F23 EARTH PIT 4
F24 Earthing Strip 300
F25 Equipment and Server rack earthing 1
F26 S/F 25 x 3 braided copper tape for grid earthing 75
F27 S/F 8 swg bare copper wire 100
F28 S/F 10 swg bare copper wire 75
F29 Supply and laying of Cable Tray: 150 mm X 75 mm X 16 gauge. 100
Supplying, storing, laying, testing and commissioning of 1.1 KV
grade Aluminium /Copper conductor, PVC insulated, steel strip
F40 armoured complete with inner sheath and outer sheath 1
manufactured as per I.S.1554 (Part I) on existing cable tray, in
trenches or dir
F41 Cables 1
F42 Cable Terminations 1
Supply and connecting, cutting and peeling, terminating and
F43 connecting, cables with brass compression type cable gland and 1
crimped Aluminium lug joints in respective DBs, switches etc.
F44 Point Wiring - Supply and installation 1
F45 Wiring for electrical points - Supply and installation 1

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-77

G-Other Data Centre Facility Equipments


1200 KVA or Higher DG SET with all the auxiliaries with
G3 Synchronization Panel for proposed (1200 KVA) and existing (650 1
KVA).
Supply and Installation of Precision Air Conditioning System of 8.5
G4 2
TR each for Server Room
G5 Supply and Installation of 2 TR split AC 5
G8 Fire extinguisher and Safety-related Items 1
G9 Security Access Control System 1
G11 Water Leak Detection System 1
G12 Rodent Repellent System 1
G16 Temperature Sensor with Alarm for UPS room and Data Centre 2
H-Training and any other item proposed
H1 Training 1
Any other Item Proposed (Please provide item wise bifurcation Cost
H2 1
in a separate annexure)
J-Support/Services Cost for East Discom
Facility Management Services (FMS) from the Operational
J1 4
acceptance for East Discom.
Oracle and any other ATS Cost for DC for supplied licenses. (Please
J2 provide item wise bifurcation of ATS Cost in a separate annexure) for 4
East Discom
Oracle and any other ATS Cost for DR for supplied licenses. (Please
J3 provide item wise bifurcation of ATS Cost in a separate annexure) for 3
East Discom
AMC for all supplied items (Except DR components) shall be from
J4 3
the completion of warranty support period for East Discom.
AMC for all supplied DR components shall be from the completion of
J5 2
warranty support period for East Discom.
AMC for legacy hardware (2000 PC/Laptops) from the completion of
J6 3
warranty support period for East Discom.
AMC for legacy hardware (2000 UPS) from the completion of
J7 3
warranty support period for East Discom.
AMC for legacy hardware (800 Printers) from the completion of
J8 3
warranty support period for East Discom.
K-Extended Supply/Services (Optional to Purchaser)

MD/WZ/06/PUR/ADB/ERP-03
4-78 Section IV. Bidding Forms

Cost of server hardware, software, licenses and any other


item/services required to upgrade the servers tpmC/ SPECint for line
item A1 – Database and Application Servers as per the defined
K1 1
expandability in Annexure I (Only RDBMS & RAC licenses will be
procured/provided by the purchaser to achieve the desired
expandability)

K10 Extended FMS (After 4 years of Mandatory FMS) for East Discom 3

Extended Oracle and any other ATS for DC for supplied licenses.
K11 (Please provide item wise bifurcation of ATS Cost in a separate 3
annexure after 4 years of Mandatory ATS) for East Discom
Extended Oracle and any other ATS for DR for supplied licenses.
K12 (Please provide item wise bifurcation of ATS Cost in a separate 3
annexure after 4 years of Mandatory ATS) for East Discom

Extended AMC for all supplied items (Except DR components after 4


K13 3
years of Mandatory AMC) for East Discom

Extended AMC for all supplied DR components (After 4 years of


K14 3
Mandatory AMC) for East Discom

Extended AMC for legacy hardware (for 2000 PC/Laptops after 3


K15 3
years of Mandatory AMC) for East Discom.

Extended AMC for legacy hardware (for 2000 UPS after 3 years of
K16 3
Mandatory AMC) for East Discom.

Extended AMC for legacy hardware (for 800 Printers after 3 years of
K17 3
Mandatory AMC) for East Discom.

Total Price of Material Supply 0.00 0.00

DATE

PLACE: Signature and Seal of Bidder

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-79

Form 3F-D (I): Schedule No. 2 for West Discom - Installation and Support Part (PRICE
SCHEDULE FOR RELATED SERVICES TO BE OFFERED FROM OUTSIDE THE PURCHASER'S
COUNTRY)

NAME OF FIRM -->


IFB Number -->

Unit Price Total Amount of


Sr. Excluding Service Total Cost Service Tax on Total
Description Quantity
No. Tax [foreign [foreign currency] Qty
currency] (Rs.)

1 2 3 4 5=3X4 6

A - Information Technology (IT) Hardware - For Data Centre (DC) and Disaster Recovery (DR)
Database and Application Server (Comprises E-Business Suite (EBS),
Hyperion Planning and Oracle Business Intelligence Enterprise Edition
A1 4
(OBIEE) as mentioned in Annexure I and as per design mentioned in
Section VI)
Application Development and QA Server (as per design mentioned in
A2 1
Section VI)
Peripheral Servers (Antivirus Server, Directory Server, EMS/NMS Server,
A3 Patch management Server, SAN Management and Backup server, Proxy 17
Server, Reverse Proxy and Web Server)
A4 SAN Storage 2
A5 SAN Switch 2
A6 Tape Library 2
A7 Labelled Tape Cartridge - 3.2 TB Compatible with supplied Tape Library 48

MD/WZ/06/PUR/ADB/ERP-03
4-80 Section IV. Bidding Forms

A8 Application Load Balancer 3


A9 KVM Switch 4
A10 Server UPS 60 KVA 2
A11 Core Router 4
A12 Internet Router 2
A13 MPLS Firewall 2
A14 Internet Firewall 2
A15 Intrusion Prevention System (IPS) 2
A16 Core Switch 2
A17 Distribution Switch 4
A18 DMZ Switch 2
A19 Access Switch 4
A20 Failover Switch 2
A21 Work Station 8
A22 A3 - Colour Printer 1
B - IT Hardware - For Remote Locations
B1 Remote Office Switch 226
B2 Remote Office Router 170
B3 Cheque Printer 20
B4 Barcode Printer 10
B5 Barcode Scanner 25
C - IT Software - For DC and DR
Unix/Enterprise Linux Server 64 Bit Operating System (OS) or equivalent
(certified for Oracle EBS R12.1.3 and compatible with proposed
C1 application, database and development servers) 19
Supplier must supply the OS licenses based on the supplied server
cores/sockets (whichever is applicable).
Enterprise Linux/Unix Server 64 Bit OS or equivalent (needs to be
compatible with Squid proxy and proposed proxy server)
C2 2
Supplier must supply the OS licenses based on the supplied server
cores/sockets (whichever is applicable).
C3 Windows Server 2008 Enterprise Edition 64 Bit OS 15

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-81

Oracle Database Licenses (two No. of processor licenses of Oracle


Enterprise are available with both the purchasers i.e. total 4 No. of
C4 licenses. All the additional Oracle database (DB) enterprise licenses as per
production and development DB server’s requirement must be supplied by
the supplier for both the purchasers)
C5 Real Application Clusters (RAC) licenses (as required by DB server)
C6 Antivirus server license 1
C7 Antivirus client license 1500
C8 Network Fault Management 430
C9 Network Performance Management 430
Server Management and Monitoring (number of licenses will be as per
C10
supplied servers)
Oracle DB Performance Management (number of EMS/NMS licenses of
C11 Oracle DB Performance Management will be as per offered DB server’s
requirement)
C12 Client Automation Management 1500
C13 Service Desk and Service Level Management 5
C14 SSL VPN licenses (per user for the supplied firewall) 700
C15 Backup Management Software with Central Management Server 2
C16 High Availability OS Clustering Software with shared file system 4
MS Office 2010 (or compatible with ERP environment) Indic standard
C17 100
(OLP)
D - Passive Material - For DC and DR
D1 Network Rack 42U 2
D2 24 Port Modular Patch Panel (for 42 U Network Rack) 18
D3 Network Rack with modular Patch Panel – 6U 2
D4 Server Rack (with LCD console) 4
D5 24 Port Modular Patch Panel (for Server Rack) 12
Information Outlet with surface mount face plate and board having Patch
D6 100
cord 2 Meter Length and Patch cord with 1 Meter Length
D7 Patch cord 2 Meter Length and 3 Meter Length 700
D8 Category 6 (CAT 6) Horizontal Cabling in plastic casing N capping 14000
D9 Data Cabinet (Security vault) - 370 Litres 1

MD/WZ/06/PUR/ADB/ERP-03
4-82 Section IV. Bidding Forms

Non IT and DC Facility Equipments


E - Civil and Furnishing Work
E1 IPS flooring (for false floor area) 140
E2 False flooring(450 mm clear height) 140
Armaduct (16 mm Class 1, Insulation under False floor (near PAC area) in
E3 40
Server Farm
E4 Steps for entry to Server Farm 2
E5 Ramps 1
E6 Trap Doors 4
E7 Fire Rated Doors - 4’ X 7’ and thickness 40/45mm 7
E8 Fire Rated Doors - 5’ X 7’ and thickness 40/45mm 2
E9 Windows - View panels at Server farm 6
E10 Storage Units for Goods/File Keeping 3
E11 Running Counter For Control Room and NOC 12
Control room console to house the TFT Monitors, Fire Alarm panel, Gas
E12 1
release panel etc.
E13 Security Desk outside of Server Room 1
Sofas-Sofa seating in Guest area outside of Server Room. (3+1+1 sitting
E14 2
capacity)
E15 Furniture - Computer chairs 10
E16 Furniture - Visitor Chairs 10
E17 Furniture - Chairs in Main cabins 5
E18 Furniture - Senior Executives Table Finesse with storage 5
F-Electrification Work
F1 3 - Phase, 6 way Distribution Board for UPS power. 4
F2 3 - Phase, 8 way Distribution Board for lighting and raw power. 4
F3 3 X 36W CFL lighting with fitting 20
F4 2 X 18W CFL, with reflector 10
F5 LED Spot lights 10
F6 Halogen 10 W Spot lights 8

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-83

1 phase Industrial socket (for Utility point) having 20/32 Amp MCB or as
F7 32
per offered Server/Network Rack
5/15 Switch - Socket - Raw Point - Average Point length up to and
F8 5
inclusive 8 to 12 Meters
5/15 Switch - Socket - Raw Point - Average Point length above 12 Meters
F9 5
and up to and inclusive 16 Meters.
5/15 Switch-Socket - Raw Point-Average Point length above 16 Meters
F10 5
and up to and inclusive 32 Meters
Computer Point 2 switch and 4 socket- Average Point length up to and
F11 10
inclusive 8 to 12 Meters
Computer Point 2 switch and 4 socket-Average Point length above 12
F12 25
Meters and up to and inclusive 16 Meters.
Computer Point 2 switch and 4 socket-Average Point length above 16
F13 25
Meters and up to and inclusive 32 Meters.
Supply and laying of 1100V grade, armored, PVC insulated, 3.5C X 16
F14 200
Square mm copper armored cable
Supply and laying of 1100V grade, unarmored, PVC insulated, 1.1KV
F15 400
grade, 3C X 4 Square mm copper flexible cable
Supply and laying of 1100V grade, armored, PVC insulated, 3.5C X 400
F16 400
Square mm AL armored cable
Supply and laying of 1100V grade, PVC insulated, 1C X 95 Square mm
F17 500
flexible copper cable
Supply and laying of 1100V grade, armored, PVC insulated, 3.5C X 25
F18 50
Square mm copper armored cable
F19 One light point controlled by one 6 A modular type switch 10
F20 Two light points controlled by one 6 A modular type switch 10
F21 Three light points controlled by one 6 A modular type switch cabins 10
F22 Four light points controlled by one 6 A modular type switch 10
F23 EARTH PIT 20
F24 Earthing Strip 300
F25 Equipment and Server rack earthing 1
F26 S/F 25 x 3 braided copper tape for grid earthing 75
F27 S/F 8 swg bare copper wire 100
F28 S/F 10 swg bare copper wire 75

MD/WZ/06/PUR/ADB/ERP-03
4-84 Section IV. Bidding Forms

F29 Supply and laying of Cable Tray: 150 mm X 75 mm X 16 gauge. 150


F30 Supply and laying of Cable Tray: 3000mm X 75 mm X 16 gauge. 125
F31 Cable Termination: End termination at both ends 3.5C X 16 SQMM 16
Cable Termination: End termination at both ends 3C X4 SQMM with
F32 60
flexible glangs
Cable Termination: End termination at both ends 1c x 95 sqmm with
F33 48
flexible glands
F34 Cable Termination: End termination at both ends 3.5C x 400 SQMM (AL) 12
F35 Cable Termination: End termination at both ends 3.5C X 25 SQMM 4
F36 Emergency Lights - Emergency CFL light 10 W 10
F37 Main Power Distribution Panel 1
F38 UPS Sub DB (2 each for each UPS) 4
F39 Lightning protection for the building. 1
G-Other Data Centre Facility Equipments
G1 600 KVA or Higher DG SET with all the auxiliaries. 1
Supply and Installation of Precision Air 6 TR Conditioning System for
G2 4
Server Room
G5 Supply and Installation of 2 TR split AC 7
G6 Fire Detection System for Data Centre Area 1
G7 FM 200 Fire Suppression and Safety System 1
G8 Fire extinguisher and Safety-related Items 1
G9 Security Access Control System 1
G10 CCTV System 1
G11 Water Leak Detection System 1
G12 Rodent Repellent System 1
G13 Building Management System 1
G14 Intrusion detection system 1
G15 PA System 1
G16 Temperature Sensor with Alarm for UPS room and Data Centre 2
H-Training and any other item proposed
H1 Training 1

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-85

Any other Item Proposed (Please provide item wise bifurcation Cost in a
H2 1
separate annexure)
I-Support/Services Cost for West Discom
Facility Management Services (FMS) from the Operational acceptance for
I1 4
West Discom.
Oracle and any other ATS Cost for DC for supplied licenses. (Please
I2 provide item wise bifurcation of ATS Cost in a separate annexure) for West 4
Discom
Oracle and any other ATS Cost for DR for supplied licenses. (Please
I3 provide item wise bifurcation of ATS Cost in a separate annexure) for West 3
Discom
AMC for all supplied items (Except DR components) shall be from the
I4 3
completion of warranty support period for West Discom.
AMC for all supplied DR components shall be from the completion of
I5 2
warranty support period for West Discom.
AMC for legacy hardware (1500 PC/Laptops) from the completion of
I6 3
warranty support period for West Discom.
AMC for legacy hardware (1050 UPS) from the completion of warranty
I7 3
support period for West Discom.
AMC for legacy hardware (800 Printers) from the completion of warranty
I8 3
support period for West Discom.
K-Extended Supply/Services (Optional to Purchaser)
Cost of server hardware, software, licenses and any other item/services
required to upgrade the servers tpmC/ SPECint for line item A1 – Database
K1 and Application Servers as per the defined expandability in Annexure I 1
(Only RDBMS & RAC licenses will be procured/provided by the purchaser
to achieve the desired expandability)
K2 Extended FMS (After 4 years of Mandatory FMS) for West Discom 3
Extended Oracle and any other ATS for DC for supplied licenses. (Please
K3 provide item wise bifurcation of ATS Cost in a separate annexure after 4 3
years of Mandatory ATS) for West Discom
Extended Oracle and any other ATS for DR for supplied licenses. (Please
K4 provide item wise bifurcation of ATS Cost in a separate annexure after 4 3
years of Mandatory ATS) for West Discom
Extended AMC for all supplied items (Except DR components after 4 years
K5 3
of Mandatory AMC) for West Discom

MD/WZ/06/PUR/ADB/ERP-03
4-86 Section IV. Bidding Forms

Extended AMC for all supplied DR components (After 4 years of Mandatory


K6 3
AMC) for West Discom
Extended AMC for legacy hardware (for 1500 PC/Laptops after 3 years of
K7 3
Mandatory AMC) for West Discom.
Extended AMC for legacy hardware (for 1200 UPS after 3 years of
K8 3
Mandatory AMC) for West Discom.
Extended AMC for legacy hardware (for 800 Printers after 3 years of
K9 3
Mandatory AMC) for West Discom.
Total Price of Installation and Support 0.00 0.00

DATE

PLACE: Signature and Seal of Bidder

Form 3F-D (II): Schedule No. 2 for East Discom - Installation and Support Part (PRICE
SCHEDULE FOR RELATED SERVICES TO BE OFFERED FROM OUTSIDE THE PURCHASER'S
COUNTRY)

NAME OF FIRM -->


IFB Number -->

Unit Price Total Amount of


Sr. Excluding Service Total Cost Service Tax on Total
Description Quantity
No. Tax [foreign [foreign currency] Qty
currency] (Rs.)

1 2 3 4 5=3X4 6

A - Information Technology (IT) Hardware - For Data Centre (DC) and Disaster Recovery (DR)

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-87

Database and Application Server (Comprises E-Business Suite (EBS),


Hyperion Planning and Oracle Business Intelligence Enterprise Edition
A1 4
(OBIEE) as mentioned in Annexure I and as per design mentioned in
Section VI)
Application Development and QA Server (as per design mentioned in
A2 1
Section VI)
Peripheral Servers (Antivirus Server, Directory Server, EMS/NMS Server,
A3 Patch management Server, SAN Management and Backup server, Proxy 17
Server, Reverse Proxy and Web Server)
A4 SAN Storage 2
A5 SAN Switch 2
A6 Tape Library 2
A7 Labelled Tape Cartridge - 3.2 TB Compatible with supplied Tape Library 48
A8 Application Load Balancer 3
A9 KVM Switch 4
A10 Server UPS 60 KVA 2
A11 Core Router 4
A12 Internet Router 2
A13 MPLS Firewall 2
A14 Internet Firewall 2
A15 Intrusion Prevention System (IPS) 2
A16 Core Switch 2
A17 Distribution Switch 4
A18 DMZ Switch 2
A19 Access Switch 4
A20 Failover Switch 2
A21 Work Station 8
A23 Laser Network Printer 1
B - IT Hardware - For Remote Locations
B1 Remote Office Switch 411
B2 Remote Office Router 207
B3 Cheque Printer 20

MD/WZ/06/PUR/ADB/ERP-03
4-88 Section IV. Bidding Forms

B4 Barcode Printer 10
B5 Barcode Scanner 25
C - IT Software - For DC and DR
Unix/Enterprise Linux Server 64 Bit Operating System (OS) or equivalent
(certified for Oracle EBS R12.1.3 and compatible with proposed application,
C1 database and development servers) 19
Supplier must supply the OS licenses based on the supplied server
cores/sockets (whichever is applicable).
Enterprise Linux/Unix Server 64 Bit OS or equivalent (needs to be
compatible with Squid proxy and proposed proxy server)
C2 2
Supplier must supply the OS licenses based on the supplied server
cores/sockets (whichever is applicable).
C3 Windows Server 2008 Enterprise Edition 64 Bit OS 15
Oracle Database Licenses (two No. of processor licenses of Oracle
Enterprise are available with both the purchasers i.e. total 4 No. of licenses.
C4 All the additional Oracle database (DB) enterprise licenses as per
production and development DB server’s requirement must be supplied by
the supplier for both the purchasers)
C5 Real Application Clusters (RAC) licenses (as required by DB server)
C6 Antivirus server license 1
C7 Antivirus client license 2000
C8 Network Fault Management 650
C9 Network Performance Management 650
Server Management and Monitoring (number of licenses will be as per
C10
supplied servers)
Oracle DB Performance Management (number of EMS/NMS licenses of
C11 Oracle DB Performance Management will be as per offered DB server’s
requirement)
C12 Client Automation Management 2000
C13 Service Desk and Service Level Management 5
C14 SSL VPN licenses (per user for the supplied firewall) 500
C15 Backup Management Software with Central Management Server 2
C16 High Availability OS Clustering Software with shared file system 4
D - Passive Material - For DC and DR

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-89

D1 Network Rack 42U 2


D2 24 Port Modular Patch Panel (for 42 U Network Rack) 18
D3 Network Rack with modular Patch Panel – 6U 2
D4 Server Rack (with LCD console) 4
D5 24 Port Modular Patch Panel (for Server Rack) 12
Information Outlet with surface mount face plate and board having Patch
D6 100
cord 2 Meter Length and Patch cord with 1 Meter Length
D7 Patch cord 2 Meter Length and 3 Meter Length 700
D8 Category 6 (CAT 6) Horizontal Cabling in plastic casing N capping 14000
D9 Data Cabinet (Security vault) - 370 Litres 1
Non IT and DC Facility Equipments
E - Civil and Furnishing Work
E1 IPS flooring (for false floor area) 62
E2 False flooring(450 mm clear height) 62
Armaduct (16 mm Class 1, Insulation under False floor (near PAC area) in
E3 20
Server Farm
E11 Running Counter For Control Room and NOC 5
E15 Furniture - Computer chairs 10
E19 Door Closure for UPS Room 1
F-Electrification Work
F1 3 - Phase, 6 way Distribution Board for UPS power. 4
F2 3 - Phase, 8 way Distribution Board for lighting and raw power. 4
F3 3 X 36W CFL lighting with fitting 10
F4 2 X 18W CFL, with reflector 8
1 phase Industrial socket (for Utility point) having 20/32 Amp MCB or as per
F7 32
offered Server/Network Rack
5/15 Switch - Socket - Raw Point - Average Point length up to and inclusive
F8 5
8 to 12 Meters
Computer Point 2 switch and 4 socket- Average Point length up to and
F11 30
inclusive 8 to 12 Meters
F23 EARTH PIT 4
F24 Earthing Strip 300

MD/WZ/06/PUR/ADB/ERP-03
4-90 Section IV. Bidding Forms

F25 Equipment and Server rack earthing 1


F26 S/F 25 x 3 braided copper tape for grid earthing 75
F27 S/F 8 swg bare copper wire 100
F28 S/F 10 swg bare copper wire 75
F29 Supply and laying of Cable Tray: 150 mm X 75 mm X 16 gauge. 100
Supplying, storing, laying, testing and commissioning of 1.1 KV grade
Aluminium /Copper conductor, PVC insulated, steel strip armoured
F40 1
complete with inner sheath and outer sheath manufactured as per I.S.1554
(Part I) on existing cable tray, in trenches or dir
F41 Cables 1
F42 Cable Terminations 1
Supply and connecting, cutting and peeling, terminating and connecting,
F43 cables with brass compression type cable gland and crimped Aluminium lug 1
joints in respective DBs, switches etc.
F44 Point Wiring - Supply and installation 1
F45 Wiring for electrical points - Supply and installation 1
G-Other Data Centre Facility Equipments
1200 KVA or Higher DG SET with all the auxiliaries with Synchronization
G3 1
Panel for proposed (1200 KVA) and existing (650 KVA).
Supply and Installation of Precision Air Conditioning System of 8.5 TR each
G4 2
for Server Room
G5 Supply and Installation of 2 TR split AC 5
G8 Fire extinguisher and Safety-related Items 1
G9 Security Access Control System 1
G11 Water Leak Detection System 1
G12 Rodent Repellent System 1
G16 Temperature Sensor with Alarm for UPS room and Data Centre 2
H-Training and any other item proposed
H1 Training 1
Any other Item Proposed (Please provide item wise bifurcation Cost in a
H2 1
separate annexure)
J-Support/Services Cost for East Discom
J1 Facility Management Services (FMS) from the Operational acceptance for 4

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-91

East Discom.
Oracle and any other ATS Cost for DC for supplied licenses. (Please
J2 provide item wise bifurcation of ATS Cost in a separate annexure) for East 4
Discom
Oracle and any other ATS Cost for DR for supplied licenses. (Please
J3 provide item wise bifurcation of ATS Cost in a separate annexure) for East 3
Discom
AMC for all supplied items (Except DR components) shall be from the
J4 3
completion of warranty support period for East Discom.
AMC for all supplied DR components shall be from the completion of
J5 2
warranty support period for East Discom.
AMC for legacy hardware (2000 PC/Laptops) from the completion of
J6 3
warranty support period for East Discom.
AMC for legacy hardware (2000 UPS) from the completion of warranty
J7 3
support period for East Discom.
AMC for legacy hardware (800 Printers) from the completion of warranty
J8 3
support period for East Discom.
K-Extended Supply/Services (Optional to Purchaser)
Cost of server hardware, software, licenses and any other item/services
required to upgrade the servers tpmC/ SPECint for line item A1 – Database
K1 and Application Servers as per the defined expandability in Annexure I 1
(Only RDBMS & RAC licenses will be procured/provided by the purchaser to
achieve the desired expandability)
K10 Extended FMS (After 4 years of Mandatory FMS) for East Discom 3

Extended Oracle and any other ATS for DC for supplied licenses. (Please
K11 provide item wise bifurcation of ATS Cost in a separate annexure after 4 3
years of Mandatory ATS) for East Discom
Extended Oracle and any other ATS for DR for supplied licenses. (Please
K12 provide item wise bifurcation of ATS Cost in a separate annexure after 4 3
years of Mandatory ATS) for East Discom
Extended AMC for all supplied items (Except DR components after 4 years
K13 3
of Mandatory AMC) for East Discom
Extended AMC for all supplied DR components (After 4 years of Mandatory
K14 3
AMC) for East Discom

MD/WZ/06/PUR/ADB/ERP-03
4-92 Section IV. Bidding Forms

Extended AMC for legacy hardware (for 2000 PC/Laptops after 3 years of
K15 3
Mandatory AMC) for East Discom.
Extended AMC for legacy hardware (for 2000 UPS after 3 years of
K16 3
Mandatory AMC) for East Discom.
Extended AMC for legacy hardware (for 800 Printers after 3 years of
K17 3
Mandatory AMC) for East Discom.
Total Price of Installation and Support 0.00 0.00
DATE

PLACE: Signature and Seal of Bidder

Form 3F-E(I): Schedule No. 3 for West Discom - Price Summary


NAME OF FIRM -->
IFB Number -->
TOTAL PRICE TOTAL PRICE
SR. No. TITLE
[foreign currency] [Rs.]
1 Total Price CIP 0.00

2 Total Cost of Installation and Support Services 0.00

GRAND TOTAL (excluding ET/CST/VAT) forward to Form 3F (Grand Summary) 0.00


3 Total Cost of Service Tax 0.00
4 Total Tax (ET/CST/VAT) 0.00
GRAND TOTAL including all Tax 0.00 0.00
DATE:
PLACE: Signature and Seal of Bidder

Form 3F-E(II): Schedule No. 3 for East Discom - Price Summary


NAME OF FIRM -->

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-93

IFB Number -->


TOTAL PRICE TOTAL PRICE
SR. No. TITLE
[foreign currency] [Rs.]
1 Total Price CIP 0.00
2 Total Cost of Installation and Support Services 0.00
GRAND TOTAL (excluding ET/CST/VAT) forward to Form 3F (Grand Summary) 0.00
3 Total Cost of Service Tax 0.00
4 Total Tax (ET/CST/VAT) 0.00
GRAND TOTAL including all Tax 0.00 0.00
DATE:
PLACE:
Signature and Seal of Bidder

Form 3F-F: Schedule No. 4 - Grand Summary


NAME OF FIRM -->
IFB Number -->

TOTAL PRICE
SR. No. TITLE
[foreign Currency]
1 GRAND TOTAL of West Discom
2 GRAND TOTAL of East Discom
GRAND TOTAL to be carried forward to Letter of Bid 0.00
DATE:

PLACE: Signature and Seal of Bidder

MD/WZ/06/PUR/ADB/ERP-03
4-94 Section IV. Bidding Forms

Form 4. Modified Bid Proposal Submission Sheet


Date:
ICB No.:
Invitation for Bid No.: ______________
Alternative No.: ___________________

To: __________________________________________________________________

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Document, including
Addenda No.:

(b) We offer to supply in conformity with the Bidding Document and in accordance with
the delivery schedule specified in Section VI, Schedule of Supply, the following
Goods and Related Services:

(c) We have enclosed the requested Revised Technical Proposal and Supplementary
Price Proposal representing the required amendments and changes as agreed
during the bid clarification meetings.

(d) The total Supplementary Price, including all discounts offered in item (f) below is:
__. The above total Supplementary Price represents only changes to the original
Price Proposal resulting from the revisions to the original Technical Proposal.

(e) Due to revisions to the original Technical Proposal, discounts offered in the original
Price Proposal and the methodology for their application need to be amended as
follows: NOT APPLICABLE (If none, indicate “no amendments required.”)

(f) Due to the revisions to the original Technical Proposal, commissions, gratuities, or
fees paid or to be paid with respect to the bidding process or execution of the
Contract as indicated in the original Price Proposal need to be amended as follows
:

Name of Recipient Address Reason Amount

(If none, indicate “no amendments required.”)

(g) We agree to permit ADB 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 Bank

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-95

Name
In the capacity of
Signed

Duly authorized to sign the Bid for and on behalf of


Date

MD/WZ/06/PUR/ADB/ERP-03
4-96 Section IV. Bidding Forms

Form 5. Bid Security

Date: ________________________
ICB No.: _____________________
Invitation for Bid No.: ______________

To: ___________________________________________________________________
Whereas ______________________________________________________________
___________________________________________________________________
(hereinafter “the Bidder”) has submitted its Bid dated
____________________________ for ICB No. ___________ for the supply of
______________________________________ _______________________________
hereinafter called “the Bid.”

KNOW ALL PEOPLE by these presents that WE _______________________________


of ___________________________________________________ having our
registered office at _________________________________________________
(hereinafter “the Guarantor”), are bound unto
_____________________________________________
_________________________________________________________(hereinafter “the
Purchaser”) in the sum of ________________________________________________
for which payment well and truly to be made to the aforementioned Purchaser, the
Guarantor binds itself, its successors, or assignees by these presents. Sealed with
the Common Seal of this Guarantor this ____________________day of
_________________________, _____.

THE CONDITIONS of this obligation are the following:

1. If the Bidder withdraws its Bid during the period of bid validity specified by the
Bidder in the Bid Submission Sheet, except as provided in ITB Sub-Clause 20.2;
or

2. If the Bidder, having been notified of the acceptance of its Bid by the Purchaser,
during the period of bid validity, fails or refuses to:
(a) execute the Contract; or
(b) accept the correction of its Bid by the Purchaser, pursuant to ITB Clause 31;
or
(c) furnish the Performance Security, in accordance with the ITB Clause 44.

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-97

We undertake to pay the Purchaser up to the above amount upon receipt of its first
written demand, without the Purchaser having to substantiate its demand, provided that
in its demand the Purchaser states that the amount claimed by it is due to it, owing to
the occurrence of one or more of the above conditions, specifying the occurred
conditions.

This security shall remain in force up to and including twenty-eight (28) days after the
period of bid validity, and any demand in respect thereof should be received by the
Guarantor no later than the above date.

Name
In the capacity of
Signed

Duly authorized to sign the Bid Security for and on behalf of


Date

MD/WZ/06/PUR/ADB/ERP-03
4-98 Section IV. Bidding Forms

Form 6. Manufacturer’s Authorization

Date:
ICB No.:
Invitation for Bid No.: ____________________
Alternative No.: _________________________

To:

WHEREAS___________________________________________________ who are


official manufacturers of __________________________________________________
having factories at _______________________________________________________
do hereby authorize ___________________________________________________ to
submit a Bid in relation to the Invitation for Bids indicated above, the purpose of which is
to provide the following Goods, manufactured by us ____________________________
and to subsequently negotiate and sign the Contract.

We hereby extend our full guarantee and warranty in accordance with Clause 28 of the
General Conditions of Contract, with respect to the Goods offered by the above firm in
reply to this Invitation for Bids.

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

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-99

Form 7. Undertaking by the Bidder

Date:
ICB No.:
Invitation for Bid No.: ____________________
Alternative No.: _________________________

To:

We hereby declare that no fees, gratuities, rebates, gifts, commissions, or other


payments, except those shown in the bid, have been given or received in connection
with the procurement process or in contract execution.

Name
In the capacity of:
Signed

Duly authorized to sign the Authorization for and on behalf of


Date

MD/WZ/06/PUR/ADB/ERP-03
4-100 Section IV. Bidding Forms

Form 8. Submission by Joint Venture

(To be attested by a Magistrate)

Date:
ICB No.:
Invitation for Bid No.: ____________________

To:

We convey our thanks for inviting us to bid for the ______________________________

As permitted under Clause 4.1 and 4.2 of the Instruction to Bidders, we M/s ---------------
and M/s ----------- would like to offer our bid as members of Joint Venture. M/s……….
will be the lead member of the Joint Venture. They are authorized to sign all contract
documents, receive payments and instructions and incur liabilities on behalf of the Joint
Venture. A copy of the duly executed Legal Joint Venture Agreement is enclosed for
your kind perusal. The roles of other Joint Venture members are
………………………………………………..

Name
In the capacity of:
Signed

Duly authorized to sign the Bid Security for and on behalf of partner:
Date

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-101

Form 9. Bidder Information Sheet


All Bidders whether they be individual firms, each partner of a Joint Venture, and a
named, Sub-contractor(s) for highly specialized components of the Products and/or
Services, which are bidding, must complete the information in this form. All Bidders that
complete this sheet should also complete the further Qualification Forms provided in
this section.

Date:
ICB No.:
Invitation for Bid No.: ____________________
Alternative No.: _________________________

Please note that a written authorization needs to be attached to this sheet as required
by ITB 24.2.

Bidder’s Information

Bidder’s legal name


In case of JV, legal
name of each partner
Named Subcontractors
(If Applicable) (Form
20 needs to be
submitted separately
for each Named
Subcontractors)
Bidder’s actual or (Please annex the registration certificate)
intended country of
registration
Bidder’s year of
registration
Bidder’s legal address
in country of
registration
Bidder’s authorized
representative (name,
address, telephone
numbers, fax numbers,
e-mail address)

MD/WZ/06/PUR/ADB/ERP-03
4-102 Section IV. Bidding Forms

Bidders ISO ( Please annex the certificates)


9001:2008 certification
Bidder’s relevant ( Please annex the certificates)
Quality and Information
security Certifications
Attached are copies of the following original documents.
1. In case of single entity, articles of incorporation or constitution of the legal
entity named above, in accordance with ITB 4.1 and 4.2.
2. Authorization to represent the firm or JV named in above, in accordance with
ITB 22.2.
3. In case of JV, letter of intent to form JV or JV agreement, in accordance with
ITB 4.1.
4. In case of a government-owned entity, any additional documents not
covered under 1 above required to comply with ITB 4.5.

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-103

Form 10. Profile of the bidder

Date:
ICB No.:
Invitation for Bid No.: ____________________
Page _______ of __________pages

To:

Supplier Related (For each Joint Venture member)


1. Background
(a) For how many years has your firm been operating in India?
(b) How many of your firm’s employees in India are involved in Supply,
Installation and Support of Servers, Network Equipment, Data Centre
Infrastructure and Related Software?
(c) What were your firm’s revenues in the last three years? What is your firm’s
net worth? Please attach audited annual accounts in support of the same.
(d) In which cities in Madhya Pradesh, India do you have support offices for
post installation support? Please indicate the support offices in Madhya
Pradesh, India especially in Indore and Jabalpur giving details of and the
structure of operation for extending support facility.
2. Give details of projects with proposed products installed and supported by the
supplier during the last 3 years in India

Project Implementation Plan


Please give the project implementation plan by indicating the activities, resource
deployment and time schedule.

Note: Please attach supporting documents where ever required for each of the points
stated above. Please explain in separate sheet where you need to elaborate and
specify page numbers.

MD/WZ/06/PUR/ADB/ERP-03
4-104 Section IV. Bidding Forms

Form 11. Pending Litigation

Date:
ICB No.:
Invitation for Bid No.: ____________________
Alternative No.: _________________________
Page _______ of _______ pages
Bidder’s Legal Name: ____________________________________________________
JV Partner Legal Name: _______________________________________________

Pending Litigations in accordance with Section III, Evaluation &


Qualification Criteria
Year Outcome as Contract Identification Total Contract
Percent of Total Amount
Assets

Contract Identification:
Name of Employer :
Address of Employer :
Matter in dispute:
Contract Identification:
Name of Employer :
Address of Employer :
Matter in dispute:
Contract Identification:
Name of Employer :
Address of Employer :
Matter in dispute:

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-105

Form 12. Financial Capability

To be completed by the Bidder and, if JV, by each partner or named subcontractor as


appropriate to demonstrate that they meet the requirements stated in the BDS for ITB
Clause 38.

Date:
ICB No.:
Invitation for Bid No.: ____________________
Alternative No.: _________________________
Page _______ of _______ pages
Bidder’s Legal Name: ___________________________________________________
JV Partner Legal Name: _______________________________________________
Named Sub-contractor Legal Name_________________________________________

Information from Balance Sheet


Year 1: Year 2: Year 3:

Total Assets

Total Liabilities

Net Worth

Current Assets

Current Liabilities

Information from Income Statement


Total Revenues
Profits Before
Taxes
Profits After Taxes

MD/WZ/06/PUR/ADB/ERP-03
4-106 Section IV. Bidding Forms

Attached are copies of financial statements (balance sheets including all related
notes, and income statements) for the last three years, as indicated above,
complying with the following conditions.
1. All such documents reflect the financial situation of the Bidder or partner to a JV,
and not sister or parent companies.
2. Historic financial statements must be audited by a certified accountant.
3. Historic financial statements must be complete, including all notes to the
financial statements.
4. Historic financial statements must correspond to accounting periods already
completed and audited (no statements for partial periods shall be requested or
accepted).

Name of banker / Certified Auditor


Address of banker / Certified Auditor

Tel: Contact name and title


Fax: Email:

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-107

Form 13. Average Annual Turnover

Date:
ICB No.:
Invitation for Bid No.: ____________________
Alternative No.: _________________________
Page _______ of _______ pages
Lead Bidder’s Legal Name: _______________________________________________
JV Partner Legal Name: _______________________________________________
Named Sub-contractor Legal Name_________________________________________

Annual Turnover Data (IT Products and Services only)

Year Amount

Average Annual Turnover*

*Average annual turnover calculated as total certified payments received for work in
progress or completed, divided by the number of years specified in Section III,
Evaluation & Qualification Criteria, Sub-Factor 7.2

MD/WZ/06/PUR/ADB/ERP-03
4-108 Section IV. Bidding Forms

Form 14. Current Contract Commitments/Work in


Progress
Bidders and each partner to a Joint Venture bid and Named Subcontractor(s) should
provide information on their current commitments for supplying of more than 100
machines/system on all contracts that have been awarded, or for which a letter of intent
or acceptance has been received, or for contracts approaching completion, but for
which an unqualified, full completion certificate has yet to be issued.

Current Contract Commitments


Employer, Value of Outstanding Average Monthly
Estimated
Name of Contact Information Products Invoicing Over
No. Completio
Contract Address, Tel, and/or Services Last Six Months
n Date
Fax (Amount) (Amount)
1

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-109

Form 15. Details of projects implemented


Date:
ICB No.:
Invitation for Bid No.: ____________________

To:

Details of projects of similar nature like Purchaser’s line of activity implemented during
last three years (Use a separate sheet for each Project)

1 Name of the Project


2 Name of the Client
3 Client’s Address
4 Nature of work and special features of the product

5 Value of the work done


6 Date of award
7 Date of Completion

Note: Please also attach a satisfactory completion report duly signed by authorized
signatory of the firm and specify corresponding page number

MD/WZ/06/PUR/ADB/ERP-03
4-110 Section IV. Bidding Forms

Form 16. Power of Attorney for Joint Venture


Date:
ICB No.:
Invitation for Bid No.: ______________
Alternative No.: ___________________

KNOW ALL MEN BY THESE PRESENTS THAT WE, the Members whose details are
given hereunder

Details of Members:

1. M/s ……………………………. (A Company incorporated under the laws of……….. /


A Partnership Firm registered under the ……………………………… etc.) and having
its Registered Office at ………………………… (complete address).
2. –do-
……………………………………… have formed a Joint Venture / intend to form a
joint venture under the laws of ………………………. and having / or intend to
have our Registered Office/Head Office at ……………………… (Hereinafter
called the ‘Joint Venture’ which expression shall unless repugnant to the context
or meaning thereof, include its successors, administrators and assigns) acting
through M/s ………………………….. being the Member In charge/Lead Member
to hereby constitute, nominate and appoint Mr.……………(Name and
Designation) of M/s…..…….….a Company incorporated under the laws of
………………………………. and having its Registered / Head Office at
…………………………. as our duly constituted lawful Attorney (hereinafter called
“Attorney” or “Authorized Representative”) to exercise all or any of the powers for
and on behalf of the Joint Venture in regard to Supply, Installation and Support of
Servers, Network Equipment, Data Centre Infrastructure and Related Software
for which the bids have been invited by the Madhya Pradesh Paschim Kshetra
Vidyut Vitaran Company Ltd., Indore (MPPKVVCL, Indore) on behalf of Madhya
Pradesh Poorv Kshetra Vidyut Vitaran Company Ltd., Jabalpur (MPPKVVCL,
Jabalpur) and MPPKVVCL, Indore (hereinafter referred to as ‘Purchaser’).

i. To submit proposal and participate in the aforesaid Bid Specification of the


Purchaser on behalf of the “Joint Venture”.
ii. To negotiate with the Purchaser the terms and conditions for award of the
Contract pursuant to the aforesaid Bid and to sign the Contract with the
Purchaser for and on behalf of the “Joint Venture”.
iii. To do any other act or submit any document related to the above.
iv. To receive, accept and execute the Contract for and on behalf of the “Joint
Venture”.

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-111

v. In the event of an order placed on M/s ……………………………… (Member


In charge/Lead Member), Supply, Installation and Support of Servers,
Network Equipment, Data Centre Infrastructure and Related Software shall
be carried out by all the members as per Bidding Documents and as per the
work schedule.

The quantities to be supplied / services to be rendered by the Joint Venture


against the order placed will be directly supplied / provided by the individual
members to the Purchaser and payments will be made by the Purchaser to
the Member In charge/Lead Member against the invoice raised by the
Member In charge/Lead Member. We confirm that commitments made and
liabilities incurred by the leader (Member In charge/Lead Member) shall be
binding on all the Joint Venture members and all of us shall be jointly and
severally responsible for the faithful execution of the contract to the
satisfaction of the Purchaser and discharge the liabilities jointly and
severally.
vi. In the event of award of contract, we the Joint Venture members shall be
liable jointly and severally for the execution of the contract in accordance
with the contract terms and in accordance with specifications and within the
schedule time.
vii. The Member In charge/Lead Member is hereby authorized to incur liabilities
and receive instructions for and on behalf of any and all the joint venture
members and entire execution of the contract.
viii.In the event of any default in executing contract, that is in rendering the
services / supplying the quantities in accordance with specifications and
within the schedule time by any member / members of Joint Venture, the
remaining other member / members shall accept liability and execute the
contract in full as provided in Clause (vii) of this agreement.
ix. We, all the members of the Joint Venture hereby agree and undertake that
in the event of any change in the Constitution of any Joint Venture, the
rights and obligations of the Joint Venture shall continue to be in full force
without any effect thereof.
x. We, all the members of Joint Venture undertake that we shall not cancel or
amend this agreement unilaterally and without the consent of Purchaser and
such consent will be obtained in writing. We also undertake that this
agreement will be duly registered in any Registrar’s Office located
in……………………..
xi. We hereby, extend our full guarantee and, warranty as per Clause 28 of
Section VII, General Conditions of Contract and GCC 28.5 of Section VIII,
Special Conditions of Contract for Supply, Installation and Support of
Servers, Network Equipment, Data Centre Infrastructure and Related
Software against this invitation for bid by leader of Joint Venture M/s.
……………

MD/WZ/06/PUR/ADB/ERP-03
4-112 Section IV. Bidding Forms

xii. It is already understood that the Member In charge / Lead Member shall
ensure performance of the Contract(s) and if one or more Member(s) fail to
perform their respective portions of the Contract(s), the same shall be
deemed to be a default by all the Members.
xiii.It is expressly understood that this Power of Attorney shall remain valid
binding and irrevocable till completion of the Contract tenure and
obligations.
xiv.The Joint Venture members hereby agree and undertake to ratify and
confirm all the whatsoever the said Attorney / Authorized Representative
quotes in the bid, negotiates and signs the Contract with Purchaser and/or
proposes to act on behalf of the Joint Venture by virtue of this Power of
Attorney and the same shall bind the Joint Venture as if done by itself.

IN WITNESS WHEREOF, the duly constituted Attorney/ Authorized


Representative of each of the Members constituting the Joint Venture as
aforesaid have executed these presents on this ………………………. Day of
………………………….. Under the Common Seal(s) of their respective
Companies.
For and on behalf of the Members of Joint Venture:-
1. Signature, Name, Designation and
Common Seal of the Company
2. -do-
The common Seals of the aforesaid Members Constituting the Joint Venture
have been affixed there unto in the presence of
WITNESS:
1. Signature……………………………………………
Name………………………………………………..
Designation…………………………………………
Occupation………………………………………….
Address …………………………………………….
………………………………………………………
2. Signature……………………………………………
Name………………………………………………..
Designation…………………………………………
Occupation………………………………………….
Address …………………………………………….

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-113

Form 17. Bidder’s Request for Clarification

Supply, Installation and Support of Servers, Network Equipment, Data Centre


Infrastructure and Related Software
Bidder's Request for Clarification
Name of Organization Name & position of Full formal address of the
submitting request person submitting organization including phone,
request mobile and email

Sl. Section Page Clause Clause Query / Clarification


No. No No. No. sought

MD/WZ/06/PUR/ADB/ERP-03
4-114 Section IV. Bidding Forms

Form 18. Deviations/ exclusions schedule


Date:
ICB No.:
Invitation for Bid No.: ____________________

To:

We declare that the following are the only deviations and variations and
exceptions/exclusions to the services as outlined in your Bidding Documents. Except
these deviations, subject to the approval and acceptance by the Purchaser, the entire
work shall be performed as per your requirements.

We also give below the cost of withdrawal of each deviations/exclusion

Clause No Statement of Deviations/Exclusions and Cost of


Variations Withdrawal (Rs.)

Name
In the capacity of:
Signed

Duly authorized to sign the Authorization for and on behalf of


Date

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-115

Form 19. Submission by Single Bidder

(To be signed by any Director on the Board or Company Secretary)

Date:
ICB No.:
Invitation for Bid No.: ____________________

To:

I ________________________ certify that I am ____________________ of the


company under the laws of _____________ and that Mr. / Ms. ___________________,
__________ <designation> who signed the above tender is authorised to bind
__________________<company name> by authority of the Board of Directors.

Signature: ___________________
Full Name: ____________________
Address: ____________________
Ph. No.: ____________________
Email ID: ____________________

Company Seal:

MD/WZ/06/PUR/ADB/ERP-03
4-116 Section IV. Bidding Forms

Form 20. Letter of Association by named


subcontractor (s)

(To be signed by authorised representative)

Date:
ICB No.:
Invitation for Bid No.: ____________________

Sub: Letter of Association for _________________________ (bid number and name)


as sub contractor.

To:

We would like to hereby confirm that we ___________________________<company


name> have agreed to associate with ______________________<lead bidder> as
named sub contractor to provided services for __________________ <tender details>.

In this association, ____________________________ <lead bidder> will be the lead


firm for providing services for the project.

Should _______________________ <lead bidder> be selected, we shall extend our


fullest cooperation for the successful completion of the project.

Signature: ___________________
Full Name: ____________________
Address: ____________________
Ph. No.: ____________________
Email ID: ____________________

Company Seal:

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-117

Form 21. General Experience in Information Products


and/or Services
All individual firms and all partners of a Joint Venture and Named Sub-vendors must complete the
information in this form with regard to the management of Information Products and/or Services contracts.
Date:
ICB No.:
Invitation for Bid No.:

To:

General Experience
Starting and
Ending Years Contract Identification Role of Bidder
Month/Year

Contract name:
Brief Description of the Products/Services supplied by
the Bidder:
Name of Employer :
Address:
Email:
Telephone:
Contract name:
Brief Description of the Products/Services supplied by
the Bidder:
Name of Employer :
Address:
Email:
Telephone:

Contract name:
Brief Description of the Products/Services supplied by
the Bidder:
Name of Employer :
Address:
Email:
Telephone:

MD/WZ/06/PUR/ADB/ERP-03
4-118 Section IV. Bidding Forms

General Experience
Starting and
Ending Years Contract Identification Role of Bidder
Month/Year

Contract name:
Brief Description of the Products/Services supplied by
the Bidder:
Name of Employer :
Address:
Email:
Telephone:

Name
In the capacity of:
Signed

Duly authorized to sign the Authorization for and on behalf of


Date

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-119

Form 22. Details of the personnel proposed to be


deployed for the assignment

Date:
ICB No.:
Invitation for Bid No.:

To:

(The personnel proposed to be deployed shall be professionally qualified from


reputed university/institution and shall have adequate relevant experience).

Sl Name Designation Qualification Professional Relevant Current Task


No experience experience Position proposed
in years * details # in the firm to be
assigned
1
2
3
4
5
6
7
8

* Enclose detailed resumes of the personnel as per the


next CV format
# Provide details of at least two most relevant project experiences
(including roles and responsibilities).

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

MD/WZ/06/PUR/ADB/ERP-03
4-120 Section IV. Bidding Forms

Form 23. CVs of Project Manager/ Team Leader/ Team


Members
Date:
ICB No.:
Invitation for Bid No.:

To:

Name of the Bidder


Proposed deployment of the candidate
Candidate Name Date of Birth
Information Professional Qualifications
Number of Years with the present Employer
Summarized Professional Experience in reverse chronological order.
From To Company/Project/Position/Relevant
Technical and Management Experience

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

Date._________

MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-121

Form 24. Bid-Securing Declaration


Date:
Bid No.:
Alternative No.:

To:
We, the undersigned, declare that:

We understand that, according to your conditions, bids must be supported by


a Bid-Securing Declaration.

We accept that we will automatically be suspended from being eligible for bidding in
any contract with the Borrower for the period of time of

starting on the date that we receive a notification from the Purchaser that our Bid
Securing Declaration is executed, if we are in breach of our obligation(s) under the bid
conditions, because we:

(a) have withdrawn our Bid during the period of bid validity specified in the Form of
Bid; or

(b) do not accept the correction of errors in accordance with the Instructions to
Bidders (hereinafter “the ITB”)

(c) having been notified of the acceptance of our Bid by the Employer during the
period of bid validity, (i) fail or refuse to execute the Contract, if required, or (ii) fail or
refuse to furnish the Performance Security, in accordance with the ITB.

We understand this Bid-Securing Declaration shall expire if we are not the successful
Bidder, upon the earlier of (i) our receipt of your notification to us of the name of the
successful Bidder; or (ii) twenty-eight days after the expiration of our Bid.

Signed
Name
Duly authorized to sign the Authorization for and on behalf of
Dated on: _______________________day of ______________________________
Corporate Seal (where appropriate)

MD/WZ/06/PUR/ADB/ERP-03
SECTION V

Eligible Countries
Section V - Eligible Countries 5-1

Section V - Eligible Countries


List of Eligible Countries of the Asian Development Bank

1. Afghanistan 35. Micronesia, Federated


2. Armenia States of
3. Australia 36. Mongolia
4. Austria 37. Myanmar
5. Azerbaijan 38. Nauru
6. Bangladesh 39. Nepal
7. Belgium 40. Netherlands
8. Bhutan 41. New Zealand
9. Brunei Darussalam 42. Norway
10. Cambodia 43. Pakistan
11. Canada 44. Palau
12. China, People's Republic 45. Papua New Guinea
of 46. Philippines
13. Cook Islands 47. Portugal
14. Denmark 48. Samoa
15. Fiji Islands 49. Singapore
16. Finland 50. Solomon Islands
17. France 51. Spain
18. Georgia 52. Sri Lanka
19. Germany 53. Sweden
20. Hong Kong, China 54. Switzerland
21. India 55. Taipei, China
22. Indonesia 56. Tajikistan
23. Ireland 57. Thailand
24. Italy 58. Timor LDR
25. Japan 59. Tonga
26. Kazakhstan 60. Turkey
27. Kiribati 61. Turkmenistan
28. Korea, Republic of 62. Tuvalu
29. Kyrgyz Republic 63. United Kingdom
30. Lao PDR 64. United States of America
31. Luxembourg 65. Uzbekistan
32. Malaysia 66. Vanuatu
33. Maldives 67. Viet Nam
34. Marshall Islands

MD/WZ/06/PUR/ADB/ERP-03
PART 2 – EMPLOYER (SUPPLY)
REQUIREMENTS
SECTION VI

Schedule of Requirement
Section VI. Schedule of Supply 6-1

Section VI. Schedule of Supply


Contents

1. List of Goods and Related Services for MPPKVVCL, Indore 6-8


2. List of Goods and Related Services for MPPKVVCL, Jabalpur 6-17
3. Schedule of Requirement (SOR) 6-25
3.1. Scope of Work 6-26
3.2. Detailed Scope of Work: IT Infrastructure Services: 6-34
3.2.1. IT Infrastructure Services: ..................................................................... 6-34
3.2.2. Resource Requirement........................................................................... 6-35
3.2.3. Manage IT services ................................................................................. 6-35
3.2.4. Documentation requirement .................................................................. 6-38
3.2.5. Helpdesk– Scope of Work...................................................................... 6-39
3.2.6. Training Requirements........................................................................... 6-47
3.2.7. System Audit requirement ..................................................................... 6-49
3.2.8. Project Handover/Transition.................................................................. 6-49
3.3. Detailed Scope of Work: Non-IT Infrastructure Services (West Discom) 6-50
3.3.1. Data Centre Facilities/Physical Infrastructure Scope ......................... 6-50
3.3.2. General requirements............................................................................. 6-52
3.3.3. Civil and Furnishing work ...................................................................... 6-59
3.3.4. DG Set - 600 KVA (480 KW) or Higher Silent Type DG Set ................. 6-69
3.3.5. Electrical works, Electrical panels, and Earthing ................................ 6-92
3.3.6. Lightning Protection System:.............................................................. 6-119
3.3.7. Precision Air conditioning ................................................................... 6-121
3.3.8. Comfort Air Conditioning..................................................................... 6-128
3.3.9. Intelligent Fire Detection System ........................................................ 6-129
3.3.10. Fire Suppression System - FM 200 Fire Suppression System......... 6-152
3.3.11. Access Control System........................................................................ 6-155
3.3.12. CCTV Based Video Surveillance System ........................................... 6-172
3.3.13. Automatic Water Leak Detection System........................................... 6-172
3.3.14. Rodent Repellent System .................................................................... 6-173
3.3.15. Building Management System............................................................. 6-174
3.3.16. PA Systems ........................................................................................... 6-189
3.3.17. IDS (Intrusion Detection System) ........................................................ 6-189
3.4. Detailed Scope of Work: Non-IT Infrastructure Services (East Discom) 6-191
3.5. Inspection Procedure and Acceptance Testing 6-192
3.6. Delivery Schedule 6-204
4. Technical Specifications 6-205
5. SLA 6-206
6. Drawings 6-207
6.1. Server Architecture 6-207
6.2. Network Architecture 6-210
6.3. Proposed Data Centre Architecture 6-213
6.4. Proposed Data Base Replication Architecture 6-214
6.5. Proposed Indore and Jabalpur ERP DC-DR Storage Solution 6-215

MD/WZ/06/PUR/ADB/ERP-03
6-2 Section VI. Schedule of Supply

6.6. Proposed CISC/RISC/EPIC (Linux/UNIX) Server Architecture (Standalone or


Virtualised server) for Data Centre 6-216
6.7. Proposed CISC/RISC/EPIC (Linux/UNIX) Server Architecture (Standalone or
Virtualised server) for Disaster Recovery Centre 6-217
6.8. Data Centre Building Architecture 6-218
6.9. Current Layout of proposed 60 KVA UPS Room – East Discom 6-219
6.10. Proposed layout for 60 KVA UPS Room 6-220
6.11. EAST DISCOM ERP Data Centre Layout 6-221

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-3

List of Figures
Figure 1Proposed Server Architecture ..............................................................................................6-207
Figure 2Layered Architecture .............................................................................................................6-208
Figure 3 Remote Connectivity to Data Centre...................................................................................6-210
Figure 4 Proposed Connectivity at Remote Offices .........................................................................6-211
Figure 5 Proposed Connectivity through VPN Tunnel .....................................................................6-212
Figure 6 Proposed ERP Data Centre Architecture ...........................................................................6-213
Figure 7Oracle Data Guard Architecture ...........................................................................................6-214
Figure 8Proposed Indore and Jabalpur ERP DC-DR Storage Solution ..........................................6-215
Figure 9 Proposed CISC/RISC/EPIC (Linux/UNIX) Server Architecture (Standalone or Virtualised
Server) for DC ..............................................................................................................................6-216
Figure 10 Proposed CISC/RISC/EPIC (Linux/UNIX) Server Architecture (Standalone or Virtualised
server) for DR...............................................................................................................................6-217
Figure 11 Data Centre Building Architecture ....................................................................................6-218
Figure 12 Current Layout of proposed 60 KVA UPS Room .............................................................6-219
Figure 13 Proposed UPS Room Layout .............................................................................................6-220
Figure 14 EAST DISCOM Data Centre layout ....................................................................................6-221

List of Abbreviations
Abbreviation/ Acronym Expansion
3DES Triple Data Encryption Standard
ACL Access Control List
ACS Access Control System
ADB Asian Development Bank
AES Advanced Encryption Standard
AH Ampere-Hour.
AHJ Authority Having Jurisdiction
AMC Annual Maintenance Charge
AMF Auto Mains Failure Control
ARCNET Attached Resource Computer Network
ARI Air Conditioning & Refrigeration Institute
ASCII American Standard Code for Information Interchange
ATS Annual Technical Support
AVM Anti Vibration Mounting
AVR Automatic Voltage Regulator
AWG American wire gauge
BGP Border Gateway Protocol
BHP British Horse Power
BIS Bureau of Indian Standard
BMS Building Management System
BOM Bill of Material
BOQ Bill Of Quantity

MD/WZ/06/PUR/ADB/ERP-03
6-4 Section VI. Schedule of Supply

BS British standards
CA Charted Accountant
CAC Comfort Air Conditioner
CAT6 Category 6
CD Compact Disk
CISC Complex Instruction Set Computing
MD Managing Director
CPE Customer Premises Equipment
CPU Central Processing Unit
CRCA Cold Rolled Cold Annealed
CST Central Sales Tax
CT Current Transformer
DB Database
DBA Decible A-weighted
DC Data Centre
DCS Data Centre System
DD Demand Draft
DDC direct digital control
DDE Dynamic Data Exchange
DES Data Encryption Standard
DG Diesel Generator
DIP dual in-line package
DISCOM Distribution Company
DMC Dough Moulding Compound
DMZ Demilitarized zone
DR Disaster Recovery Centre
EBS E-Business Suite
EC electronically commutated
EIA Electronic Industries Association
EMD Earnest Money Deposit
EML Electro Magnetic Lock
EMS Element Management System
EN European Standard
EPIC Explicitly parallel instruction computing
EPROM Erasable Programamble Read Only Memory
ERP Enterprise Resource Planning
ET Entry Tax
FACP Fire Alarm Control Panel
FCPS Field Charging Power Supply
FIA Fire Insurance Approval
FM Factory Mutual

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-5

FMS Facility Management Services


FPLR Fire-Power Limited-Riser.
FRLS Fire Retardent low smoke
GA General Assembly
GI Galvanised Iron
GUI Graphical User Interface
HFC Hydrofluorocarbon
HQ Head Quarter
HRC High Rupturing Capacity
HTTP Hypertext Transfer Protocol
HVAC High Voltage Alternating Current
IDC Initiation Device Circuits
IDS Intrusion Detection System
IEC International Electrotechnical commission
INR Indian Rupees
IP Internet Protocol
IPSec Internet Protocol Security
IPv4 Internet Protocol Version 4
IPv6 Internet Protocol Version 6
IS Indian Standards
ISDN Integrated Standard Digital Network
IS-IS Intermediate System To Intermediate System
ISO International Organization for Standardization
ISP Internet Service Provider
IT Information Technology
ITB Instructions To Bidder
ITE Information Technology Equipment
ITIL Information Technology Infrastructure Library
ITSM Information Technology Service Management
JV Joint Venture
KBPS Kilo Bits Per Second
KVA Kilo Volt Ampere
KVM Keyboard, Video and Mouse
KW Kilo Watt
LAN Local Area Network
LCD Liquid crystal display
LED Light-Emitting-Diodes
LOA Letter of Award
MCB Miniature Circuit Breaker
MCCB moulded case circuit breaker
MDF medium density fiberboard

MD/WZ/06/PUR/ADB/ERP-03
6-6 Section VI. Schedule of Supply

MIS Management Information System


MPLS Multiprotocol Label Switching
MPSEB Madhya Pradesh State Electricity Board
MSL Mean Sea Level
NAC Notification Appliance Circuits
NAT Network Address Translation
NCA Network Control Annunciator
NCS Network Control Station
NEC National Electrical Code
NFPA National Fire Protection Association
NMS Network Management System
No. Number
NOC Network Operations Centre
Nos. Numbers
OBIEE Oracle Business Intelligence Enterprise Edition
ODBC Open Database Connectivity
OEM Original Equipment Manufacturer
OS Operating System
OSI Open Systems Interconnection
OSPF Open Shortest Path First
PAC Precision Air Conditioner
PAN Permanent Account Number
PC Personal Computer
PF Power Factor
PID proportional–integral–derivative
PIN Personal Identification Number
PMCC power cum motor control centre
PMR Problem Management Record
PMT Project Management Team
PO Purchase Order
PPM Pulse Per Minute
Project-EPIC Project-ERP Project for Integration and Coordination
Project-WIN Project-WEST INFRASTRUCTURE NETWORKING
PROM Programmable Read Only Memory
PSC Project Steering Committee
PSTN Public Switched Telephone Network
PVC Polyvinyl Chloride
QA Quality Assurance
QoS Quality of Service
RAC Real Application Clusters
RAPDRP Restructured Accelerated Power Development Reforms
Programme

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-7

RCC Reinforced Concrete Cement


RFP Request for Proposal
RH Relative Humidity
RIP Routing Information Protocol
RISC Reduced instruction set computing
ROM Read only memory
RPM Revolutions per minute
RTC Real Time Clock
RTU Remote terminal units
SAN Storage Area Network
SLA Service Level Agreement
SLC Signaling Line Circuits
SMC Sheet Moulded Compound
SMTP Simple Mail Transfer Protocol
SNMP Simple Network Management Protocol
SOP Standard Operating Procedures
SOR Schedule of Requirement
SOW Statement of Work(s)
SPECint or CINT2006 Standard Performance Evaluation Corporation Integer
SSH Secure Shell
SSL Secure Sockets Layer
SWAN State Wide Area Network
SWG Standard Wire Gauge
TCP Transmission Control Protocol
tpmC Transactions Per Minute, Type C
TTR Time To Repair
UDP User datagram protocol
UL Underwriters Laboratories Inc
UPS Uninterrupted Power Supply
URL Uniform Resource Locator
UTP Unshielded Twisted Pair
UWS User Workstation (computer)
VAT Value Added Tax
VDC Virtual Device Contexts
VHFO Very High Frequency Oscillator
VPN Virtual Private Network
WAN Wide Area Network
WSUS Windows System Update Services
WYSISYG What you see is what you get
XLPE Cross linked polyethylene insulated power cable

MD/WZ/06/PUR/ADB/ERP-03
6-8 Section VI. Schedule of Supply

1. List of Goods and Related Services for MPPKVVCL, Indore


Unit of Total
Item Quantity Quantity
Name of Goods Measuremen Quantity
No. for DC for DR
t

A - Information Technology (IT) Hardware - For Data Centre (DC) and Disaster Recovery (DR)

Database and Application Server (Comprises E-


Business Suite (EBS R12.1.3), Hyperion
Planning and Oracle Business Intelligence
A1 Numbers 2 2 4
Enterprise Edition (OBIEE) as mentioned in
Annexure I and as per design mentioned in
Section VI)

Application Development and QA Server (as per


A2 Numbers 1 0 1
design mentioned in Section VI)

Peripheral Servers (Antivirus Server, Directory


Server, EMS/NMS Server, Patch management
A3 Numbers 13 4 17
Server, SAN Management and Backup server,
Proxy Server, Reverse Proxy and Web Server)

A4 SAN Storage Numbers 1 1 2

A5 SAN Switch Numbers 2 0 2

A6 Tape Library Numbers 1 1 2

Labelled Tape Cartridge - 3.2 TB Compatible


A7 Numbers 24 24 48
with supplied Tape Library

A8 Application Load Balancer Numbers 2 1 3

A9 KVM Switch Numbers 3 1 4

A10 Server UPS 60 KVA Numbers 2 0 2

A11 Core Router Numbers 4 0 4

A12 Internet Router Numbers 2 0 2

A13 MPLS Firewall Numbers 2 0 2

A14 Internet Firewall Numbers 2 0 2

A15 Intrusion Prevention System (IPS) Numbers 2 0 2

A16 Core Switch Numbers 2 0 2

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-9

A17 Distribution Switch Numbers 2 2 4

A18 DMZ Switch Numbers 2 0 2

A19 Access Switch Numbers 4 0 4

A20 Failover Switch Numbers 2 0 2

A21 Work Station Numbers 8 0 8

A22 A3 - Colour Printer Numbers 1 0 1

B - IT Hardware - For Remote Locations

B1 Remote Office Switch Numbers -- -- 226

B2 Remote Office Router Numbers -- -- 170

B3 Cheque Printer Numbers -- -- 20

B4 Barcode Printer Numbers -- -- 10

B5 Barcode Scanner Numbers -- -- 25

C - IT Software - For DC and DR

Unix/Enterprise Linux Server 64 Bit Operating


System (OS) or equivalent (certified for Oracle
EBS R12.1.3 and compatible with proposed
application, database and development servers) Numbers of
C1 13 6 19
Servers
Supplier must supply the OS licenses based on
the supplied server cores/sockets (whichever is
applicable).

Enterprise Linux/Unix Server 64 Bit OS or


equivalent (needs to be compatible with Squid
proxy and proposed proxy server) Numbers of
C2 1 1 2
Supplier must supply the OS licenses based on Servers
the supplied server cores/sockets (whichever is
applicable).

Windows Server 2008 Enterprise Edition 64 Bit


C3 Numbers 12 3 15
OS

Oracle Database Licenses (two No. of processor


licenses of Oracle Enterprise are available with
C4 both the purchasers i.e. total 4 No. of licenses. Numbers -- -- xx
All the additional Oracle database (DB)
enterprise licenses as per production and

MD/WZ/06/PUR/ADB/ERP-03
6-10 Section VI. Schedule of Supply

development DB server’s requirement must be


supplied by the supplier for both the purchasers)

Real Application Clusters (RAC) licenses (as


C5 Numbers -- -- xx
required by DB server)

C6 Antivirus server license Numbers 1 0 1

C7 Antivirus client license Numbers 1500 0 1500

C8 Network Fault Management Numbers 430 0 430

C9 Network Performance Management Numbers 430 0 430

Server Management and Monitoring (number of


C10 Numbers -- -- xx
licenses will be as per supplied servers)

Oracle DB Performance Management (number


of EMS/NMS licenses of Oracle DB Performance
C11 Numbers -- -- xx
Management will be as per offered DB server’s
requirement)

C12 Client Automation Management Numbers 1500 0 1500

C13 Service Desk and Service Level Management Numbers 5 0 5

SSL VPN licenses (per user for the supplied


C14 Numbers 700 0 700
firewall)

Backup Management Software with Central


C15 Numbers 1 1 2
Management Server

High Availability OS Clustering Software with


C16 Numbers 2 2 4
shared file system

MS Office 2010 (or compatible with ERP


C17 Numbers 100 0 100
environment) Indic standard (OLP)

D - Passive Material - For DC and DR

D1 Network Rack 42U Numbers 2 0 2

24 Port Modular Patch Panel (for 42 U Network


D2 Numbers 18 0 18
Rack)

D3 Network Rack with modular Patch Panel – 6U Numbers 2 0 2

Server Rack (with Liquid crystal display(LCD)


D4 Numbers 3 1 4
console)

D5 24 Port Modular Patch Panel (for Server Rack) Numbers 10 2 12

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-11

Information Outlet with surface mount face plate


D6 and board having Patch cord 2 Meter Length Numbers 100 0 100
and Patch cord with 1 Meter Length

D7 Patch cord 2 Meter Length and 3 Meter Length Numbers 700 0 700

Category 6 (CAT 6) Horizontal Cabling in plastic


D8 Meter 14000 0 14000
casing N capping

D9 Data Cabinet (Security vault) - 370 Litres Numbers 1 0 1

Non IT and DC Facility Equipments

E - Civil and Furnishing Work

E1 IPS flooring (for false floor area) Square Meter 140 -- 140

E2 False flooring (450 mm clear height) Square Meter 140 -- 140

Armaduct (16 mm Class 1, Insulation under


E3 Square Meter 40 -- 40
False floor (near PAC area) in Server Farm

E4 Steps for entry to Server Farm Lot 2 -- 2

E5 Ramps Lot 1 -- 1

E6 Trap Doors Square Meter 4 -- 4

Fire Rated Doors - 4’ X 7’ and thickness


E7 Numbers 7 -- 7
40/45mm

Fire Rated Doors - 5’ X 7’ and thickness


E8 Numbers 2 -- 2
40/45mm

E9 Windows - View panels at Server farm Square Meter 6 -- 6

E10 Storage Units for Goods/File Keeping Square Meter 3 -- 3

E11 Running Counter For Control Room and NOC Square Meter 12 -- 12

Control room console to house the TFT


E12 Monitors, Fire Alarm panel, Gas release panel Lot 1 -- 1
etc.

E13 Security Desk outside of Server Room Numbers 1 -- 1

Sofas-Sofa seating in Guest area outside of


E14 Set 2 -- 2
Server Room. (3+1+1 sitting capacity)

E15 Furniture - Computer chairs Numbers 10 -- 10

MD/WZ/06/PUR/ADB/ERP-03
6-12 Section VI. Schedule of Supply

E16 Furniture - Visitor Chairs Numbers 10 -- 10

E17 Furniture - Chairs in Main cabins Numbers 5 -- 5

Furniture - Senior Executives Table Finesse with


E18 Numbers 5 -- 5
storage

F-Electrification Work

3 - Phase, 6 way Distribution Board for UPS


F1 Numbers 4 -- 4
power.

3 - Phase, 8 way Distribution Board for lighting


F2 Numbers 4 -- 4
and raw power.

F3 3 X 36W CFL lighting with fitting Numbers 20 -- 20

F4 2 X 18W CFL, with reflector Numbers 10 -- 10

F5 LED Spot lights Numbers 10 -- 10

F6 Halogen 10 W Spot lights Numbers 8 -- 8

1 phase Industrial socket (for Utility point) having


F7 20/32 Amp MCB or as per offered Numbers 32 -- 32
Server/Network Rack

5/15 Switch - Socket - Raw Point - Average


F8 Numbers 5 -- 5
Point length up to and inclusive 8 to 12 Meters

5/15 Switch - Socket - Raw Point - Average


F9 Point length above 12 Meters and up to and Numbers 5 -- 5
inclusive 16 Meters.

5/15 Switch-Socket - Raw Point-Average Point


F10 length above 16 Meters and up to and inclusive Numbers 5 -- 5
32 Meters

Computer Point 2 switch and 4 socket- Average


F11 Numbers 10 -- 10
Point length up to and inclusive 8 to 12 Meters

Computer Point 2 switch and 4 socket-Average


F12 Point length above 12 Meters and up to and Numbers 25 -- 25
inclusive 16 Meters.

Computer Point 2 switch and 4 socket-Average


F13 Point length above 16 Meters and up to and Numbers 25 -- 25
inclusive 32 Meters.

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-13

Supply and laying of 1100V grade, armored,


F14 PVC insulated, 3.5C X 16 Square mm copper Meters 200 -- 200
armored cable

Supply and laying of 1100V grade, unarmored,


F15 PVC insulated, 1.1KV grade, 3C X 4 Square mm Meters 400 -- 400
copper flexible cable

Supply and laying of 1100V grade, armored,


F16 PVC insulated, 3.5C X 400 Square mm AL Meters 400 -- 400
armored cable

Supply and laying of 1100V grade, PVC


F17 insulated, 1C X 95 Square mm flexible copper Meters 500 -- 500
cable

Supply and laying of 1100V grade, armored,


F18 PVC insulated, 3.5C X 25 Square mm copper Meters 50 -- 50
armored cable

One light point controlled by one 6 A modular


F19 Numbers 10 -- 10
type switch

Two light points controlled by one 6 A modular


F20 Numbers 10 -- 10
type switch

Three light points controlled by one 6 A modular


F21 Numbers 10 -- 10
type switch cabins

Four light points controlled by one 6 A modular


F22 Numbers 10 -- 10
type switch

F23 Earth Pit Numbers 20 -- 20

F24 Earthing Strip Meters 300 -- 300

F25 Equipment and Server rack earthing Set 1 -- 1

F26 S/F 25 x 3 braided copper tape for grid earthing Meters 75 -- 75

F27 S/F 8 swg bare copper wire Meters 100 -- 100

F28 S/F 10 swg bare copper wire Meters 75 -- 75

Supply and laying of Cable Tray: 150 mm X 75


F29 Meters 150 -- 150
mm X 16 gauge.

Supply and laying of Cable Tray: 3000mm X 75


F30 Meters 125 -- 125
mm X 16 gauge.

MD/WZ/06/PUR/ADB/ERP-03
6-14 Section VI. Schedule of Supply

Cable Termination: End termination at both ends


F31 Numbers 16 -- 16
3.5C X 16 SQMM

Cable Termination: End termination at both ends


F32 Numbers 60 -- 60
3C X4 SQMM with flexible glangs

Cable Termination: End termination at both ends


F33 Numbers 48 -- 48
1C x 95 SQMM with flexible glands

Cable Termination: End termination at both ends


F34 Numbers 12 -- 12
3.5C x 400 SQMM (AL)

Cable Termination: End termination at both ends


F35 Numbers 4 -- 4
3.5C X 25 SQMM

F36 Emergency Lights - Emergency CFL light 10 W Numbers 10 -- 10

F37 Main Power Distribution Panel Numbers 1 -- 1

F38 UPS Sub DB (2 each for each UPS) Numbers 4 -- 4

F39 Lightning protection for the building. Set 1 -- 1

G-Other Data Centre Facility Equipments

600 KVA or Higher DG SET with all the


G1 Set 1 -- 1
auxiliaries.

Supply and Installation of Precision Air 6 TR


G2 Numbers 4 -- 4
Conditioning System for Server Room

G5 Supply and Installation of 2 TR split AC Numbers 7 -- 7

G6 Fire Detection System for Data Centre Area Lot 1 -- 1

G7 FM 200 Fire Suppression and Safety System Lot 1 -- 1

G8 Fire extinguisher and Safety-related Items Lot 1 -- 1

G9 Security Access Control System Lot 1 -- 1

G10 CCTV System Lot 1 -- 1

G11 Water Leak Detection System Lot 1 -- 1

G12 Rodent Repellent System Lot 1 -- 1

G13 Building Management System Lot 1 -- 1

G14 Intrusion detection system Lot 1 -- 1

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-15

G15 PA System Lot 1 -- 1

Temperature Sensor with Alarm for UPS room


G16 Lot 2 -- 2
and Data Centre

H-Training and any other item proposed for All Locations

Lump
H1 Training -- -- 1
Sum

Any other Item Proposed (Please provide item Lump


H2 -- -- 1
wise bifurcation Cost in a separate annexure) Sum

I-Manage IT Services for All Locations

Facility Management Services (FMS) from the


I1 For total 4 years
Operational acceptance.

Oracle and any other ATS Cost for DC for


I2 supplied licenses (Please provide item wise For total 4 years
bifurcation of ATS Cost in a separate annexure).

Oracle and any other ATS Cost for DR for


I3 supplied licenses (Please provide item wise For total 3 years
bifurcation of ATS Cost in a separate annexure).

AMC for all supplied items (Except DR


I4 components) shall be from the completion of For total 3 years
warranty support period.

AMC for all supplied DR components shall be


I5 For total 2 years
from the completion of warranty support period.

AMC for legacy hardware (1500 PC/Laptops)


I6 For total 3 years
from the completion of warranty support period.

AMC for legacy hardware (1050 UPS) from the


I7 For total 3 years
completion of warranty support period.

AMC for legacy hardware (800 Printers) from the


I8 For total 3 years
completion of warranty support period.

K-Extended Supply/Services (Optional to Purchaser)

Cost of server hardware, software, licenses and


any other item/services required to upgrade the
K1 servers tpmC/ SPECint for line item A1 – Lump Sum
Database and Application Servers as per the
defined expandability in Annexure I (Only

MD/WZ/06/PUR/ADB/ERP-03
6-16 Section VI. Schedule of Supply

RDBMS & RAC licenses will be


procured/provided by the purchaser to achieve
the desired expandability)

Extended FMS (After 4 years of Mandatory


K2 3 Years
FMS)

Extended Oracle and any other ATS for DC for


supplied licenses. (Please provide item wise
K3 3 Years
bifurcation of ATS Cost in a separate annexure
after 4 years of Mandatory ATS)

Extended Oracle and any other ATS for DR for


supplied licenses. (Please provide item wise
K4 3 Years
bifurcation of ATS Cost in a separate annexure
after 4 years of Mandatory ATS)

Extended AMC for all supplied items (Except DR


K5 3 Years
components after 4 years of Mandatory AMC)

Extended AMC for all supplied DR components


K6 3 Years
(After 4 years of Mandatory AMC)

Extended AMC for legacy hardware (1500


K7 For total 3 years
PC/Laptops) (After 3 years of Mandatory AMC)

Extended AMC for legacy hardware (1050 UPS)


K8 For total 3 years
(After 3 years of Mandatory AMC)

Extended AMC for legacy hardware (800


K9 For total 3 years
Printers) (After 3 years of Mandatory AMC)

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-17

2. List of Goods and Related Services for MPPKVVCL, Jabalpur


Unit of Total
Item Quantity Quantity
Name of Goods Measuremen Quantity
No. for DC for DR
t

A - Information Technology (IT) Hardware - For Data Centre (DC) and Disaster Recovery (DR)

Database and Application Server


(Comprises E-Business Suite (EBS
R12.1.3), Hyperion Planning and Oracle
A1 Numbers 2 2 4
Business Intelligence Enterprise Edition
(OBIEE) as mentioned in Annexure I and as
per design mentioned in Section VI)

Application Development and QA Server (as


A2 Numbers 1 0 1
per design mentioned in Section VI)

Peripheral Servers (Antivirus Server,


Directory Server, EMS/NMS Server, Patch
A3 management Server, SAN Management and Numbers 13 4 17
Backup server, Proxy Server, Reverse Proxy
and Web Server)

A4 SAN Storage Numbers 1 1 2

A5 SAN Switch Numbers 2 0 2

A6 Tape Library Numbers 1 1 2

Labelled Tape Cartridge - 3.2 TB Compatible


A7 Numbers 24 24 48
with supplied Tape Library

A8 Application Load Balancer Numbers 2 1 3

A9 KVM Switch Numbers 3 1 4

A10 Server UPS 60 KVA Numbers 2 0 2

A11 Core Router Numbers 4 0 4

A12 Internet Router Numbers 2 0 2

A13 MPLS Firewall Numbers 2 0 2

A14 Internet Firewall Numbers 2 0 2

A15 Intrusion Prevention System (IPS) Numbers 2 0 2

A16 Core Switch Numbers 2 0 2

MD/WZ/06/PUR/ADB/ERP-03
6-18 Section VI. Schedule of Supply

A17 Distribution Switch Numbers 2 2 4

A18 DMZ Switch Numbers 2 0 2

A19 Access Switch Numbers 4 0 4

A20 Failover Switch Numbers 2 0 2

A21 Work Station Numbers 8 0 8

A23 Laser Network Printer Numbers 1 0 1

B - IT Hardware - For Remote Locations

B1 Remote Office Switch Numbers -- -- 411

B2 Remote Office Router Numbers -- -- 207

B3 Cheque Printer Numbers -- -- 20

B4 Barcode Printer Numbers -- -- 10

B5 Barcode Scanner Numbers -- -- 25

C - IT Software - For DC and DR

Unix/Enterprise Linux Server 64 Bit


Operating System (OS) or equivalent
(certified for Oracle EBS R12.1.3 and
compatible with proposed application, Numbers of
C1 database and development servers) 13 6 19
Servers
Supplier must supply the OS licenses based
on the supplied server cores/sockets
(whichever is applicable).

Enterprise Linux/Unix Server 64 Bit OS or


equivalent (needs to be compatible with
Squid proxy and proposed proxy server) Numbers of
C2 1 1 2
Supplier must supply the OS licenses based Servers
on the supplied server cores/sockets
(whichever is applicable).

Windows Server 2008 Enterprise Edition 64


C3 Numbers 12 3 15
Bit OS

Oracle Database Licenses (two No. of


C4 processor licenses of Oracle Enterprise are Numbers -- -- xx
available with both the purchasers i.e. total 4
No. of licenses. All the additional Oracle

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-19

database (DB) enterprise licenses as per


production and development DB server’s
requirement must be supplied by the
supplier for both the purchasers)

Real Application Clusters (RAC) licenses (as


C5 Numbers -- -- xx
required by DB server)

C6 Antivirus server license Numbers 1 0 1

C7 Antivirus client license Numbers 2000 0 2000

C8 Network Fault Management Numbers 650 0 650

C9 Network Performance Management Numbers 650 0 650

Server Management and Monitoring


C10 (number of licenses will be as per supplied Numbers -- -- xx
servers)

Oracle DB Performance Management


(number of EMS/NMS licenses of Oracle DB
C11 Numbers -- -- xx
Performance Management will be as per
offered DB server’s requirement)

C12 Client Automation Management Numbers 2000 0 2000

Service Desk and Service Level


C13 Numbers 5 0 5
Management

SSL VPN licenses (per user for the supplied


C14 Numbers 500 0 500
firewall)

Backup Management Software with Central


C15 Numbers 1 1 2
Management Server

High Availability OS Clustering Software with


C16 Numbers 2 2 4
shared file system

D - Passive Material - For DC and DR

D1 Network Rack 42U Numbers 2 0 2

24 Port Modular Patch Panel (for 42 U


D2 Numbers 18 0 18
Network Rack)

Network Rack with modular Patch Panel –


D3 Numbers 2 0 2
6U

D4 Server Rack (with Liquid crystal Numbers 3 1 4

MD/WZ/06/PUR/ADB/ERP-03
6-20 Section VI. Schedule of Supply

display(LCD) console)

24 Port Modular Patch Panel (for Server


D5 Numbers 10 2 12
Rack)

Information Outlet with surface mount face


D6 plate and board having Patch cord 2 Meter Numbers 100 0 100
Length and Patch cord with 1 Meter Length

Patch cord 2 Meter Length and 3 Meter


D7 Numbers 700 0 700
Length

Category 6 (CAT 6) Horizontal Cabling in


D8 Meter 14000 0 14000
plastic casing N capping

D9 Data Cabinet (Security vault) - 370 Litres Numbers 1 0 1

Non IT and DC Facility Equipments

E - Civil and Furnishing Work

E1 IPS flooring (for false floor area) Square Meter 62 -- 62

E2 False flooring(450 mm clear height) Square Meter 62 -- 62

Armaduct (16 mm Class 1, Insulation under


E3 Square Meter 20 -- 20
False floor (near PAC area) in Server Farm

Running Counter For Control Room and


E11 Square Meter 5 -- 5
NOC

E15 Furniture - Computer chairs Number 10 -- 10

E19 Door Closure for UPS Room Number 1 -- 1

F-Electrification Work

3 - Phase, 6 way Distribution Board for UPS


F1 Numbers 4 -- 4
power.

3 - Phase, 8 way Distribution Board for


F2 Numbers 4 -- 4
lighting and raw power.

F3 3 X 36W CFL lighting with fitting Numbers 10 -- 10

F4 2 X 18W CFL, with reflector Numbers 8 -- 8

1 phase Industrial socket (for Utility point)


F7 having 20/32 Amp MCB or as per offered Numbers 32 -- 32
Server/Network Rack

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-21

5/15 Switch - Socket - Raw Point - Average


F8 Point length up to and inclusive 8 to 12 Numbers 5 -- 5
Meters

Computer Point 2 switch and 4 socket-


F11 Average Point length up to and inclusive 8 to Numbers 30 -- 30
12 Meters

F23 Earth Pit Numbers 4 -- 4

F24 Earthing Strip Meters 300 -- 300

F25 Equipment and Server rack earthing Set 1 -- 1

S/F 25 x 3 braided copper tape for grid


F26 Meters 75 -- 75
earthing

F27 S/F 8 swg bare copper wire Meters 100 -- 100

F28 S/F 10 swg bare copper wire Meters 75 -- 75

Supply and laying of Cable Tray: 150 mm X


F29 Meters 100 -- 100
75 mm X 16 gauge.

Supplying, storing, laying, testing and


commissioning of 1.1 KV grade Aluminium
/Copper conductor, PVC insulated, steel
F40 strip armoured complete with inner sheath Set 1 -- 1
and outer sheath manufactured as per
I.S.1554 (Part I) on existing cable tray, in
trenches or dir

F41 Cables Set 1 -- 1

F42 Cable Terminations Set 1 -- 1

Supply and connecting, cutting and peeling,


terminating and connecting, cables with
F43 brass compression type cable gland and Set 1 -- 1
crimped Aluminium lug joints in respective
DBs, switches etc.

F44 Point Wiring - Supply and installation Set 1 -- 1

Wiring for electrical points - Supply and


F45 Set 1 -- 1
installation

G-Other Data Centre Facility Equipments

MD/WZ/06/PUR/ADB/ERP-03
6-22 Section VI. Schedule of Supply

1200 KVA or Higher DG SET with all the


auxiliaries with Synchronization Panel for
G3 Set 1 -- 1
proposed (1200 KVA) and existing (650
KVA).

Supply and Installation of Precision Air


G4 Conditioning System of 8.5 TR each for Numbers 2 -- 2
Server Room

G5 Supply and Installation of 2 TR split AC Numbers 5 -- 5

Fire extinguisher and Safety-related Items


G8 Lot 1 -- 1
(For UPS Room)

Security Access Control System


G9 Lot 1 -- 1
(For UPS Room)

Water Leak Detection System


G11 Lot 1 -- 1
(For UPS Room)

Rodent Repellent System


G12 Lot 1 -- 1
(For UPS Room)

Temperature Sensor with Alarm for UPS


G16 Lot 2 -- 2
room and Data Centre

H- Training and any other item proposed for All Locations

H1 Training Lump Sum -- -- 1

Any other Item Proposed (Please provide


H2 item wise bifurcation Cost in a separate Lump Sum -- -- 1
annexure)

J-Support/Services Cost for East Discom

Facility Management Services (FMS) from


J1 For total 4 years
the Operational acceptance.

Oracle and any other ATS Cost for DC for


supplied licenses (Please provide item wise
J2 For total 4 years
bifurcation of ATS Cost in a separate
annexure).

Oracle and any other ATS Cost for DR for


supplied licenses (Please provide item wise
J3 For total 3 years
bifurcation of ATS Cost in a separate
annexure).

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-23

AMC for all supplied items (Except DR


J4 components) shall be from the completion of For total 3 years
warranty support period.

AMC for all supplied DR components shall


J5 be from the completion of warranty support For total 2 years
period.

AMC for legacy hardware (2000


J6 PC/Laptops) from the completion of warranty For total 3 years
support period.

AMC for legacy hardware (2000 UPS) from


J7 For total 3 years
the completion of warranty support period.

AMC for legacy hardware (800 Printers) from


J8 For total 3 years
the completion of warranty support period.

K-Extended Supply/Services (Optional to Purchaser)

Cost of server hardware, software, licenses


and any other item/services required to
upgrade the servers tpmC/ SPECint for line
item A1 – Database and Application Servers
K1 Lump Sum
as per the defined expandability in Annexure
I (Only RDBMS & RAC licenses will be
procured/provided by the purchaser to
achieve the desired expandability)

Extended FMS (After 4 years of Mandatory


K10 3 Years
FMS)

Extended Oracle and any other ATS for DC


for supplied licenses. (Please provide item
K11 3 Years
wise bifurcation of ATS Cost in a separate
annexure after 4 years of Mandatory ATS)

Extended Oracle and any other ATS for DR


for supplied licenses. (Please provide item
K12 3 Years
wise bifurcation of ATS Cost in a separate
annexure after 4 years of Mandatory ATS)

Extended AMC for all supplied items (Except


K13 DR components after 4 years of Mandatory 3 Years
AMC)

K14 Extended AMC for all supplied DR 3 Years


components (After 4 years of Mandatory

MD/WZ/06/PUR/ADB/ERP-03
6-24 Section VI. Schedule of Supply

AMC)

Extended AMC for legacy hardware (2000


K15 PC/Laptops) (After 3 years of Mandatory For total 3 years
AMC)

Extended AMC for legacy hardware (2000


K16 For total 3 years
UPS) (After 3 years of Mandatory AMC)

Extended AMC for legacy hardware (800


K17 For total 3 years
Printers) (After 3 years of Mandatory AMC)

Note: Below mentioned criteria/conditions must meet for BOQ of Indore and Jabalpur Discom.
1. All the above material/services must be supplied as per the specification (Annexure-1) and
scope (Section-VI) of the RFP.
2. All the hardware, software, OS and licenses of latest version must be supplied.
3. Supplier must specify exact number of quantity in place of xx
4. Two (2) Number processor licenses of Oracle Enterprise are available with each of the
purchasers. All the additional Oracle database licenses as per the solution must be
supplied by the supplier.
5. 100 LAN points are mentioned in line item D6; these Cabling points will include the points for
Admin, Quality, Test and Development Zones and Head Quarter (HQ) LAN(please refer Data
Centre Architecture diagram – Figure 6).Purchaser will decide the locations for the installation of
these 100 points and entire LAN cabling must be as per industry standard (structured cabling).
6. 700LAN points are mentioned in line item D7; these patch cords will be installed at DC for
connecting network devices with servers and other devices.
7. Plastic casing N capping (1 Inch width) will be installed only for PCs LAN points for Admin,
Quality, Test and Development Zones and HQ LAN. CAT 6 Cables at DC will be routed over
cable trenches.
8. Payment will be made as per approved actual quantity/running meter basis – to be installed at all
locations.
9. Payment of FMS, AMC and ATS will be calculated and made on pro-rata basis on the basis of
years and quantity.
10. The Supplied EMS and NMS solution must support the existing PCs/Laptops, supplied
Network, Storage and Server Hardware and inline with proposed and supplied solution.
11. Supplier should deliver and install remote location routers and switches to locations/offices as
approved by purchaser. Supplier must ensure that after installation of switches all related devices
such as legacy desktop, laptop etc. will come under the monitoring of EMS/NMS software.
Supplier needs to format desktop and laptop with proper backup and restore of data before
bringing them on LAN network. All the other material should be supplied to DC and DR of Indore
and Jabalpur purchaser.

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-25

3. Schedule of Requirement (SOR)


The Purchaser- MP West and East purchaser intend to procure and install network hardware, servers,
storage, security devices, work stations, printers, barcode reader and scanner, cheque printer and UPS in
its respective Data Centre of West Discom at Indore, Data Centre of East Discom at Jabalpur, Disaster
Recovery Centre of West Discom at Jabalpur, Disaster Recovery Centre of East Discom at Indore and
various offices of West and East Discom.

Structure of the SOR


The document provides the context for which this bidding document for was issued and the detailed
requirements according to the following categories:
 Supply of IT and Data Centre Facility Components
 Design and Build of Non-IT Data Centre Infrastructure at Indore and Jabalpur as per SOR defined
for respective locations.
 Site Preparation, Installation, Testing and Commissioning
 FMS for Data Centre
 AMC services of all supplied material & Services as per Bill of Material (BOM) and all legacy IT and
network equipment defined in Annexure IV
 ATS for all supplied software
 Project Management and Training

MD/WZ/06/PUR/ADB/ERP-03
6-26 Section VI. Schedule of Supply

3.1. Scope of Work


Implementation of Data Centre and LAN/WAN environment for running Enterprise Resource
Planning (ERP) (Oracle EBS R12.1.3) solution would encompass a number of activities and task
including (but not limited to) Supply, Design, Deployment, Installation, Commissioning, Testing and
Acceptance, and Support during the Contract period, which would have to be performed by the
supplier. This section describes the scope of work and the services to be offered by the selected
supplier.

1. Supply of IT 1.1 The supplier shall supply following items (including but not
and Data limited to):
Centre (a) Server, Storage, network equipment, UPS etc. as per the
Facility specification mentioned in Annexure I
Components
(for East and (b) Data Centre facility components such as power, cooling,
West physical security etc as per Annexure I
Discom) (c) Oracle Database and software licenses etc. as per
Annexure I
(d) All the hardware and active-passive equipment supplied
must have minimum 1 (one) year warranty support period.

2. Design and 2.1 Supplier shall provide the following services (including but not
Build of limited to):
Non-IT Data (a) Preparation of detailed design and layout of Data Centre
Centre
Infrastructur (b) Building Data Centre as per Annexure I and scope of
e at Indore work.
(For West
Discom)

3. Design and 3.1 Supplier shall provide the following services (including but not
Build of limited to)
Non-IT Data (a) Preparation of detailed and layout of UPS room and Data
Centre Centre.
Infrastructur
e at Jabalpur (b) Civil work as per Annexure I and scope of work.
(For East (c) Electrification work as per Annexure I and scope of work.
Discom)
(d) Installation and commissioning Non-IT equipment

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-27

4. Site 4.1 Supplier shall be responsible for Site Preparation, Installation,


Preparation, Testing, Commissioning and implementation of the integrated
Installation, end-to-end system which includes system software, hardware,
Testing and networking of all the departments of purchaser and overall
Commission integrated system. Supplier shall provide following tasks
ing (including but not limited to):
(a) Data Centre at Indore and Jabalpur
(i) Review of existing site, infrastructure and facilities
available with the Purchaser and recommending
appropriate measures to be taken by the purchaser.
Supplier shall follow the final requirements as approved
by the purchaser.
(ii) Review and provide recommendation on purchaser’s
“Security policies and procedures” and “Business
Continuity Plan (BCP)”. Supplier shall follow the
purchaser’s approved policies.
(iii) Preparation of Data Centre for installation activities, if
required supplier can visit the Data centre for more
clarity and understanding.
(iv) Installation of Data Centre facility equipment (e.g.,
power, cooling, security etc.)
(v) Installation of Hardware, OS, network components,
required software and any other services as defined in
the RFP and required for running the Data Centre
successfully. Installation of servers with fully functional
operating system including (but not limited to) High
Availability features.
(vi) Prepare and provide required support for testing of all
supplied and/or installed hardware, software,
equipment to the purchaser
(vii) Ensure that Data Centre is successfully commissioned
and ready for operation.
(viii) Conduct vulnerability assessment and penetration test
to ensure maximum security considering approved
security policy and procedure document and submit
relevant reports as advised by the purchaser.
(ix) Conduct test(s) for all supplied and installed hardware.
Demonstrate Disaster Recovery (DR) site operational
readiness to ensure business / transactions are not
impacted. The supplier shall be responsible to provide
all necessary testing and commissioning personnel,
tools/kits, test equipment etc.

MD/WZ/06/PUR/ADB/ERP-03
6-28 Section VI. Schedule of Supply

(x) Detailed design of Integrations methodology will be


provided by the supplier as per the integration
requirements of purchaser.
(xi) Integration of Networks of purchaser (existing or up-
coming).
(b) Scope of work across all office locations of the purchaser
(i) Preparation of detailed LAN and WAN network design
including any integration requirements with existing
network infrastructure
(ii) Ensure that LAN and WAN is successfully installed,
commissioned and integrated with existing network
including coordination will all stakeholders involved
such as SWAN provider, purchaser ISP(s) and/or any
other relevant vendor.
(iii) Conduct readiness activities for end user infrastructure
available with the purchaser such as PC, Laptop,
printer, network equipment (active and passive), UPS
includes (but not limit to) taking backup of system, OS,
application, data etc (if required by purchaser),
formatting, loading of required OS, applications to
make them operational, anti-virus installation and all
activity required to make available systems/equipment
as part of purchaser’s LAN/WAN.
(iv) Implementation and enforcement of security and other
related policies and procedures as advised by the
purchaser
Note: Supplier shall be required to undertake the installation of DC, DR
and remote offices. Installation means to install and configure / integrate
every component and subsystem component, required for functioning of
the system including LAN/WAN.

5. Facility 5.1 Supplier shall provide the following services (including but not
Management limited to):
Services (a) This include maintenance for overall system stabilization,
(FMS) maintenance, system administration, security administration,
network administration and end user problem resolution. For
the operational support, supplier will have to ensure that the
solution is functioning as intended and attending all problems
associated with the operation of the Infrastructure.
(b) The period of mandatory FMS shall be for 4 (four) years from
the go-live date of Data Centre. After completion of this
mandatory support period, 3 (three) years extended support
which is optional to the Purchaser but binding upon the

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-29

Supplier.
(c) Devices and Server along with OS (as per Scope of Supply)
for the DR site must be installed and managed by the Supplier.
The supplier under this project is expected to build its solution
(site failover) considering this the DR operations requirement
in case of any disaster at DC. Supplier obligation would be
supply, ensure, monitor and coordination of the Disaster
Recovery site with the service provider.
(d) Latest Patch update compatible/applicable with business and
other application as and when required or released by
OEM(s) through centralised patch management server hosted
at Data centre.

(e) Helpdesk manning, monitoring and providing user support


related to Data Centre infrastructure / components, EMS/ NMS
with SLA monitoring, network monitoring, server monitoring
(f) Generate reports in generic or any other customized format as
required by the purchaser.
(g) Manage, maintain, configure, add, remove, modify, repair,
update and upgrade all installed equipments at Data Centre
and WAN locations.
(h) Maintain call logs related to all types of user issues
(hardware/software/network/connectivity/services etc.).
(i) Forward / intimate ERP (Oracle EBS R12.1.3) related call logs
to the Purchaser’s ERP Implementation Partner along with
maintaining log and tracking.
(j) In case of connectivity (for Data Centre and all WAN nodes)
related issues, coordinate with relevant service provider to
resolve the issue, submit issue report to the purchaser with
reasons for downtime with documentary evidence. If the
bandwidth service provider is not found responsible for the
downtime, same will be considered as Supplier’s responsibility
and SLA will be enforced accordingly. Supplier shall also be
responsible for monitoring and reporting of service levels
related to bandwidth service provider.
(k) Responsible for taking required backup and
recovery/restoration as per the Backup policy and procedures
defined by the purchaser.
(l) Take necessary security measures such as data safety,
access controls and integrity
(m) Maintain visitor log for data Centre entry including details such
as name, contact details, entry time, exit time, activities carried
out to ensure the security of Data Centre and facilities on 24*7

MD/WZ/06/PUR/ADB/ERP-03
6-30 Section VI. Schedule of Supply

basis
(n) Maintain DC and DR log for all relevant operational
parameters power, cooling, security etc. for each 1 (one) hour
interval. Supplier shall provide the log to purchaser as and
when required.
(o) Ensure Data Centre and WAN is operational/available for 24*7
(p) DC/DR will be used to host additional servers/services that are
not part of this RFP. FMS of Non IT components supplied by
supplier shall also be applicable (without any additional cost)
for additional components/equipment/servers/application or
any other item procured and included/installed in the DC/DR
by the purchaser.

6. AMC and Supplier shall provide the following services (including but not limited to):
Warranty 6.1 Minimum 1 (one) year Warranty shall be provided for all supplied
Support items as per BOM.
Services
6.2 The period of mandatory AMC for all supplied items except DR
components shall be for 3 (three) years and 2 (two) years for DR
components from the completion of warranty support period.
Supplier should ensure that there must be 1 year of gap between
start date of AMC of DC and DR.
6.3 For all legacy items (as per Annexure III), mandatory AMC shall be
for 3 (three) years from the date of handover by the purchaser
6.4 After completion of the mandatory support period, 3 (three) years
extended AMC support is optional to the Purchaser but binding
upon the Supplier.
6.5 Ensure that AMC services are provided as per SLA parameters.

7. Annual Supplier shall provide the following ATS services:


Technical 7.1 The period of mandatory ATS for Data Centre shall be for 4 (four)
Support years from installation of relevant servers at the Data Centre and 3
(ATS) (three) years for DR site from the installation of relevant servers.
Supplier should ensure that there must be 1 year of gap between
start date of ATS of DC and DR.
7.2 After completion of the mandatory support period, 3 (three) years
extended ATS support for DC and DR is optional to the Purchaser
but binding upon the Supplier.
7.3 Supplier shall provide documentary evidence as proof of ATS
support taken from the respective OEM (s) for the purchaser at the
beginning of each year of ATS

8. Project Supplier shall provide the following services / tasks (including but not
Management limited to):

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-31

& Training 8.1 Project Management


(a) Develop and follow project governance process with
consultation with Purchaser for activities like project progress
review and reporting, team deployment, knowledge transfer,
resource replacement, training, issue management,
coordination with other vendors / service providers etc.
(b) Identification of risks and suggestion for mitigation of the same
to purchaser
(c) Deployment of resources as per tender requirements
(d) Preparation and implementation of issue escalation matrix by
the supplier with approval from the purchaser
(e) Provide required MIS reports to purchaser such as report on
DC infrastructure (servers, equipments, facilities) availability
and uptime, SLA compliance, issue log sheet along with
resolution etc.
(f) Coordination with bandwidth service provider for any
issue/SLA violation/service unavailability to purchaser along
with resolution. Reporting to Purchaser on a weekly basis for
any issue or violation of SLA.
(g) Providing required support to purchaser team in resolution of
any issue with other vendors such as ERP implementation
partner, network /bandwidth service provider, legacy
infrastructure service provider etc.
(h) Estimating, planning and reporting on future forecasting for
required items such as hardware, cooling, power, space etc.
which can impact the Data Centre with justification as and
when required by the purchaser
(i) Prepare and maintain reference library containing all relevant
documents, manuals, policies, procedures, warranty support
documents, design drawing, OEM(s) documents etc.
(j) The supplier shall ensure proper knowledge transfer and
handover (but not limited to) all the project documents to
purchaser at the end of the contract period. The supplier shall
ensure adequate knowledge transfer for all key aspects like
(but not limited to) complete network, server, storage, cabling,
security policies, backup policies, etc. of the system during the
project duration.

8.2 Training
(a) The supplier must provide general and specific trainings to
purchaser’s employees. Purchaser will provide the space for

MD/WZ/06/PUR/ADB/ERP-03
6-32 Section VI. Schedule of Supply

the training and supplier will be responsible for remaining


arrangements/logistics.
(b) Basic operations to maintain LAN and WAN connectivity and
network usage with support call logging details to the
employees during installation at respective locations.
(c) IT-specific like Server administration, Network administration,
Security administration, Backup and storage administration,
basic troubleshooting training, call logging through Helpdesk
tool etc. training that includes (but not limited to) server
administration, backup and storage administration, network
administration to all the IT team designated by of purchaser.
(d) Supplier must get the training materials approved/accepted the
trainings from the purchaser before providing the training to
employees.
(e) Training to Purchaser team on Data Centre infrastructure/
facilities (including but not limited to IT and Non-IT
infrastructure/ components/ equipments) installation,
configuration, management
(f) Training on various policies and procedures developed for the
project
(g) Training on various manuals procedures such as installation,
maintenance, disaster recovery, backup etc.
(h) Help desk monitoring and management along with required
training material/ documentation
(i) Training feedback and participants evaluation report
(j) Training shall be provided at Indore and Jabalpur
9. Deliverables Supplier shall provide all the deliverables as per the bid requirements.
Following is an indicative list of deliverables:
9.1 Detailed project plan covering all the activities/tasks for the entire
life cycle (kick-off till go-live and FMS).
9.2 Staffing and organization structure for the project including roles &
responsibilities.
9.3 The Scope of Work and its distribution sharing among the
Consortium Members has to be clearly defined and submitted by
the Lead Member, duly signed and accepted by the Consortium
Members.
9.4 System Design, Solution Design and Architecture Document
9.5 Testing and successful installation/implementation certificates from
Service provider or OEM of the installed equipment/component.
9.6 Detailed Training strategy, Plan, contents, requirements

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-33

9.7 Technical, Operational and User Manuals for operation of the


deployed solution.
9.8 Maintenance manual for all items (including quality control
process, policy and procedures) for preventive maintenance,
scheduled maintenance, emergency maintenance etc.
Maintenance manual shall also contain OEM recommendations for
respective items.
9.9 System fault / failure analysis report along with resolution
9.10 Operating procedures such as configuration procedures, standard
operating procedures, emergency procedures, sequence of
operations process (manual and/or automatic) etc.
9.11 Transition plan, guidelines and related documents.
9.12 Pre-Dispatch Acceptance Test certificate
9.13 Operational Acceptance test certificate from each location
9.14 Weekly Progress Report of the project
9.15 Monthly SLA compliance report containing uptime and downtime
report and Status of call logged
9.16 Review reports from higher management on monthly basis

Time for Completion of Project


Time period for the Project is as follows:-
i. Supply, installation, commissioning and acceptance test and implementation shall be Twenty
Six (26) Weeks for DC from Effective Date as per Article-3 of Section-IX “Contract Form”.
ii. Supply, installation, commissioning and acceptance test and implementation shall be Fifty
Two (52) Weeks for DR after “Go Live” of DC.
iii. Time period for warranty support shall be One (1) years from the date of operational
acceptance of DC and DR respectively by Purchaser as defined in “Acceptance Testing” of
this section of the tender.
iv. FMS for four (4) years from the date of operational acceptance by the Purchaser as defined
in “Acceptance Testing” of this section of the tender for West and East Discom.
v. ATS for four (4) years from the date of Installation of Servers, verified by the Purchaser for
DC and three (3) years for DR respectively.
vi. AMC of legacy systems (Annexure III) and supplied hardware for three (3) years from the
date of completion of respective Warranty support.

Extended Support (Optional to Purchaser but binding on Supplier)


i. FMS for extended three (3) years from the date of completion of mandatory four (4) years
FMS (as per point iv above).
ii. ATS for extended three (3) years from the date of completion of mandatory four (4) years
ATS (as per point v above) for DC and DR respectively.

MD/WZ/06/PUR/ADB/ERP-03
6-34 Section VI. Schedule of Supply

iii. AMC for extended three (3) years from the date of completion of mandatory three (3) years
AMC (as per point vi above) for DC and DR respectively.
iv. Performance Security will only be released only after completion of support period
(Mandatory Support period plus extended support period, if opted by the Purchaser).

3.2. Detailed Scope of Work: IT Infrastructure Services:

3.2.1. IT Infrastructure Services:


(a) Installation and testing of Active and Passive components, Accessories supplied under the
project and configuring the associated security systems.
(b) Production and Development & QA Servers for Data Centre site are required to be installed
as per the architecture defined in Figure 9.
(c) Production Servers for DR site are required to be installed as per the architecture defined in
Figure 10.
(d) Peripheral Servers (except Production and Development & QA) are to be installed at DC
and DR locations as follows:

Unit of Quantity Quantity Total


Name of Goods
Measurement for DC for DR Quantity

Directory Server (including


directory software as per
Numbers 1 1 2
specifications mentioned in
Annexure I )

Antivirus Server Numbers 1 0 1

Patch management Server Numbers 1 0 1

Reverse Proxy Server Numbers 1 1 2

Proxy Server Numbers 1 1 2

Web Server Numbers 1 0 1

EMS/NMS Server (the


applications will be installed on
these servers, which are
Numbers 6 0 6
mentioned in the EMS/NMS
Software Specification in
Annexure I)

SAN Management and Backup


Numbers 1 1 2
Server

Total Quantity 13 4 17

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-35

Note: Refer “Annexure-I” for detailed specifications for above mentioned servers.
(e) Installation, integration, commissioning and testing of the Local Area Network at locations
as per the approved deployment plan.
(f) Configuring and fine tuning of sub-systems to achieve overall optimal network performance
and adequate security provisions.
(g) The components to be installed, configured and tested shall include (but not limited to):

i. Servers with required Software including the management software tools.


ii. Any other software as per specific Operating System requirement.
iii. SAN Storage with required components
iv. Firewall, IPS and VPN implementation
v. Routers and Switches
vi. Passive components like Racks, Patch Panels, I/O outlets, Cable Managers, Cabling,
etc.
vii. Data Centre UPS
(h) To provide support for the equipments provided under the scope of this project as well as
support for existing equipments.
(i) To bring all the installation equipments and tools required for the installation and
commissioning of the system.
(j) Supplier must provide four (4) year mandatory and three (3) year extended support
(optional to purchaser) for all the supplied items, hardware, software, services and licenses.
In case supplier has installed/supplied any item free of cost (or without any additional cost)
required to run the solution, then supplier shall provide support for those free supplied items
at no additional cost to purchaser.
(k) To provide all patches and updates free of cost during the tenure of the contract.
(l) To carry out all general tests (but not limited to) such as Power on test on delivery, pre-
installation checks to ensure correct connection, completeness of the documentation etc.
(m) To install and commission the network within the remote location.

3.2.2. Resource Requirement

The resources required for implementing, and the support by purchaser post implementation
have been described in the evaluation and qualification criteria. The resources proposed by the
implementation supplier should be available as per the project plan/proposal submitted. No
change of team structure and team members would be entertained without Employer’s prior
approval.
Purchaser will provide sitting space for the implementation and support team.

3.2.3. Manage IT services

(a) During the project period (Warranty + AMC), supplier shall warrant that the goods supplied
under the contract are new, unused, of the most recent version/models and incorporate all
recent improvements in design and materials unless provided otherwise in the Contract.
The supplier further warrants that the systems and overall solution supplied to the
purchaser shall have no defect arising from the design, materials or workmanship or any act
or any omission.

MD/WZ/06/PUR/ADB/ERP-03
6-36 Section VI. Schedule of Supply

(b) The warranty period of any product or equipment shall start from the date of Acceptance
after commissioning of the respective product.
(c) The supplier shall provide managed IT services for four years from the ‘Acceptance Date’
including the Warranty period. This would include maintenance for overall hardware
maintenance, system administration, security administration, infrastructure monitoring,
network administration, backup maintenance and end user problem resolution. The
operational support will have to be provided through a suitable Helpdesk system, to ensure
that the solution is functioning as intended and that all problems associated with operation
are resolved satisfactorily.
(d) The supplier shall provide software updates free of cost, during the contract period for all
software components like Operating Systems, Management Software, Anti-Virus software
or any other software which would be part of the supplies.
(e) Supplier will install and maintain the patch management software (WSUS) provided with
Operating System (Windows 2008 Enterprise Edition 64 Bit OS) on patch management
server. Supplier will also ensure that all these systems are updated with latest patches.
(f) Supplier will install and maintain the proxy software (Squid Proxy) on Proxy server. Supplier
has to provide the Internet access to purchaser’s user as per the approved policies and
procedures of purchaser respectively.
(g) The supplier shall be responsible for the maintenance of the system, which consist of IT
Infrastructure management including (but not limited to) security management, network
management, server management, storage management, Antivirus, backups etc. Following
includes, but not limited to, the various activities to be performed by the supplier during the
maintenance of the solution:
(h) Infrastructure Management:
This includes the design of an appropriate System Administration policy with precise
definition of duties and adequate segregation of responsibilities and obtaining the approval
for the same from purchaser. System Administration includes the following activities:
 Overall management and administration of infrastructure solution including (but not
limited to) servers, networking and security components, storage solution etc.
 Performance tuning of the system to comply with SLA requirements on a continuous
basis.
 Security management including (but not limited to) monitoring security and intrusions
into the solution.
 Monitor and track server and network performance and take corrective actions to
optimise the performance on a daily basis.
 System administration tasks such as creating and managing users etc.
 The supplier shall maintain the adequate stocks of spares to meet the requirements.
 Whenever a component has to be replaced because of technical, functional,
manufacturing or any other problem, it shall be replaced with a new component of the
same make and configuration. In case the component of same make and
configuration is not available, the replacement shall conform to open standards and

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-37

shall be of a higher configuration specifically approved by purchaser.


 The reliability as per SLA should be provided at the levels including (but not limited to)
cabling infrastructure, active components, redundant cabling at Data Centre and
Disaster Recovery Centre.
 Other important activities shall include (but not limited to):
(a) Maintenance of system configuration
(b) Implementation of system security features
(c) Overall security of the network
(d) Tracking the servers performance and take remedial and preventive actions in
case of problems
(e) Proper upkeep of storage media for taking backups
(i) Data storage and Backup Management:
Supplier has to implement the Data Storage and Backup as per the policies and procedures
of purchaser.
(j) Network Management Services:
Design of Network Administration Policy and getting it approved from the purchaser for
effective and efficient management of Network resources. Network Administration would
broadly include the following activities:
 Network devices configuration, management and tuning for optimum performance
 Tracking the network status, availability and taking the remedial and preventive
actions in case of problems
 Network fault isolation and resolution
 Monitoring of network performance and escalation of performance deterioration to
concerned authorities and take remedial actions to resolve such issues
 Implementation/modification of network routing policies, IP addressing policy as
required after taking approval from purchaser
 Documentation related to network configuration, routing policies, IP addressing
scheme etc.
(k) Information Security:
The Supplier shall be responsible for implementing measures to ensure the overall security
of the solution and confidentiality of the data. Supplier will ensure that the Security policies
implemented must be in line with the approved policies and procedures provided by
purchaser. The Supplier shall monitor production systems for events or activities, which
might compromise (fraudulently or accidentally) the confidentiality, integrity or availability of
the Services. This monitoring shall be through the security controls including (but not
limited to):
 Real-time intrusion detection and prevention tools
 Audit review tools

MD/WZ/06/PUR/ADB/ERP-03
6-38 Section VI. Schedule of Supply

 Manual processes
Supplier shall refer to the Information security policy approved by purchaser. The security
policy developed shall be updated to keep the security recommendations current and the
same shall be implemented for the solution.
The Supplier with the cooperation of appropriate appointed representatives of purchaser
to manage the response process for security incidents. The incident response process will
seek to limit damage and may include the investigation of the incident and notification of
the appropriate authorities. A summary of all security incidents shall be made available to
PMT on a weekly basis and/or as and when required. Significant security incidents will be
reported on immediate basis.

3.2.4. Documentation requirement


(a) End user documents:

Documentation will be supplied and maintained by the supplier during different stages of
the project. The ownership of all documents, supplied by the supplier, will be with
purchaser. The electronic copies will be supplied with all the documents and manuals,
required for operating and configuring the hardware and software at the user-specific
environment. The documents have to be provided in English and/or Hindi and MUST
include at least:
(i) User Documentation including user guide and procedures manuals for hardware and
software

(ii) Software installation guide including the configuration of the database

User will have the rights to duplicate the hardcopy and softcopy of the documents created
by the supplier without any financial and legal implications.

(b) Technical Documents:

The supplier shall supply operation and maintenance manuals together with the drawings
of goods and equipments. These shall be in such details as to enable purchaser to operate,
maintain, adjust and repair the parts of the works as stated in the specifications. The
manuals and drawings, for all supplied equipments, shall be in English and/or Hindi and in
softcopy and/or hardcopy and equal to the number of all the supplied equipments as
mentioned in list of items in ‘Schedule of Supply’.
Indicative list of documents (not limited to) that will be supplied and maintained by the
supplier for both DC and DR during different stages of the project are:
(i) System Manual for Server, Storage and other hardware

(ii) Operating System Manual

(iii) Low level design document

(iv) Trouble shooting document

(v) Installation Manual

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-39

(vi) Operational Procedures Manual

(vii) Standard Operating Procedure (SOP) document

(viii) Other relevant technical documentation like cabling, rack design, etc.

Any updates to the documents MUST be made available to purchaser to support any
changes to requirements, design, etc. Supplier will submit the document to purchaser for
their acceptance. After acceptance supplier will implement the design, policies and
procedures as mentioned in his submitted documents.

3.2.5. Helpdesk– Scope of Work

The supplier shall be responsible for 24*7 (24 hr of day, 7 days a week and 365/366 days of
year) management of all the systems as per scope of work with services rendered as per
Service Level Agreement (SLA) between purchaser and supplier as mentioned in ‘Section VI’.

(a) Service Delivery Management

Supplier shall provide detailed description of service delivery management for the complete
project including (but not limited to) transition plan, deliverables and project management
methodology.

Project Management

Supplier will assign a Project Manager who will provide the management interface facility
and will be responsible for managing the complete service delivery during the contractual
arrangement between both purchaser and the Supplier.
Project Manager will be responsible for preparation and delivery of all monthly/weekly
reports as well as all invoicing relating to the service being delivered. Project Manager’s
responsibilities should essentially cover the following task:
 Overall responsibility for delivery of the Statement of Work/s (SOW) and SLA.
 Act as a primary interface to purchaser for all matters that can affect the baseline,
schedule and cost of the services project.
 Maintain project communications through purchaser’s Project Leader.
 Provide strategic and tactical recommendations in relation to technology-related
issues
 Provide escalation to their senior management, if required
 Resolve deviations from the phased project plan.
 Conduct regularly scheduled project status meetings.
 Review and administer the Project Change Control Procedure with purchaser’s Project
Leader.
 Identify and resolve problems and issues together with purchaser’s Project Leader.

 Prepare and deliver all monthly reports as well as all invoicing relating to the services
being delivered

MD/WZ/06/PUR/ADB/ERP-03
6-40 Section VI. Schedule of Supply

(b) Helpdesk / Service-desk

Helpdesk shall act as a single point-of-contact for all service problems pertaining to
hardware, software, applications, network, and UPS. The successful supplier shall
create and maintain a dedicated centralised online Helpdesk with a telephone number, e-
mail and call tracking mechanism that will resolve problems and answer questions that
arise from the use of the offered solution as it is implemented at purchaser. Users can log
the queries/complaints, which should be resolved as per the Service Level requirements.
The Helpdesk queries/complaints can be related to connectivity, messaging, security,
Hardware, Software, application, configuration and any other issue. Helpdesk software
shall take care of classification, automatic escalation, management, and status tracking and
reporting of incidents as expected by the service level requirements. Status tracking should
be available to users through telephone number as well as online through software. All the
required specifications of Helpdesk software are mentioned in Annexure I.

The services to be provided by the supplier includes (but not limited to):
(a) The Helpdesk will respond to and resolve the problems as per the SLA.
(b) Problems shall be classified into various levels of priority mentioned in the SLA. The
assigned priority for each problem shall depend upon:
 The extent of the problem’s impact on the usability of the system
 The percentage of users affected by the problem.
(c) The initial assignment of priorities is the responsibility of the Helpdesk’s Problem
Manager on the basis of SLA. However, purchaser can change the priority assigned
to a particular problem and the procedures that exist for escalating a problem to
progressively higher management levels, until agreement is secured.
(d) The precise definition of problem priorities should be documented in the Successful
vender’s SLA.
(e) Helpdesk shall troubleshoot on systems (hardware), applications (software),
Internet-related issues, and network-related issues, storage and database-related
issues, multimedia-related issues, server administration, security policies, and third
party coordination.
(f) After problem resolution, the logged problem in Helpdesk will be closed and
notification will be sent to user for confirmation and rate the customer service on
defined parameter in Helpdesk.
(g) Helpdesk shall be responsible for change management like schedule upgrade of
hardware and software components etc. Helpdesk will coordinate and take approval
from purchaser for the same and will inform all users for such event in advance.
(h) Helpdesk shall also be responsible for managing problems/incidents related to LAN
at each node. Helpdesk shall ensure timely response and assigning the
problem/incident on priority basis.
Supplier shall follow the ITIL guidelines for Helpdesk Management. Helpdesk Processes in
line with ITIL guidelines shall implement for processes like Change Control Procedure, Call
Flow Process, Incident and Problem management approach etc. Helpdesk shall utilise
EMS/NMS tools. Purchaser reserves the rights to audit the process followed by the
supplier.

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-41

(i) Supplier’s Responsibilities:

 Providing Helpd esk solutions


The Service desk/Helpdesk Solutions shall include the software application, service and
support as per Annexure I – EMS-NMS Specifications.
Flow of Events shall be as follows: Any event triggered should be forwarded to service
desk that submits and updates trouble ticket and also updates status of ticket back to
EMS/NMS. EMS/NMS should automatically forward events to service desk. EMS/NMS
operator should also be able to generate tickets and forward it to Helpdesk. Helpdesk
personnel must also be able to update ticket to EMS/NMS.

 Hardw are and Softw are Services


The services to be provided by the supplier includes (but not limited to):
(a) Provide Level One Support for hardware and software, including(but not limited to)
incident logging, assigning incident numbers and dispatching the appropriate
support personnel or AMC supplier to remedy a problem;
(b) Prioritise problem resolution in accordance with the severity codes and Service
Levels specified;
(c) Provide system status messages, as requested;
(d) Maintain the defined Helpdesk operational procedures;
(e) Notify designated personnel of systems or equipment failures, or of an emergency;
(f) Initiate a problem management record (‘PMR’) to document a service outage to
include (for example) date and time opened, description of symptoms, and problem
assignment (Level Two/Level Three), and track and report on problem status, as
required;
(g) Monitor problem status to facilitate problem closure within defined Service Level
criteria or escalate, as appropriate;
(h) Monitor PMR closure, including documented problem resolution;
(i) Provide Utility with complete and timely problem status through the problem tracking
system, as requested;
(j) Maintain an updated Helpdesk personnel contact listing.

 M anagement Services
The services to be provided by the supplier includes (but not limited to):
(a) Provide ‘ownership-to-resolution’ of all Helpdesk calls, monitor and report on the
progress of problem resolution, confirm resolution of the problem with the end user,
and log the final resolution via the problem management system;
(b) Record, analyse and report on calls received by the Helpdesk, including:
(i). Call volumes and duration,
(ii). Incident and Problem trends,
(iii). Call resolution time
(c) Assign priorities to problems, queries, and requests based on the guidelines/SLA

MD/WZ/06/PUR/ADB/ERP-03
6-42 Section VI. Schedule of Supply

provided by purchaser;
(d) Monitor and report to purchaser on maintenance supplier performance;
(e) Provide input to purchaser on End User training requirements based on Helpdesk
call tracking and analysis;
(f) Update contact list of users initially provided by purchaser

 Asset/Inventory M anagement
Supplier shall provide asset-tracking services for the IT assets created for purchasers.
(a) Supplier shall perform baseline asset tracking and Inventory tracking at start of
contract.
(b) Supplier shall create/maintain hardware asset database by recording information like
configuration details, serial number, asset code, location details, warranty and AMC.
(c) Supplier shall ensure feeding baseline data of assets onto a software module
developed for the purpose by supplier.
(d) The database shall be regularly updated by the supplier. The database updating
shall be required due to new installations, upgrade of systems, change of location of
systems, discarding of systems, sending of components for repairs etc.
(e) The supplier at any time must be able to display to utility latest level of IT assets and
inventories. It should be able to display assets sent for repairs and assets discarded
and assets upgraded. Inventories shall be spares which supplier must keep as
emergency spares for upkeep of system.
(f) Provide asset verification at least once a year in presence of purchaser’s personnel.
(g) Supplier shall provide regular MIS based on above to purchasers regarding need of
new spares and components considering appropriate procurement time. The
procurements shall be done by purchasers.
(h) Prior to completion of contract period, supplier shall hand over all assets along with
report of all services to new supplier/purchaser’s staff.

 Supplier M anagement Services


Following services will be managed by the supplier:
(a) Manage the suppliers for escalations on support
(b) Log calls and coordinate with suppliers
(c) Track Supplier SLA
(d) Track AMC
(e) Manage assets sent for repair
(f) Maintain database of the various suppliers with details like contact person,
Telephone Numbers, response time and resolution time commitments. Log calls with
suppliers coordinate and follow-up with the suppliers and get the necessary spares
exchanged.
(g) Analyse the performance of the suppliers periodically (Quarterly basis)
(h) Provide MIS to purchaser regarding tenure of completion of AMC with outside
suppliers for software, hardware and networks maintenance in order that purchaser
may take necessary action for renewal of AMC. Supplier shall also provide MIS
regarding performance of said suppliers during existing AMC.

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-43

 Desk Side T echnical Support Services


This Service provides maintenance for IT equipment (Desktop, Laptop, UPS and Printers),
including preventive and predictive support, as well as repair and/or replacement/upgrade
activity. Supplier shall:
(a) Provide a single point-of-contact to End Users for the resolution of Desk side-related
problems or to request an equipment upgrade or consultation;
(b) Provide Desktop maintenance services, corrective maintenance to remedy a
problem, and scheduled health check to maintain the Desktop in accordance with
manufacturers’ specifications and warranties;
(c) Identify network, operational and software-related problems and escalate to
respective teams
(d) Implement Recovery Procedures

 An ti- Virus M anagement


Service includes virus detection and eradication, logon administration and
synchronisation across servers, and support for required security classifications. The
scope of service is applicable to the servers and Antivirus patch upgrade for desktops at
Discom’s LAN and remote locations.

 L AN and Lo cal Server Administration


Supplier shall provide for LAN and Server administration services including
administrative support for user registration, creating and maintaining user profiles,
granting user access and authorisation, providing ongoing user password support,
announcing and providing networking services for users and providing administrative
support for the Users from a central location.

 Netw ork M onitoring and M anagement – L AN/W AN/VPN/Internet


Service includes availability & monitoring of the Wide Area network environment and
network connection devices, such as routers and communication equipment.
Management includes proactive monitoring and supplier management.
(a) Provide a single point-of-contact for responding to purchaser network management
queries or accepting its problem management requests. Supplier’s network
management specialist will respond to purchaser initial request within agreed
service level objectives set forth.
(b) Monitor availability and Escalate to service provider and Notify purchaser for WAN
Outages. Coordination with Bandwidth service Provider to resolve the same.
(c) Review the service levels of the network service provider (as per pre-defined
schedules on SLA performance) along with purchaser.
(d) Provide network availability incident reports severity-wise to purchaser in a format
mutually agreed.

MD/WZ/06/PUR/ADB/ERP-03
6-44 Section VI. Schedule of Supply

(e) Provide SLA performance management report of the Network Service Provider.
(f) Fault Detection and Notification: The supplier shall diagnose problems that could
arise as part of the LAN/WAN network. These include connectivity problems due to
failures in communication transport links, CPE, routing configuration points, or from
software bugs etc.
(g) Fault Isolation and Resolution: All faults that have been identified need to be isolated
and rectified appropriately. The resolution measures undertaken by the supplier and
results produced accordingly shall be documented in the report.
(h) Coordination with Carrier/Bandwidth Service Provider: Carrier Coordination implies
providing a single point of contact to resolve network-related problems involving
carrier circuits, whether equipment or circuit related. When a problem is diagnosed
because of a WAN circuit, the supplier must coordinate with the corresponding
carrier to test and restore the circuit. The supplier must take the responsibility and
ensure that the problem is resolved.
(i) Hardware/Software Maintenance and Monitoring: This would include problem
determination, configuration issues, and hardware and software fault reporting and
resolution. All such issues would need to be recorded and rectified.
(j) 24*7 Network Monitoring and reporting: The supplier shall monitor the network on a
continuous basis using the NMS and submit reports on a monthly or as and when
require basis with instances from the NMS system. System performance is to be
monitored independently by the supplier and a monthly report mentioning Service up
time etc. is to be submitted to purchaser. The report shall include:
 Network configuration changes
 Network Performance Management including bandwidth availability and
Bandwidth utilisation
 Network uptime
 Link uptime
 Network equipment health check report
 Resource utilisation and Faults in network
 Link-wise Latency report (both one way and round trip) times.
 Historical reporting for generation of on-demand and scheduled reports of
Business
 Service-related metrics with capabilities for customisation of the report
presentation.
 Generate SLA violation alarms to notify whenever an agreement is violated or
is in danger of being violated.
 Any other reports/format other than the above mentioned reports required by
utility

 Server Ad ministration /M anagement


Supplier shall provide the server administration and monitoring service to keep servers
stable, operating efficiently and reliably.
Supplier shall provide administrative support for user registration, creating and
maintaining user profiles, granting user access and authorisation, providing ongoing
user password support, and providing administrative support for print, file, and directory,

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-45

services.
(a) Setting-up and configuring servers
(b) Installation of the server Operating System and Operating System utilities
(c) Also reinstallation on event of system crash/failures
(d) OS Administration for IT system
(e) Manage Operating System, file system and configuration
(f) Ensure proper configuration of server parameters, Operating Systems
administration and tuning
(g) Regularly monitor and maintain a log of the performance monitoring of servers
including (but not limited to) monitoring CPU, disk space, memory utilisation, I/O
utilisation, etc.
(h) Regular analysis of events and logs
(i) Apply OS Patches and updates
(j) Monitor and verify logs files and periodically clean up log files
(k) Ensure proper running of all critical services on the servers. Schedule and
optimise these services
(l) Maintain lists of all system files, root directories and volumes
(m) Resolving all server-related problems
(n) Escalating unresolved problems to ensure resolution as per the agreed SLAs
(o) Responsible for periodic health check of the systems, troubleshooting problems,
analysing and implementing rectification measures
(p) Logical access control of user and groups on system
(q) Responsible for managing uptime of servers as per SLAs

 System Ad ministratio n Services


Supplier shall:
(a) Setting and tuning system parameters and Disc and storage management.
(b) OS installation and user management as per database and application requirement.
(c) Ensure system security and uptime as per approved SLA.
(d) Setup and management of OS cluster for Oracle Database in production
environment.
(e) Installation and management of application load balancer for Oracle EBS R12.1.3 as
per system and application requirement.

 Backup/Restore management
Supplier shall perform backup and restore management in accordance with backup and
restore policies and procedures, including (but not limited to) performance of daily,
weekly, monthly, quarterly and annual backup functions (full volume and incremental)
for data and software maintained on Servers and storage systems including interfacing
with utility’s specified backup media storage facilities;
Supplier shall ensure backup and restore/retention of data in accordance to purchaser
defined and approved backup policies and process/procedure.

MD/WZ/06/PUR/ADB/ERP-03
6-46 Section VI. Schedule of Supply

 M anagement of EM S and NM S system


Supplier’s Helpdesk shall also manage EMS and NMS for the purchaser. Helpdesk shall
extract information from EMS and NMS system to manage and administer LAN, WAN,
Internet, servers, desktops, data Centre, database etc. EMS is installed at server room
to manage Servers, Desktops, Database, and event and compliance management.
NMS tool has been installed for managing the Data Centre LAN and WAN routed Traffic
and to recognise common network problem, management of multi-supplier network with
discovery, mapping and alarm tracking. NMS is also designed to provide network
analysis module for switch fabric/CPUs, monitor utilisation of switch resources and in
isolating the network problems, provide performance monitoring, trouble shooting,
capacity planning, and report generating of various statistics.

 Performance M onitoring and Reporting


(a) Regularly monitor and maintain a log of the performance monitoring of servers
including (but not limited to) monitoring CPU, disk space, memory utilisation, I/O
utilisation, Central Storage etc.
(b) Regular analysis of events and logs generated in all the sub-systems including (but
not limited to) servers, Operating Systems, databases, applications etc. The system
administrators shall also ensure that the logs are backed up and truncated at regular
intervals.
(c) The administrators shall undertake actions in accordance with the results of the log
analysis to ensure that the bottlenecks in the infrastructure are identified and fine-
tuning is done for optimal performance
(d) Reporting to utility for all system performance monitoring

 Service manag ement controls


Supplier must adhere to well-defined processes and procedures to deliver consistent
quality services throughout its contractual period. Any hardware/software to meet the
requirements under this section must be provided by the supplier. All the required
specifications of software are mentioned in Annexure I.

 Duration s/service levels/criticalit y


Typical IT Services Availability and duration of their requirements are tabulated below
for reference. Utility may modify as per its own requirements.

Service Availability and Criticality Chart

Service Duration Criticality

Service Desk/Helpdesk 24*7 URGENT-12X6


REST-HIGH

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-47

Asset Management Services 8*6 MEDIUM

Desk Side Technical Support 12*6 HIGH

Data Centre Administration 24*7 CRITICAL

Server Administration 24*7 URGENT

Antivirus and Security Administration 8*6 URGENT

Network Management-WAN 24*7 CRITICAL

Network Management-LAN 24*7 CRITICAL

Storage Management 24*7 MEDIUM

Backup Management As Per Schedule HIGH

Management Of Utility’s EMS and NMS 24*7 CRITICAL

(ii) Purchaser’s responsibilities

(a) Help supplier to define Helpdesk call prioritisation guidelines


(b) Provide updated contact listing (as a one-time activity) for use by helpdesk
personnel in contacting appropriate personnel of utility for assistance/notification,
(c) Provide an adequate level of system authority for all Hardware, Software and
resources for which Supplier has problem resolution responsibility and
communications access
(d) Review and approval of Helpdesk operational procedures and other such
procedures (this shall be a one-time activity).

3.2.6. Training Requirements

The Implementation Supplier must impart basic training to the personnel identified by purchaser,
in the operation of daily troubleshooting purpose, MPLS/SWAN connectivity of remote locations
to data centre and maintenance of user Logins etc. For all these training programmes, the
supplier has to provide necessary course material, user manuals, system admin manuals etc. to
the trainees. The different types of trainings to be provided to the identified staff under project are
given below:
(a) Basic computer and network usage with basic troubleshooting, support call logging, training
to all the employees during installation at respective locations.
(b) IT-specific training that includes (but not limited to) server administration, backup and
storage administration, network administration to all the IT team personals designated by of
purchaser.
(c) Security Policy and Issues
(d) Data Centre Operation and Management
(e) Maintenance and Troubleshooting

MD/WZ/06/PUR/ADB/ERP-03
6-48 Section VI. Schedule of Supply

An indicative training schedule is provided below:

Training Schedule

S. Target
Duration
No. Training Description Audience

A Data Centre Facilities

1 Data Centre design

2 Overview of Non-IT Components

3 Electrical Distribution System

4 DG System & Operation

5 UPS System & Operation

6 PAC System & Operation

7 Security System & Operation

8 BMS System & Operation

9 Data Cabling Overview

B IT Training 7 days

1 Overview of IT Components

2 Data Centre Network Design

3 Data Centre IT Architecture

4 Overview of Operating Systems and installation/set –up process

5 Overview, set-up, installation process of all system, OS,


As directed by
application as per the scope
Purchaser
6 Overview of Storage and Backup setup

7 Overview of EMS/NMS System

8 Training for network equipments, Servers, Operating Systems,


Databases, Security equipments

B SLA 1 day

1 Overview of SLA Monitoring and Management

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-49

C Others 3 days

1 Overview of Security Policy and other policies and procedures.

2 DOs and DON'Ts

3 Any other points/topics (for e.g., Interoperability, consolidation,


virtualisation, etc.)

3.2.7. System Audit requirement

The Supplier shall produce and maintain system audit logs on the system for a period as directed
by purchaser, at which point they will be archived and stored at off-site. The Supplier will regularly
review the audit logs for relevant security exceptions. Purchaser may assign internal team or
employ third party auditors to carry out system and security audit of proposed system. Supplier is
required to fully cooperate with the purchaser designated auditors. Based on audit findings/
recommendations and purchaser’s approval, supplier will carry out / comply with the
recommendations.

They supplier may decide to conduct audit regarding supply, design, installation, commissioning,
operationalization etc. during any phase of the project. Supplier is required to fully cooperate with
the purchaser designated auditors. Based on audit findings/ recommendations and purchaser’s
approval, supplier will carry out / comply with the recommendations.

3.2.8. Project Handover/Transition

At the end of the specified Managed IT services period, purchaser may exercise its option to
renew the Managed IT services with the existing implementation supplier or decide to undertake
these activities on its own.
If handover is required to purchaser or any other supplier as decided by purchaser at the end of
the existing Managed IT services or otherwise, the Implementation supplier would be responsible
for handing over the complete system including (but not limited to) system Software, Application
Software, hardware, any tools, infrastructure, documentation records, software logs and all such
relevant items that may be necessary for the transition process.

MD/WZ/06/PUR/ADB/ERP-03
6-50 Section VI. Schedule of Supply

3.3. Detailed Scope of Work: Non-IT Infrastructure Services (West Discom)

3.3.1. Data Centre Facilities/Physical Infrastructure Scope


Layout of Data centre
Data Centre area is logically divided in Zones based guidelines. Each of these zones are having
different objective described further in this section. The respective area of each Zone would
actually vary, primarily on the basis of number of applications and Size of the Servers
A draft layout of the same has been attached as Annexure. However the supplier has to furnish a
detailed layout and design of the Data Centre.
 Zone A – This DC Server room area would host servers, server racks, storage racks and
Networking component etc.
 Zone B – Comprises of NOC room, BMS and Control room, Testing / Monitoring room
etc.
 Zone C – Comprises of room for power panels, UPS, Fire suppressions, Telecom
equipments, etc.

A detailed description of key areas of Data Centre is given below:

Server Farm Area


The server farm area within the DC will host / co-locate Application Server, Database Server,
Authentication Server (Domain Controller), Antivirus Server, Patch Management Server, Proxy
Server, Reverse Proxy, SAN Management & Backup Server, SAN Storage and various
Departmental Staging, Training and Development Server. These servers may be Low end to
High-end depending upon the applications hosted on them. These servers may be online or only
for repository purpose. The applications, which are running on the central-computing servers, will
have load balancing and high availability features.
This area will also contain all the networking components from routers, switches to passive
components. The data communication component area will terminate WAN connections, LAN
Connections and host a network monitoring station for LAN & WAN. All the Data Centre LAN
connections will be provided through switches placed in this area.
This area will also host the Security components. The security architecture will provide controlled
access to the web and database servers from Internet and other networks. This would be multi-
layer architecture with two layers of firewall separating the Internet, web, and
database/application and Intranet zones.

NOC and Staging Room


This room will have all the necessary arrangements for the Database, Systems, Application,
Authentication and Other Server Administrators. Per shift one administrator may be deployed by
Supplier for each of the categories.
DC shift operators taking care of daily operational activities of DC will use this area. There will be

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-51

one Data Centre In charge per shift sitting in this area along with shift operators (one each for
specific activities like backup, daily Data Centre administration / operations etc.).

Control room
This area will be used for monitoring and operation of the Physical infrastructure area. This area
will normally be manned 24 X 7 for operation and maintenance purpose to take the stock of the
situation and fight out the exigencies such as Fire, Forced entry into the secure area, outside
threats as well as power failure etc.

UPS & Electrical Room


This area shall house all the Un-Interrupted Power Supply Units and Batteries accompanying this
component. As these components generate good amount of radiation it is advised to house these
components in a room separate from main room.

Scope of Work
The general specification and requirement for the Contract of the Data Centre is mentioned here
after and system wise requirement / scope of work / specification are as per the details below but
not limited to following activities. All the suppliers must adhere to the design criteria and
specification.

Civil work and Furnishing works:


1. Civil work and Furnishing works
2. DG Set
3. Electrical works
4. Precision Air conditioning
5. Comfort Air conditioning
6. Intelligent Fire Detection system
7. Fire Suppression System
8. Access Control System
9. CCTV based video surveillance system.
10. Automatic water Leak Detection system
11. Rodent Repellent System
12. Building Management system
13. PA System
14. IDS
Purchaser reserves the right to modify the technical specifications / quantities / requirements
mentioned in this RFP even after pre-bid, without assigning any reason whatsoever. Purchaser

MD/WZ/06/PUR/ADB/ERP-03
6-52 Section VI. Schedule of Supply

also reserves the unconditional right to place initially part order for DG Set, PAC, CAC and other
subsystems and may place the order for balance quantities during the period of six months after
issuance of completion certificate by the Project Director of purchaser.

3.3.2. General requirements

General
The Conditions of Contract, Schedule of Quantities and the drawings shall be read in
conjunctions with this specification and matters referred to, shown or described in any of the
former are not necessarily repeated in the latter.

The work under this contract shall be carried out in accordance with General Conditions of
Contract, Special Conditions of Contract, Specifications, Drawings, Schedule of Quantities
forming part of this Contract and the latest Indian Standard Specifications and Codes of Practice
referred to in this Specification.

All the items of SOR (Schedule of Rates) include the supply and execution complete, including
(but not limited to) labour, material, tools, tackles, carriages, and transportation complete in all
respects.

Contractor shall execute the work in accordance with the decision of the Project Manager /
Consultant of purchaser and under no circumstances; the Contractor shall carry out the works on
the basis of his own interpretation and understanding on the apparent discrepancy. It will however
be deemed that the contractor has quoted on the basis of the description of the BOQ including
preamble.

The Decision of the Project Director of purchaser shall be final.

Coordination:
As the work is being executed at purchaser’s office building, strict adherence to their working
shall be adhered to. No labour shall be allowed to stay in the campus and passes shall be got
made from the purchaser administration as per the rules.

Sequence of works
The sequence in which the works are to be carried out shall be to the approval of the consultant
and shall be such as to suit the detailed method of construction adopted by the Contractor. The
works shall also be carried out so as to enable the other contractors to work concurrently for early
completion of the works.

Setting out the Works

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-53

The Contractor shall, set out and measure up all the works in accordance with the contract
documents and for this purpose he shall appoint technical and other category staff and also
provides all necessary assistants needed.

The Contractor’s Responsibility


The Contractor shall be entirely responsible for the accurate and perfect setting out of all works,
whether such setting out the executed by his own staff or not, and, notwithstanding that the
Consultant / Engineer of purchaser in charge may furnish bench marks and set out or give the
necessary directions for setting out the work, the Contractor must satisfy themselves as the
accuracy of these and he shall, at his own cost rectify and make good any and all defect which
may arise from errors in the lines and levels.

The levels, dimensions and general construction of the work shown on the drawings are
supposed to be corrected and in agreement with one another, but the Contractor must verify the
same before ordering any materials or commencing the work.

Instrument for setting out and Measurement, Testing of Works


The Contractor shall also provide and maintain at his own cost and keep in good order as
required by and for the use of for the duration of the Contract, a modern and accurate the odolite
and a precision level, thickness measuring instrument for aluminium/steel gauge, of preferred
make, complete with accessories and all instruments, poles, pegs, staging, moulds, templates,
profiles and all other requisites for the setting out and measuring up if the works, as well as the
services of experienced foreman.

Surveys and Levels to be agreed


Before the works or any part thereof have commenced the Contractor’s Agent and the Consultant
/ Engineer of purchaser in charge shall together survey and take levels of the site of the works
and agree all particulars on which the measurement of the works are to be verified.

Responsibility for Carrying Out Works


The responsibility for carrying out the works and the methods to be adopted under this Contract
shall rest solely with the Contractor subject always to the approval by the purchaser’s Consultant
/ Engineer Incharge of the Contractor’s proposals. Such approvals shall not, however, relieve the
Contractor in any way of his responsibility for the proper execution of works in accordance with
the Contract.

Construction Equipment, Works, Building Materials etc


The Contractors attention is specially directed to the fact that the requirements of the specification
are general and applicable to the works.

MD/WZ/06/PUR/ADB/ERP-03
6-54 Section VI. Schedule of Supply

In addition, the following general requirements given in sub-paragraphs (i) to (vii) shall also be
held to apply to every part of the works where applicable.

(i) Use of Plant, Materials etc. for safe construction


All the labour, constructional plant, machinery, tools, instruments, tackle and equipment,
temporary offices, workmen's sanitary and welfare arrangements and other buildings,
temporary structures, works, services and operations, materials, stores and things of whatever
description necessary to construct, complete and maintain the whole of the works, temporary
or permanent, or to fulfil the requirements specified in the Contract shall be provided and used
by the Contractor, and the constructional plant, equipment, materials, temporary buildings,
works, services etc., shall be of a type, capacity, power or quantity, strength, design and
construction and erected in such position or used or executed at such times and in such
manner as are specified in the Contract and as are most efficient and suitable for the proper
and safe execution of the work to be undertaken under this Contract.

(ii) Adoption of Safety Measures for Plant & Materials


The Contractor shall be solely responsible for the provision, sufficiency, stability, safety,
protection, construction, demolition, transport, maintenance and insurance against all risks of
all the aforesaid constructional plant, tools, equipment, temporary buildings, structures, works,
services and operations, materials, stores and things, etc., and shall except where otherwise
stated in the contract, replace or reconstruct them or re-execute them in the event of their
being lost or damaged or inaccurate and on completion of the Contract, the Contractor shall
remove from the site all constructional plant, temporary offices and structures and unused
material and stores and debris and shall leave the site in a tidy condition.

(iii) Utilities to be provided by Contractor


The Contractor shall make his own arrangements and except where otherwise indicated, shall
at all points where they are required such supplies of water and power as he may require for
all the operations under the contract, and shall also provide and use all the necessary
appliances, works, services and other things necessary to distribute the supplies to the various
parts of the works.

(iv) Proper Access to Site


The Contractor will be deemed to have satisfied himself as to means of access to the site of
the works and transport of labour, materials and plant to and from and over the works the
relative positions, lines and levels of any existing tracks, roads, sewers, drains, pipes, wires,
cables, buildings and all other works and other relative contingencies, and he shall, where
necessary provide and maintain all requisite temporary gangway, ladders, staging, roads and
footpaths to and about the site of the works, as may be necessary for the construction of the
works or transport of labour, plant and materials.

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-55

(v) Use of Services by Consultant / Engineer-in-Charge of purchaser


All of the before mentioned works which may be constructed and in use for the works
generally shall be available for the reasonable use of the Consultant / Engineer In Charge of
purchaser without charge and the Contractor shall carry out the instructions of Engineer In
Charge of purchaser in this matter.

(vi) Furnishing information to Consultant / Engineer-incharge in purchaser.


The Contractor shall when required by the Consultant / Engineer In Charge of purchaser
furnish all information as to quality; weight, constituent substance, dimensions, levels, strength
and description of the materials and works and give the Engineer In Charge of purchaser such
other particulars as may be required.

(vii) Arrangement for Testing Materials at Site/through Lab


All testing, provision of weights appliances, materials, labour and everything necessary for the
testing of concrete, sand and coarse aggregate shall be at the contractor's own expense as
shall include the cost of retesting any materials or works to replace these which have failed to
pass the special requirements. All such testing shall be carried out at the site/approved Labs
as the case may be. Testing shall done be for the materials as per relevant IS Codes &
procedure.

(viii) Testing and Original Certificates


The contractor has to submit all the relevant original Certificates from original manufacturers
for all type of glass to verify its authenticity. Specifically, fire rated, security and tampered
glass verification shall be the responsibility of the contractor. For fire rated glass, the supplier
shall submit import documents and manufacturers certificate for procurement of material for
purchaser site to verify its authenticity.

For steel and aluminium partition, weight shall be criteria for checking. Besides, the supplier’s
certificate for the desired thickness of powder coating/ anodizing shall be produced. But, six
numbers of random samples picked from the site and submitted to approve laboratories shall
be the final admissible test.

The samples shall be jointly picked once the material is fully/ partially (as per the decision of
Consultant / Engineer Incharge of purchaser) delivered at site. Jointly signed samples shall be
kept in custody of Consultant / Engineer Incharge of purchaser. The sample for the following
items should be given for the approval:
• Aluminium sections (for size, gauge and powder coating/ anodizing)
• Steel section for gauge/ PU finishes
• False flooring system to check the parameters as per item

MD/WZ/06/PUR/ADB/ERP-03
6-56 Section VI. Schedule of Supply

Contractors to note that they shall be supplying the total material required at site in one go
from which six samples shall be picked and three sent for testing.

The Consultant / Engineer Incharge of purchaser shall randomly select 6 samples of each
material supplied at site & contractor has to get tests done at the cost of the contractor
especially for following materials/Items requiring stringent testing:
a. Fire rated glass.
b. Security glass.
c. Fire rated partition.
d. False flooring assembly test
e. Aluminium& Steel Partitions.
f. Fire rating of Gypsum/Ceiling Tiles etc.
g. Any other material as per Consultant / Engineer InCharge of purchaser.

Any other relevant test certificate requires by the Consultant / Engineer Incharge of purchaser
and as per the relevant IS code. The Contractor at his own cost will replace any material
failing the required tests.

(ix) Contract to Cover Cost


The Contract rates shall be held to cover all costs of complying with any or all of the foregoing
requirements of this clause.

Before ordering any materials of any description for the permanent works, the Contractor shall
submit for the approval of the Consultant / Engineer Incharge of purchaser the names of the
makers and suppliers proposed and any other detail required by the purchaser. All materials
shall be suitable for local climatic conditions.

Manufacturer's Technical Data


Manufacturer's performance data, certified factory drawings of apparatus giving full information
as to capacity, dimensions, materials and all information pertinent to the adequacy of the
submitted equipment shall be submitted for approval. Manufacturers’ names, sizes, catalogue
numbers and/or samples of all materials shall be submitted for approval.

Submittals and drawings should, as far as possible be complementary so that drawings and
submittals can be crosschecked.

Requirements for Equipment submitted for approval must be accompanied by relevant


drawings, technical data, catalogues and samples. Where data certified drawings or other

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-57

required information is not available until after orders have been placed, the Consultant /
Engineer Incharge will give provisional approval until all requested drawings and information
have been supplied to the Consultant / Engineer Incharge of purchaser and approved by him.
It is Contractor's responsibility to ensure that all necessary information is supplied to the
Consultant / Engineer Incharge of purchaser in accordance with the progress of the work.

Proprietary Materials:
Proprietary materials to be used in the works, shall, when brought to site be got inspected by
the Consultant / Engineer Incharge of purchaser.

Proprietary materials brought to site shall be stored as per recommendation of the


manufacturer and as directed by the Consultant / Engineer Incharge of purchaser.

The Contractor shall, on demand, produce to the Consultant / Engineer Incharge of purchaser
any document / proof of purchase in respect of the supplies.

The Contractor shall ensure that the materials are brought to site in original sealed containers/
packing bearing manufacturer's markings.

Test Certificates
All manufacturers' certificates of test proof sheets, mill sheets, etc. showing that the materials
have been tested in accordance with the requirements of the appropriate Indian Standard,
other relevant standard specification or this Specification, are to be supplied free of charges,
on request, to the Consultant / Engineer Incharge of purchaser.

Storage of Materials
All materials used in the permanent works shall be stored on racks, supports, in bins under
cover etc. as per relevant I.S. Code as appropriate to prevent deterioration or damage from
any cause whatsoever to the entire satisfaction of the Consultant / Engineer Incharge of
purchaser and as amplified in the succeeding clauses.

Records and Usage of Materials


The Contractor shall maintain a detailed record of all materials received on the Site or in his
stores or storage and working areas in the vicinity of the Site and shall make such records
available to the Consultant / Engineer Incharge of purchaser at such times as the latter may
reasonably require.

Filling in Holes and Trenches Forming Holes & Making good

MD/WZ/06/PUR/ADB/ERP-03
6-58 Section VI. Schedule of Supply

All holes shall be left or provided in concrete including reinforced cement concrete, brick work,
floors and in any other situations as required for or directed by the Consultant / Engineer
Incharge of purchaser and shall be made good, in the same mortar mix as specified for that
portion of the work. No extra payment on this account will be made to the Contractor.

Cleaning Down
The Contractor shall wash and clean all floors remove cement/lime/paint drops etc. clean the
joinery, glass panes etc., touch up all painter's work and carry out all other necessary items of
work including grass, trees around the site in connection therewith and leave the whole
premises clean and the before handing over the building without extra cost to the purchaser.

Keeping Site Clean


The Contractor shall at all time keep the site free from all unserviceable and surplus excavated
materials, rubbish and offensive matter, which shall be disposed of in a manner to be
approved by the Consultant / Engineer Incharge of purchaser.

Safety Precautions
The Contractor shall take all necessary safety precautions to prevent the possibility of
accidents, which may be caused mechanically, electrically or otherwise during the course of
the works. The works shall include the provision and fixing of detachable guards of approved
design to cover all moving machine parts wherever they may be located and whether they are
intended to be permanent or temporary and in such manner as to comply with the appropriate
statutory requirements. It shall also include such step down transformers as to be used for
portable electrical tools. Purchaser is not liable for any type of claim occurred on contractor
during the project implementation period.

Maintenance of Finishes
The Contractor shall cover up and project the various works and portions thereof from all
damage due to unconsidered or rough treatment, dust, grit or damage in other ways. All bright
parts of fittings shall be covered with transparent polyethylene sheeting and, shall be cleaned
and polished before being handed over wherever is required.

Pre-commissioning Procedure
Before final commissioning of any equipment referred to herein, the Contractor shall check for
tightness of all clamps screwed and bolted connections, regardless of whether the original
connection were made before delivery of the equipment to Site or not. The Contractor shall
also ensure that all fusible links and trip settings are correctly calibrated to give discrimination
and protection to the circuits and final sub-circuits forming this installation.

Demonstration for Testing of Equipment

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-59

The Contractor shall satisfy the Consultant / Engineer Incharge of purchaser by means of
suitable tests, as detailed hereinafter in the Specification, during erection and final tests on
completion, that the whole of his work is carried out in accordance with all rules and
regulations applicable to the work and shall provide at his own expense all testing instruments,
apparatus, etc., and shall provide all labour as required. The accuracy for the tests must be to
the satisfaction of the Consultant / Engineer Incharge of purchaser, whose decision will be
final. The Contractor shall also notify the supplier/ statutory authorities and demonstrate such
tests as may be required.

Coordination of Builder's Work


The Contractor shall coordinate with the requirements for holes, inserts, lifting, and other
similar builder's works in correlation with each trade of work. The Contractor shall ensure that
such builder's work is in accordance with the specialist Sub-Contractors Suppliers
requirements. Details of holes inserts, access, fixing etc. which are not shown on Consultant /
Engineer Incharge of purchaser 's drawings but are required by the contractor or by sub-
contractor shall be forwarded to the Consultant / Engineer Incharge of purchaser for his written
approval at least three weeks before work proceeds.

Quantum of Materials to be ordered


The Schedule of Quantities shall not be used as a basis to ascertain the quantum of materials
to be ordered. The contractor shall use his own resources to assess the quantities of materials
to be ordered and shall be entirely responsible for the same.

Erection in BOQ means complete installation, commissioning, testing, and integration of the
system.

Cost of Proposal
Purchaser is not liable for any cost incurred by a supplier in the preparation and production of
any Proposal, the preparation or execution of any benchmark demonstrations, simulation or
laboratory service or for any work performed prior to the execution of a formal contract.

Documentation
Contractor has to submit complete Data Centre Documentation including drawings, Data
Cabling & Electrical Panel Cabling, Layouts, Equipment details, Operation & Maintenance
manuals and other information to purchaser as desired by Engineer Incharge / Consultant of
purchaser in three sets on Hard Copy & CD.

3.3.3. Civil and Furnishing work

MD/WZ/06/PUR/ADB/ERP-03
6-60 Section VI. Schedule of Supply

Demolition Work - (Brick/Concrete/Flooring)


The demolition work – If required the walls shall be gently removed by using chisel and hammer
without disturbing the existing infrastructure and structure. This material shall be packed in
gunny/plastic bags and carted down for clearance by way of service lift or service staircase and to
be cleared from the site within 24 hours. The Concrete structures to be demolished / dismantled
by utilizing breaker hammers & cutters etc. as required. The internal steel reinforcement to be cut
using Gas cutting.

Civil Work
Civil work shall include:
 Masonry Works
 Plastering
 Water Proofing
 Laying of vitrified Tile Flooring (if required)
 Painting
 Pest Control
 Insulation under False Floor and above False Ceiling
 Ramps and Steps

Hardware and Metals


Fitting generally shall be brass oxidized, unless otherwise specified and shall be suitable for their
intended purpose. In any case, it will have to be approved by purchaser before the contractor
procures it at the site of work. Screws are to match the finish of the article to be fixed, and to be
round or flat headed or counter sunk as required. The supplier should cover up and protect the
metal surfaces such as brass, bronze, SS etc. with a thick grease or other suitable protective
material, renew as necessary and subsequently clean off and clear away on completion.

All stainless steel sheets shall be with gauge as specified but not thinner than 16G. All steel,
brass, bronze, aluminium and stainless steel articles shall be subjected to a reasonable test for
strength, if so required by purchaser at the contractor’s expense. All brazing and welds are to be
executed in a clean and smooth manner rubbed down and left in the flattest and tidiest way,
particularly where exposed. Chromium plating shall be in accordance with I.S standard or as per
approved specifications for normal outdoor conditions and shall be on a base material of copper
or brass.

Glazier
All glass to be of preferred manufacturer complying with IS 1548 -1966 as per approved quality
and sample to be of the selective qualities specified and free from bubbles, smoke, wanes,
waviness, air holes and any other defects. Polished plate glass shall be ‘glazing glass’ (G.G.)

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-61

quality and that for mirrors shall be “silvering quality” (S.Q.) confirming to I.S 3438-1965 or as per
approved sample and quality.

Polish

(a). French polish: The basic material shall be shellac dissolved in methylated sprit.

Preparation: The timber must be well sanded and cleaned and the grain filled with grain filler. Any
staining must be done before applying the polish.

Equipment: The polishing rubber, the most important implement in French polish shall consist of a
pad of cotton wool, which acts as a reservoir for the polish, and a cover of a soft white linen or
cotton fabric similar to a well worn handkerchief, which acts as filler. The rubber must never be
dipped into the polish on to the pad with the cover removed.

Application: Work evenly over the surface with a slow figure-of-eight motion until the timber is
coated with a thin layer of polish. The object is to apply a series of thin coats, allowing only a few
minutes for drying between the coats. When a level and even bodied surface is obtained the work
is ready for the second stage i.e. spiriting off. Allowing the work to stand for at least eight hours,
then take a fresh rubber with double thickness of cover materials and charge it with methylated
spirit. The object of spiriting off is to and remove the rubber marks and to give the brilliance of
finish.

Finally, work in the direction of the grain and continue until the surface is free from smears and
rubber marks then leave to harden off.

(b). Wax polish: Wax polish shall contain silicons and driers. A good silicon wax is to be used,
not a creamy or spray. The timber shall be sealed first with another finish such as Ronseal,
before applying the wax.

Application: Apply a light coat of the sealer by brush or cloth direct to the unfilled timber, working
it well in and finishing evenly with the grain. Allow to dry thoroughly then sand lightly with fine
abrasive paper. Apply a heavy coat of wax by cloth or on flat surfaces, with a stiff brush. Work
well into the timber and finish off by stroking with the grain before leaving to harden.

Leave for several hours before rubbing up with a soft brush. Finally, buff the grain with a soft
cloth.

(c). Transparent Colored Polyurethane (Melamine): This shall be applied where natural grain

MD/WZ/06/PUR/ADB/ERP-03
6-62 Section VI. Schedule of Supply

of the wood is required to be shown. Polyurethane gives tough surface, which resists chipping,
scratching and boiling water.

Application: Clean off all grease and wax with an abrasive and white spirit, this should not be
applied in humid conditions.

Apply the same coat, preferably of clear hard glaze with a cloth pad. Leave this is to dry for at
least six hours, then applied for the coat with paint brush - off you wait for longer than 24 hours
between coats, rubbed down the previous coats with fine glass paper or medium grade of steel
wool. Obtain a matt finish, if required, by giving a final coat of clear Ronseal Matt Coat.

Timber
All internal frame works shall be of quality Wood as specified. All exposed woodwork shall be of
quality wood only or as specified. All the wood shall be properly seasoned, natural growth and
shall be free from worm holes, loose or dead knots or other defects, saw die square and shall not
suffer warping, splitting or other defects. The moisture content shall not exceed 12%. All wood
and must be approved by MPPKVVL before using.

Plywood / MDF Boards etc.


Plywood/ medium density fiberboard / blackboard / particleboard / veneered board, etc. of
preferred makes shall only be used. Only B.W.P grade phenol formaldehyde bonded hot pressed
plywood generally confirming to I.S.I 303 of preferred make shall only to be used. Marine plywood
shall generally confirm to I.S. 710 -1980 and also to Defence/Navy specification, bonded with
phenol formaldehyde treated with Wood preservative. Only quality wood particle board shall be
used, particle board shall be phenol formaldehyde and generally confirm to I.S. 3087 -1965. Only
3mm to 4mm thick straight grained group matching approved veneers shall be used. Only
veneers laminated from species like maple white cedar, rosewood, White cedar, walnut, and
mahogany or equivalent shall be considered for use. Block board shall be equal or superior
quality to that laid down in B.S. 3444 with one of the following I.S Specifications or such approved
adhesives:
• I.S.I 851-1957: Synthetic resin adhesive for construction works in wood.
• I.S.I 849-1957: Cold setting case in glue for wood.
• Block board shall be generally conforming to I.S.I. 1959-1960.
• Medium Density Fibre (MDF) Boards shall generally confirm t o or Exterior quality than
that laid down in B.S. 1142-1989 and I.S: 12406 – 1988.

Laminates
Laminates where specified shall be of preferred brand, type, texture and thickness and
manufactured as per IS: 2046 –1969. Fixing of laminates shall be done as per best trade
practices and strictly as per printed instructions of the manufacturers using Phenol Formaldehyde

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-63

Synthetic Resin Adhesive of approved make. Unless otherwise indicated laminates shall be 1.5
mm thick for horizontal surfaces and 1.0 mm thick for vertical surfaces.

Scope of Access (False) Floor


Providing and fixing Access floor systems as per following specifications confirming to EN 12825
or equivalent standards.

System:
Access floor system to be installed will provide a maximum finished floor height of 600 mm from
the existing floor level. The system will provide for suitable pedestal and under-structure
designed to withstand various static loads and rolling loads subjected to it in an office / server /
DCS / panel / rack area. The entire Access floor system will provide for adequate fire resistance,
acoustic barrier and air leakage resistance.

Panels:
Panels will be made up of inert material Calcium sulphate. The bottom of the panel shall be of
0.05 mm Aluminium foil to create a fire and humidity barrier and this should provide floor’s
electrical continuity. Panels will remain flat through and stable unaffected by humidity or
fluctuation in temperature throughout its normal working life. The Panels will be UL listed/ FM/DM
approved.

Panels will provide for impact resistance top surfaces minimal deflection, corrosion resistance
properties and shall not be combustible or aid surface spread of flame. Panels will be insulated
against heat and noise transfer. Panels will be 600 x 600mm x 30 mm height fully
interchangeable with each other within the range of a specified layout. Panels shall rest on the
grid formed by the stringers which are bolted on to the pedestals. Panels shall be finished with
anti-static 0.9 mm Laminate and 0.45 mm thick plastic edge material that is self-extinguishing and
will be PVC free

Panel Loading:
Concentrated point load: 450 Kg as per European standard EN 12825*. Uniformly Distributed
Load (UDL): 2000 Kg/M2.

Fire Rating:
The Panels will confirm to class O and Class 1 Fire Ratings tested as per CIRC 91/61 or BS 476
Part 6 & 7 (60 min).

Pedestals:
Pedestal installed to support the panel will be suitable to achieve a finished floor height of 450 /

MD/WZ/06/PUR/ADB/ERP-03
6-64 Section VI. Schedule of Supply

600mm. Pedestal design will confirm speedy assembly and removal for relocation and
maintenance. Pedestal base to be permanently secured to position on the sub-floor. Pedestal
assembly will provide for easy adjustment of levelling and accurately align panels to ensure
lateral restrain. Pedestals will support an axial load of 1500 Kgs, without permanent deflection
and an ultimate load of 3000 Kgs. Pedestal head will be designed to avoid any rattle or squeaks.

Pedestal Assembly:
The structure is made entirely of galvanized steel consisting of hexagonal shaped, 89 mm
diameter, and 1.5 mm thick base plate, with 6 shaped stiffening ribs with niches that improve
adhesion and with 5 holes mechanical fastening to the ground. The assembly will provide a range
of height adjustment up to 25mm, with the help of check nuts.

Understructure:
Understructure system consists of stringers of size 525 x 30x 25 x 0.8 mm thick to form a grid of
600 x 600mm. These stringers are locked into the pedestal head and run both ways. The US
system will provide adequate solid, rigid and quiet support for access floor panels. The US
system will provide a minimum clear, uninterrupted height of 450/ 600 mm between the bottom of
the floor and bottom of the access floor for electrical conducting and wiring.

Stringers:
Stringer system is composed of a special frame, made of pressed galvanized steel plate and with
a section 25mm wide, 30 mm high and 0.8 mm thick. The longitudinal ribs and flaps in the lower
part should be designed to increase flexion resistance. The grid formed by the pedestal and
stringer assembly will receive the floor panel.

Steps:
Steps for entry to Server Farm

Ramp:
Ramps for transport of equipment in Server Room and support an axial load of 1500 Kgs, without
permanent deflection

False ceiling:
The lay in type metal ceilings should be made of naturally strong light-weight aluminium, zinc
coated steel or stainless steel, pre-painted and treated for long life, rust free performance, and
fire and moisture resistance.

All metal ceilings must be designed for simple and economical installation on standard exposed
systems or purpose designed grids which are easy to install and remove with minimum tools. The

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-65

salient features for the false ceiling should be as under:


• Fully demountable
• Easy to replace
• Easy access to plenum

Metal tile and grid construction should enable frequent access to plenum without damage.

The flexibility of the grid system should be such that it enables easy integration of services such
as lighting, smoke detectors, speakers, sprinklers and air grilles.

The metal ceilings should be supplied with a range of acoustic treatments depending on the
balance between intelligibility and confidentiality is to be achieved.

Apart from defining the visual appearance of the product, the perforation should also influence the
acoustic performance of the ceiling. The perforated tiles should have nominal 10 mm plain border
and have overall perforation.

Metal ceilings should offer a range of light reflectance values between 63 & 87%.

Products offer should be supplied finished with a durable, electrostatic factory applied polyester
powder or coil coat.

Metal ceiling products should be naturally strong and impact resistant. For additional security, it
should be secured to their supporting grid structures making them suitable for areas where
preventing unauthorized access to the ceiling plenum is a requirement.

All metal ceilings should be designed for simple and economical installation on standard exposed
systems or purpose designed grids and engineering standards.

The metal ceilings are to be manufactured to meet or exceed EN 13964 and to be installed as per
the standard industry practice using all the required accessories.

General Specifications for Modular Computer Furniture:

Departmental Enclosures:
 Partition panels should be of an overall thickness of approx. 50 mm.

MD/WZ/06/PUR/ADB/ERP-03
6-66 Section VI. Schedule of Supply

 The internal construction of panels should comprise of approx. 40 mm wide metallic


frame. This structure should be covered by 3 mm thick MDF on both the sides & 1
mm thick laminate above that. This structure should be suppor1ed on either end of
the width of the panel by extruded aluminium channel.
 Raceway below the work surface for concealed wire management
 Levelling screws to take care of the unevenness of the floor surface.
 Wherever it is indicated the Departmental Enclosures for discussion areas, the same
includes modular discussion table approx. 240cm x 90cm oval shape including chairs
for 8 persons.
 Wherever indicated the partition based extension includes the modular arrangement
same as existing staff modules and quantities as per plan.

Worktop 25 mm thick pre-laminated:


 Work top should be made of 25 mm thick Pre-laminated par1icle board interior grade
of approved shade. Bottom shall have a backing laminate of minimum 0.6 mm
thickness.
 The front edge of work surface shall be provided with machine pressed 2 mm thick
PVC lipping (for 3 sides & post formed for full round by the laminate for front side.)

Key board pull-out tray:


 Metal Body with powder coated finish with single extension ball slides along with
swivelling arrangement and sliding mouse tray palm rest, which can slide on both the
sides.
 Length: Approx. 580 mm
 Width: Approx. 350 mm
 Thickness: 18 gauge MS powder coated

Storage unit below table:


 Three Drawer Steel pedestal (2 box drawers and 1 filing drawer); Drawers should be
mounted with superior quality telescopic double extension ball slides for smoother
and long lasting usage.
 Central locking system with multi-lever lock
 File divider which allows the flexibility to divide space as required
 Manufactured from the good quality steel

Legs:
 Tubular leg made up of the Leg Frame, Fascia & Caps
 Leg frame made up of Mild Steel of one of the following types –

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-67

• Semicircular cross section


• Oblong cross section
• Rectangular cross section
 These tubes to be welded to form the complete leg frame structure,
 Pre-treated and coated with average 45 micron thickness of epoxy polyester coating.
 Leg Fascia -This is to be made up of CRCA (Cold Rolled Cold Annealed 'D' grade 0.8
mm thick M.S. sheet, pre-treated with standard anti-rust process, finally powder
coated with average 45 micron thickness of epoxy polyester coating.
 Caps -The tubular leg frame should have caps having same colour as of the leg.
 Tubular Centre leg to have similar specs & with level adjustment provision

Wire managers:
These are to be to be made up of two 'C' sections back to back spot welded, made up of
CRCA 'D' grade of approx 1.6 mm thick. M.S., pre-treated, finally powder coated with epoxy
polyester coating. These are fastened together with telescopic piece on spring washer and
M.S. screws to get variety in length. A fascia of 3 mm thickness Particle board + DL is
screwed on wire managers for mounting of switches.

Modesty panel:
CRCA 'D' grade approx 1.6 mm thick M.S. sheet with perforations, pretreated, finally
Powder coated with epoxy polyester coating covering front length of the work surface.

Work surface:
Pre-laminated Board (PLB) (25 mm to 30 mm thick) or Plain Particle Board (PPB) with
Decorative Laminate
Work surfaces should have
 Curvilinear profile with PVC 'T' moulding on front with PVC edge-banding of 2 mm or
0.8 mm thick using hot melt glue on remaining sides.
 Straight profile in front with post forming edge and edge banding with 2 mm or 0.8 mm
thick PVC edge banding using hotmelt glue on non post formed edges.
Work surface of table in video conferencing room - Pre-laminated Board (PLB) (35 mm to 50
mm thick) or Plain Particle Board (PPB) with veneered finish coated with PU + membrane
coating. The edges are half round.

Screen:
 Plain particle board with decorative laminate finish
 Plain particle board with soft board covered with fabric

MD/WZ/06/PUR/ADB/ERP-03
6-68 Section VI. Schedule of Supply

Accessories:
Types of accessories to be offered are:
 Glass holder
 Pen holder.
 Paper / Letter tray
 CPU Trolley

They are to be made up of 1 mm thick CRCA 'D' grade M. S. sheet perforated, pre-treated,
finally powder coated with average 45 micron thickness of epoxy polyester coating.
Accessories rail -is to be made up of aluminium extrusion of 1. 5 mm average thickness, cut
to size of required length, powder coated with 45 microns thickness of epoxy polyester
coating.

Steel - (For all the products)


Prime Quality, cold-rolled, cold-annealed tested quality steel should be used after it is
subjected to a strict quality verifying procedure. All electric resistance welded steel tubing
used in the furniture are obtained from tube mill which manufacture steel tubing from superior
quality CRCA sheets.

The 7-Step Pre-treatment Process:


Surfaces to be painted must be clean and dry to ensure paint adhesion; they must be nearly
as smooth as the desired final finish. Generally paint should not be used to hide surface
defects. Surface conversion is generally used to improve paint adhesion, reduce corrosion or
both.

Chemical cleaning methods like Acid etching or pickings should include processes in which
there is a chemical attack by cleaning agent on surface to be cleaned. Special inhibitors
should be used to retard acid attack at surface and reduce pitting, where acid should
penetrate beneath surface particle.
 Step 1 -Degreasing
 Step 2 -Water Rinse
 Step 3 -Derusting
 Step 4 -Water Rinse
 Step 5 -Phosphating
 Step 6 -Water Rinse
 Step 7 –Passivation

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-69

Surface finish
The surface finish of steel components including steel tube used for Modular furniture should
be subjected to two major processes.

a. Anti-corrosion treatment -
The first step is a thorough degreasing of steel. This is followed by the second step of
subjecting steel to a pickling process for removal of rust. Steel, now free from grease and
rust, is treated for forming rust prevention iron phosphate film on the surface. This, vital
but fragile film is protected by a process of Passivation. All steel components should be
subjected to salt spray test.

b. Final Finish –
Once the steel components have undergone anti-corrosion treatment, they should be
given coats of paints using Automatic Airless Electrostatic or equivalent painting
equipment. It should ensure uniform thickness of paint surface all over the surface area
of the components. The application of paints should be controlled and finish obtained
should be drip less paint.

Articles once painted should be baked in specially designed oven with effective heating for
obtaining uniform, hard finish surface.

3.3.4. DG Set - 600 KVA (480 KW) or Higher Silent Type DG Set

Requirements & Design Criteria


DG Set is required to feed Backup Power Supply to the critical and sensitive load. Power supply system
should be designed and engineered such that it enhances the life of the equipment / instruments /
computer systems / network devices, etc. installed in the Data Centre Facility. It should not under any
condition harm the quality of operation of these devices / systems.

Scope for D.G. Set:


The scope of work mainly includes but not necessarily limited to the following:
 Supplying, installation, testing and commissioning of Diesel Generator set complete with base
plate, anti-vibration isolators acoustic enclosure and all fixing accessories as required.
 Exhaust piping, duly insulated with mineral wool and aluminium sheet cladding.
 Residential type silencer, complete with GI supports, brackets hardware etc. Low Maintenance
lead acid batteries with charging system.
 Day oil tanks complete with supporting stand, all accessories, filters, valves, fittings level
indicators, and level controllers with contacts.

MD/WZ/06/PUR/ADB/ERP-03
6-70 Section VI. Schedule of Supply

 MS pipes for fuel, and generator cooling system, including all valves accessories fittings, painting
of pipes and supports etc.
 Hoisting and handling facilities such as cranes, tools and tackles specially required for this kind of
equipment and for lowering equipment wherever it is to be installed.
 Providing of automatic transfer switch panel complete with necessary controllers and switchgears
Provide manufacturer's factory representative's services, including coordination and supervision
Carry out performance testing and commissioning, cabling, earthing system, interconnections,
AMF panel, first fuel filling (990 ltr) and lube oil filling.

Associated Civil Works


Following civil works associated with Power Generating set installation are included in the scope of this
tender. These shall be executed by the agency in accordance with approved shop drawings
A. RCC Foundation
B. RCC basin & Supports

Approvals
It is the absolute responsibility of the DG set Vendor to carry out the work in accordance with the
regulations of the Indian Electricity Act, Fire Insurance Regulations, Local Electrical Inspecting
Authorities, Pollution Control Board (PCB) and the Electricity supply authorities and to prepare and get
necessary drawings approved. No extra cost will be admissible to the Vendor on this account; all those
services shall be deemed to have been included in the unit rates.

Ambient Conditions
Rating of all equipment shall be appropriate for the conditions on the location where the equipment will be
installed and operate. All the equipment shall be suitable for continuous equipment will be installed and
operate.

All the equipment shall be suitable for continuous


 Ambient Temperature
 Maximum: 40 deg. C
 Minimum: 2 deg. C

Note: All equipment shall give required output under the above conditions

Technical Specification

1 General

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-71

This section deals with unloading procedures, location, standard capacities and climatic
conditions for DG set installation

1.1 Unloading
Genset should be covered with polyethylene or tarpaulin during installation to ensure that water
does not enter inside .Spreader bar/spacer plate of suitable size may be required to avoid
damages to Genset components

DG set with Acoustic enclosures are provided with lifting hooks

1.1.1 DG Set with acoustic enclosure


DG set are required to be supplied with acoustic enclosure as per Central Pollution Control Board
norms. DG set with acoustic enclosure shall preferably be installed outside the building

1.1.2 Climatic Conditions


The output of DG Set shall work under following climatic conditions to be in conformity with
Central Pollution Control Board approved type tests
(i) Outside Maximum Ambient Temperatures: 40 Deg.C
(ii) Height above Mean Sea Level: 1000 Meter
(iii) RH: 50%

1.1.3 Noise and Emission


DG Set should be type tested for Noise and Emission norms/standards as per Central Pollution
Control Board.

1.2 Diesel Engine


Scope: This section covers engine rating, standard components of a diesel engine including
exhaust piping.

1.2.1 Diesel Engine

1.2.1.1 Engine Rating


The engine shall be of standard design of the original manufacturers. It should be 4 stroke cycles,
water cooled, naturally aspirated/turbo charged (as per manufacturer standard), diesel engine
developing suitable BHP for giving a power rating as per ISO 8528- Part-1, in KVA at the load
terminals of alternator at 1500 rpm at ambient temperature of 47ºC, for height at 1000 Meter
above MSL and at 50% RH The engine shall be capable for delivering specified Prime Power

MD/WZ/06/PUR/ADB/ERP-03
6-72 Section VI. Schedule of Supply

rating at variable loads for PF of 0.8 lag with 10% overload available in excess of specified output
for one hour in every 12 hours. The average load factor o3f the engine over period of 24 hours
shall be 0.85 (85%) for prime power output The engine shall conform to IS;10000/ISO 3046/BS;
649/BS 5514 amended upto date

1.2.1.2 Necessary certificate indicating the compliance of the above capacity requirement for
the engine model so selected along with compliance of Noise and Emission norms as per latest
Central Pollution Control Board guidelines for DG set should be furnished from the manufacturers
along with the technical bid. However DG set, manufacturers shall furnish certificate that the
Engine for the DG set complies with the Central Pollution Control Board Emission norms.

1.2.1.3 The engine shall be fitted with following accessories subject to the design of the
manufacturer
(i) Dynamically balanced fly-wheel.
(ii) Necessary flexible coupling and guard for alternator and engine (applicable only for
double bearing alternator)
(iii) Air cleaner (dry/oil bath type) as per manufacturer standard
(iv) A electronic governor to maintain engine speed at all conditions of load
(v) Daily fuel service tank fabricated from M.S. Sheet with inlet outlet connections air vent
tap, drain plug and level indicator (gauge) M.S. fuel piping from tank to engine with
valves, unions, reducers, flexible hose connection and floor mounting pedestals, twin fuel
filters and fuel injectors. The location of the tank shall depend on standard manufacturers
design.
(vi) Dry exhaust manifold with suitable exhaust residential grade silencer to reduce the
noise level.
(vii) Suitable self starter for 12 V/24 V DC.
(viii) Battery charging alternator unit and voltage regulator, suitable for starting batteries,
battery racks with interconnecting leads and terminals
(ix) Necessary gear driven oil pump for lubricating oil, priming of engine bearing as well
as fuel systems as per manufacturer recommendations.
(x) Naturally aspirated/turbo charger (as per manufacturer standard
(xi) Lubrication oil cooler
(xii) Lubrication oil filters with replaceable elements
(xiii) Crank case heater as per manufacturer recommendations.
(xiv) Fuel injection: Engine should have suitable fuel injection system in order to achieve
low fuel consumption.
(xv) Fuel control solenoid.
(xvi) Fuel pump with engine speed adjustment.
(xvii) Engine Control Panel: fitted and having digital display for following:-

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-73

(a) Start/stop key switch.


(b) Lube oil pressure indication.
(c) Water temperature indication
(d) RPM indication.
(e) Engine Hours indications
(f) Engine Hours indications
(g) Low lube Oil trip indication
(h) High water temperature indication
(i) Over speed indication.
(xviii) All moving parts of the engine shall be mechanically guarded in such a manner that
a human finger cannot touch any moving part.
(xix) Radiator/Heat Exchanger System/Remote Radiator (delete whichever is not
applicable).
(xx) Any other item not included/specified, but is a standard design of the manufacturer.

1.2.1.4 Governor
Electronic governor of class A1, as per ISO 3046/BS 5514 with actuator shall be provided as per
standard design of manufacturer. Governor shall be a self-contained unit capable of monitoring
speed.

1.2.1.5 Frequency variation


The engine speed shall be so maintained that frequency variation at constant load including no
load shall remain within a band of 1% of rated frequency.

1.2.1.6 Fuel system


It shall be fed through engine driven fuel pump. A replaceable element of fuel filter shall be
suitably located to permit easy servicing. The daily service tank shall be complete with necessary
supports, gauges connecting pipe work etc. In case of top mounted tanks, non return valves are
must in fuel supply and return line of specified value. Pipe sealant should be used for sealing all
connection. No Teflon tape is to be used. If piping length is more than 10 meters detail
engineering required in consultation with OEM/Manufacturers Metal fuel day tank of (Capacity
990ltrs. of 2mm thickness sufficient for 08 hours operation at full load) shall be installed. The tank
shall be provided with all necessary fittings including fill, vent, drain and overflow line, level
indication and access for inspection and maintenance. Level switches shall be provided for the
following services. For Testing &Commissioning of DG set, the fuel shall be in Vendor’s scope of
work. The Vendor shall fill up full tank of DG set specially, day oil tank at the time of handing over
the set to the client. Also at the time of handing over DG set to the client, DG Vendor has to fill
new Lubricating oil with brand new filters.
(a) Low level alarm.

MD/WZ/06/PUR/ADB/ERP-03
6-74 Section VI. Schedule of Supply

(b) High level alarm.


(c) Low level start of transfer pump.
(d) High level stop to transfer pump.

1.2.1.7 Lubricating oil system


It shall be so designed that when the engine starts after a long shut down lubrication failure does
not occur. Necessary priming pump for the lub, oil circuit as per recommendation of manufacturer
shall be installed, to keep bearings primed. This pump shall be normally automatically operative
on AC/DC supply available with the set.

1.2.1.8 Starting system


This shall comprise of necessary set of heavy duty batteries 12V/24V DC (as per manufacturer
standard), and suitable starter motors and axial type gear to match with the toothed ring on the fly
wheel. A timer in the control panel to protect the starter motor from excessively long cranking
runs shall be suitably integrated with the protection system and shall be included within the scope
of the work. Battery capacity shall be suitable for meeting the needs of starting system (as three
attempt starting), as well as the requirements of control panel, indications and auxiliaries such as
priming pump as applicable etc. The scope shall cover all cabling, terminals, including initial
charging etc. The system shall be capable of starting the DG set within 20-30 seconds, even in
winter condition with an ambient temperature down to 0ºC.

1.2.1.9 Battery charger


The battery charger shall be suitable to charge required numbers of batteries at 12V/24 Volts
complete with, transformer, rectifier, charge rate selector switch, indicating ammeter & voltmeter
etc. Connections between the battery charger & batteries shall be provided with suitable copper
leads with lugs etc. and system should be capable for trickle charging.

1.2.1.10 Piping work


All pipe lines, fittings and accessories requirement inside the room/enclosure and outside for
exhaust piping shall be provided by the contractor. This shall include necessary flexible pieces in
the exhaust, fuel, lub. oil and water lines as are necessary in view of the vibration isolation
requirement in the installation. Piping of adequate size shall be used for lub. oil of the material as
per manufacturer standard. However, only M.S. pipes for the exhaust and fuel oil lines shall be
used. The pipe work shall be inclusive of all fittings and accessories required such as bends,
reducers, elbows, flanges, flexible connection, necessary hardware etc. The installation shall
cover clamps, supports, hangers etc. as are necessary for completing the work. However, the
work shall be sectionalized with flanged connections as are necessary for easy isolation for
purposes for maintenance of unit as approved by Engineer-in-charge

1.2.1.11 Common bed plate

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-75

Engine and alternator shall be coupled by means of flexoplate/ flexible coupling as per
manufacturer standard design and both units shall be mounted on a common bed plate together
with all auxiliaries to ensure perfect alignment of engine and alternator with minimum vibration.
The bed plate shall be suitable for installation on suitable anti-vibration mounting system.

1.2.1.12 Exhaust System

1.2.1.12.1 Exhaust Piping:-


All M.S. Pipes for exhaust lines shall be conforming to relevant IS. The runs forming part of
factory assembly on the engine flexible connections upto exhaust silencer shall be exclusive of
exhaust piping item. The work includes necessary cladding of exhaust pipe work using 50mm
thick glass wool /mineral wool/ rockwool, density not less than 46 kg/m² and aluminium cladding
(0.80mm thick) for the complete portion. The exhaust pipe work includes necessary supports,
foundation etc. to avoid any load & stress on turbo charger/exhaust piping. The exhaust pipe
support structure shall be got approved by engineer in-charge before execution.

1.2.1.12.2 Exhaust Piping Specifications


a) Exhaust system should create minimum back pressure.
b) Number of bends should be kept minimum and smooth bends should be used to
minimize back pressure.
c) Pipe sleeve of larger dia should be used while passing the pipe through concrete wall &
gap should be filled with felt lining.
d) Exhaust piping inside the Acoustic Enclosure should be lagged with asbestos rope along
with aluminium sheet cladding to avoid heat input to the room.
e) Exhaust flexible shall have it’s free length when it is installed. For bigger engines, two
flexible bellows can be used.
f) For engines only one bellow is required. However, if exhaust pipe length is more than 7
m, then additional bellow/provision for expansion should be provided.
g) “Class B” MS pipes and long bend/elbows should be used.
h) The exhaust outlet should be in the direction of prevailing winds and should not allow
exhaust gases to enter air inlet/windows etc.
i) When tail end is horizontal, 45 Degree downward cut should be given at the pipe to avoid
rain water entry into exhaust piping.
j) When tail end is vertical, there should be rain trap to avoid rain water entry. If rain cap is
used, the distance between exhaust pipe and rain cap should be higher than diameter of
pipe. Horizontal run of exhaust piping should slope downwards away from engine to the
condensate trap. Silencer should be installed with drain plug at bottom.

1.2.1.12.3 Optimum Silencer Location:

MD/WZ/06/PUR/ADB/ERP-03
6-76 Section VI. Schedule of Supply

Location of the silencer in exhaust system has very definite influence on both reduction of noise
and back pressure imposed on the system. The preferred silencer locations are given in the
Table below, where L is length of the total exhaust system measured from exhaust manifold in
meters. Please note that locating the silencer as per optimum silencer location is not mandatory.
For high rise buildings, suitable arrangements may have to be provided in consultation with
acoustic engineer.

Optimum Location of Silencer (In meters)


In-line Engine ”V‟ Engine Best 2L/5 (4L – 1.5)/5 Second best 4L/5 (2L – 4.5)/5 Worst
Location of L/5 of 3L/5 or at tail (3L – 10)/ 5 or at Silencer end of Exhaust the tail end of
piping exhaust piping

1.2.1.12.4 Exhaust stack height:


In order to dispose exhaust above building height, minimum exhaust stack height should be as
follows: - For DG set H = h+0.2x-_/KVA Where H = height of exhaust stack h = height of building

1.2.1.12.5 Care should be taken to ensure that no carbon particle emitted due to exhaust leakage
enters and deposits on alternator windings and on open connections.

1.2.1.12.6 Support to Exhaust Piping


Exhaust piping should be supported in such manner that load of exhaust piping is not exerted to
turbocharger.

1.2.1.13 Air System


It is preferable to provide vacuum indicator with all engines to indicate chocked filter. Maximum
air intake restrictions with clean and chocked filters should be within prescribed limit as per
OEM/manufacturer recommendation for the particular model of the engine. Genset should be
supplied with medium duty/heavy duty air cleaners (specify one only). (Heavy duty air cleaner
should be used for installation in dusty or polluted surroundings.)

1.2.1.14 Cooling System


 System should be designed for ambient temperature of 40 Deg. C.
 Water softening/demineralising plants should be used, if raw water quality is not
acceptable.
 Coolant should be used mixed with additive (in suitable proportion) as per
recommendation of OEM/Manufacturer for various engine models.
 Radiator fan flow should be free from any obstruction.
 For radiator cooled DG Set and proper room ventilation should be planned at the time of
construction of DG room.

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-77

 Remote radiator can be used in case of basement installation where fresh air may not be
available. The proper location of remote radiator is very essential for the successful and
efficient operation of remote radiator. In this the cooling media is ambient air. So in order
to obtain maximum efficiency from remote radiator, it is necessary to get fresh air in its
surrounding. The horizontal distance of remote radiator from engine should not exceed
10 meter.

1.3 Alternator
Scope: This section covers technical requirement of the alternator

1.3.1 Synchronous Alternator:


Self excited, screen protected, self regulated, brush less alternator, Horizontal foot mounted in
Single/Double bearing construction(specify one only) suitable for the following: KVA Rated: 600
kva Rated PF.: 0.8 (lag) Rated voltage: 415 volts Rated frequency: 50 Hz No. of phases: 3
Enclosure: SPDP Degree of protection: IP-23 Ventilation: Self ventilated air cooled Ambient
Temperature: 40º C Maximum Insulation Class: H Temperature Rise: Within class H limits at
rated load Voltage Regulation: +/- 1% Voltage variation: +/- 5% Overload duration/capacity:10%
for one hour in every 12 hours of continuous use. Frequency variation: As defined by the Engine
Governor (+/- 1%) Excitation: Self /separately excited (Self excitation Type of AVR: Electronic
Type of Bearing and: Anti-friction bearings with Grease Lubrication arrangement lubrication
Standard: IS-4722 & IEC: 34 as amended upto date.

1.3.2 Alternator should be able to deliver output rating at 40° C. ambient at 1000 Meter
altitude at MSL & at 50% RH.

1.3.3 The alternator shall be fitted with suitable nos. Resistance Temperature Device (BTD)
along with space heaters. The terminal of space heaters will be wired to terminal box and the
temperature scanner shall be provided in control panel for scaling the winding and bearing
temperature.

1.3.4 Excitation:
The alternator shall be brushless type and shall be self/separately excited; self regulated having
static excitation facility. The exciter unit should be mounted on the control panel or on the
alternator assembly. The rectifier shall be suitable for operation at high ambient temperature at
site.

1.3.5 Automatic Voltage Regulators (AVR):


In order to maintain output terminal voltage constant within the regulation limits i.e. +/-1%,
Automatic voltage regulator unit shall be provided as per standard practice of manufacturer.

MD/WZ/06/PUR/ADB/ERP-03
6-78 Section VI. Schedule of Supply

1.3.6 Fault tripping:


In the event of any fault e.g. over voltage/high bearing temperature/ high winding temperature or
an external fault, the AVR shall remove the excitation voltage to the alternator. An emergency trip
shall also be provided.

1.3.7 Standards:
The alternator shall be in accordance with the following standards as are applicable. (i)
IS:4722/BS: 2613/1970. The performance of rotating electrical machine. (ii) IS:4889/BS:269 rules
for method of declaring efficiency of electrical machine.

1.3.8 Performance:
Voltage dip shall not exceed 20% of the rated voltage for any step load of transient load as per
ISO:8528 (Part I). The winding shall not develop hot spots exceeding safe limits due to imbalance
of 20% between any two phases from no load to full load.

The generator shall preferably be capable of withstanding a current equal to 1.5 times the rated
current for a period of not more than 15 seconds as required vide clause 14.1.1 of IS 4722:1992.

The performance characteristics of the alternator shall be as below:


a) Efficiency at full load 0.8 P.F. not less than 93.5%
b) Total distortion factor - Less than 3%
c) (i) 10% overload - One hour in every 12 hrs - of continuous use. (ii) 50% overload 15
seconds

1.3.9 Terminal Boxes:


Terminal boxes shall be suitable for U.G. cables. The terminal box shall be suitable to withstand
the mechanical and thermal stresses developed due to any short circuit at the terminals.

1.3.10 Earth Terminals:


Two in Nos. earth terminals on opposite side with vibration proof connections, non-ferrous
hardware etc. with galvanized plate and passivated washer of minimum size 12mm dia. hole shall
be provided.

1.4 Control Panel, Batteries and Electrical System


Scope: This section covers technical and functional requirements of Control Panel,
Battery/Electrical System.

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-79

1.4.1 Location of Control Panel:

1.4.1.1 DG Set with acoustic enclosure


Associated Control panel of the DG Set should be located inside the acoustic enclosure as per
manufacturer’s standard.

1.4.2 Requirement in Control Panel


The control panel shall e fabricated out of 1.6 mm sheet steel, totally enclosed, dust, damp and
vermin proof wall mounted/free standing floor mounted type with IP-53 degree of protection &
front operated.

The Standard control panel shall consist of the following instruments:


(a) Composite meter for digital display of:
(i) Voltage
(ii) Current
(iii) Power factor
(iv) Frequency
(v) Energy Meter

(b) HRC fuses of suitable rating.


(c) One MCB of suitable rating for DG sets or Switch Disconnector Fuse Unit (SDFU) for higher
ratings.
(d) Push button-switch or ON/OFF Switch for ON and OFF operation.
(e) Pilot lamps 3 numbers in case of three phase DG sets.
(f) Battery charger complete with voltage regulator, Voltmeter and Ammeter for charging the
battery from external Mains. This will be in addition to the battery charging alternator or dynamo
fitted on the engine.
(g) Instrument fuses: All the components in the control panel shall be properly mounted, duly
wired and labelled. Suitable terminals are to be provided for panel incoming and outgoing
connections.

1.4.2.1 General Features:


The control panel shall be fabricated out of 1.6 mm sheet steel, totally enclosed, dust, damp and
vermin proof free standing floor mounted type & front operated. It shall be made into sections
such that as far as feasible, there is no mixing of control, power, DC & AC functions in the same
section and they are sufficiently segregated except where their bunching is necessary. Hinged
doors shall be provided preferably double leaf for access for routine inspection from the rear.
There is no objection to have single leaf hinged door in the front, all indication lamps, instruments

MD/WZ/06/PUR/ADB/ERP-03
6-80 Section VI. Schedule of Supply

meter etc. shall be flushed in the front. The degree of protection required will be IP-42 conforming
to IS:2147.

1.4.2.2 Terminal blocks and wiring:


Terminal blocks of robust type and generally not less than 15 Amps capacity, 250/500 volts grade
for DC upto 100 volts and 660/1100 volts grade for AC and rest of the junction shall be employed
in such a manner so that they are freely accessible for maintenance. All control and small wiring
from unit to unit inside the panel shall also be done with not less than 2.5 sq. mm copper
conductor PVC insulated and 660/1100 volts grade. Suitable colour coding can be adopted.
Wiring system shall be neatly formed and run preferably, function wise and as far as feasible
segregated voltage-wise. All ends shall be identified with ferrules at the ends.

1.4.2.3 Labelling:
All internal components shall be provided with suitable identification labels suitably engraved.
Labels shall be fixed on buttons, indication lamps etc.

1.4.2.4 Painting:
The entire panel shall be given primer coat after proper treatment and powder coating with 7
tanks process before assembly of various items.

1.4.2.5 Equipment requirements:


The control cubical shall incorporate into assembly general equipment and systems as under:
a) Control system equipments and components such as relays, contactors timers, etc. both for
automatic operation on main failure and as well as for manual operation.
b) Equipment and components necessary for testing generating set’s healthiness with test mode
and with load on mains.
c) Necessary instruments and accessories such as voltmeter, power factor meter, KW meter,
KWH meter, Ammeter, Frequency meter etc. in one energy analyzer unit with selector switch
to obtain the reading of desired parameters.
d) Necessary indication lamps, fuses, terminal blocks, push buttons, control switches etc., as
required.
e) Necessary engine/generating set shut down devices due to faults/ abnormalities.
f) Necessary visual audio alarm indication and annunciation facility, as specified.
g) Necessary battery charger.
h) Necessary excitation control and voltage regulating equipment.
i) Necessary over head bus trunking terminations all internal wiring, connections etc., as
required
j) Breakers as specified in the schedule of work.

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-81

1.42.1.6 System Operation:


The above-mentioned facilities provided shall afford the following operational requirements.

1.4.2.6.1 Auto Mode:


a) A line voltage monitor shall monitor supply voltage on each phase. When the mains supply
voltage fails completely or falls below set value (variable between 80% to 95% of the normal
value) on any phase, the monitor module shall initiate start – up of diesel engine. To avoid
initiation due to momentary disturbance, a time delay adjustment between0 to 5 second shall
be incorporated in start-up initiation.
b) A three attempt starting facility shall be provided 6 seconds ON, 5 seconds OFF, 6 seconds
ON, 5 seconds OFF, 6 seconds ON. If at the end of the third attempt, the engine does not
start, it shall be locked out of start and a master timer shall be provided for this function.
Suitable adjustment timers are to be incorporated which will make it feasible to vary
independently ON-OFF setting periods from 1-10 seconds. If alternator does not build up
voltage after the first or second start as may be, further starting attempt will not be made until
the starting facility is reset.
c) Once the alternator has built up voltage, the alternator circuit breaker shall close connecting
the load to the alternator. The load is now supplied by the alternator.
d) When the main supply is restored and is healthy as sensed by the line voltage monitor
setting, both for under voltage and unbalance, the system shall be monitored by a suitable
timer which can be set between 1 minute to 10 minutes for the load to be transferred
automatically to main supply.
e) The diesel alternator set reverts to standby for next operation as per (a), (b) and (c) above.

1.4.2.6.2 Manual mode:


a) In a manual mode, it shall be feasible to start-up the generator set by the operator on
pressing the start push button.
b) Three attempts starting facility shall be operative for the start-up function.
c) Alternator circuit breakers closing and trip operations shall also be through operator only by
pressing the appropriate button on the panel and closure shall be feasible only after
alternator has built up full voltage. If the load is already on „mains‟, pressure on „close‟
button shall be ineffective.
d) Engine shut down, otherwise due to faults, shall be manual by pressing a stop‟ button.

1.4.2.6.3 Test mode:


a) When under “test” mode, pressing of “test” button shall complete the start up sequence
simulation and start the engine. The simulation will be that of mains failure. Sequence I (a)
and (b) shall be completed.

MD/WZ/06/PUR/ADB/ERP-03
6-82 Section VI. Schedule of Supply

b) Engine shall build up voltage but the set shall not take load by closing of alternator circuit
breaker. When the load is on the mains, monitoring of performance for voltage/frequency etc.
shall be feasible without supply to load.
c) If during test mode, the power supply has failed, the load shall automatically get transferred
to alternator.
d) Bringing the mode selector to auto position shall shut down the set as per sequence I (d)
provided main supply is ON. If the mains supply is not available at that time, the alternator
shall take load as in (c) above.

1.4.2.7 Engine shut down and alternator protection equipments:


Following shut down and protection system shall be integrated in the control panel.

a) Engine:
(i). Low lubricating oil pressure shut down. This shall be inoperative during start up and
acceleration period.
(ii). High coolant (water temperature shut down.
(iii). Engine over speed shut down.

b) Alternator Protection: Following protection arrangement shall be made:


(i). Over load
(ii). Short circuit
(iii). Earth fault
(iv). Over voltage

1.4.2.8 Monitoring and metering facilities:


a) Necessary energy analyzer unit for visual monitoring of mains, alternator and load
voltage, current, frequency, KWH, power factor, etc.
b) A set of visual monitoring lamp indication for:
(i).Load on set
(ii).Load on mains
(iii).Set on test (Alternator on operation duty, Alternator on standby duty).
(iv).Set of lamp for engine shut down for over speed, low lub. Oil pressure and high
coolant water temperature; overload trip of alternator, earth fault trip of alternator,
engine lock out and failure to start etc. All these indications shall have an audio and
visual alarm. When operator accepts the alarm, the hooter will be silenced and the
fault indication will become steady until reset by operating a reset button.

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-83

1.4.2.9 Operating devices:


A set of operation devices shall be incorporated in the front of panel as under:
Master Engine Control Switch: This shall cut off in „OFF‟ position DC control to the entire panel,
thus preventing start-up of engine due to any cause. However, battery charger and lamp test
button for testing the healthiness of indication lamps, DC volt mater/ammeter etc. shall be
operative. It shall be feasible to lock the switch in OFF position for maintenance and shut down
purposes.
a) Operation selector switch OFF/AUTO/MANUAL/TEST position.
b) Energy analyzer unit for display of various electrical parameters like voltage, current,
frequency, KW, power factor, etc.
c) A set of push button, as specified.
d) Relays, contactor, timers, circuit breakers, as required.
e) Necessary battery charger with boost/trickle selector, DC voltmeter and DC ammeter.

1.4.2.10 Compatibility with ‘Building Management System’ (BMS):


PLC compatibility and required nos. of Input/Output terminals points should be provided in the
AMF control panel.

1.4.3 Battery/Electrical System


1.4.3.1 Batteries supplied with Genset are generally dry and uncharged. First charging of
uncharged batteries is very important and should be done from authorized battery charging
centre. Initial charging should be done for 72-80 hours.

1.4.3.2 Batteries should be placed on stands and relatively at cool place.

1.4.3.3 Battery capacity and copper cable sizes for various engine capacities should be as
indicated in the table below. Cable sizes shown are for maximum length of 2m. If length is more,
cable size should be selected in such a way that voltage drop does not exceed 2V.

DG Set Capacity Battery Capacity (AH) Cable Size (Material: Electrical System
Copper) Sq.mm (Volts)
600 KVA 360 70 24

1.4.3.4 Note that 1.5 Sq.mm copper wire should be used for wiring between junction box and
Control Panel.

1.4.4 Cabling
1.4.4.1 Power cabling between alternator and control panel and control panel and change

MD/WZ/06/PUR/ADB/ERP-03
6-84 Section VI. Schedule of Supply

over switch to mains should be done with recommended cable sizes.

1.4.4.2 Typical cable sizes for 415 V applications are provided in Appendix-VI.

1.4.4.3 Overheating due to loose thimbling/undersize cables causes most of electrical failures
and hence correct size of cable and thimbles should always be used, if cable is specified.

1.4.4.4 While terminating cables, avoid any tension on the bolts/busbars (if cable is specified
While terminating R, Y & B phase notations should be maintained in the alternator and control
panel for easy maintenance

1.4.4.5 Crimped cables should be connected to alternator and control panel through cable
glands, if cable is specified.

1.4.4.6 Multi-core copper cables should be used for inter connecting the engine controls with
the switchgear and other equipments.

1.4.4.7 For AMF application, multicore core 1.5 sq.mm flexible stranded copper cable for
control cabling should be used.

1.4.4.8 It is recommended to support output cables on separate structure on ground so that


weights of cables should not fall on alternator/base rail.

1.4.4.9 External wiring, when provided for remote voltage/excitation monitoring/droop CT etc.
shall be screened sheathed type. Maximum length of such wiring shall not exceed 5 meters.

1.4.4.10 Alternator Termination Links

1.4.4.10.1 For proper terminations between links and switchgear terminals, the contact area must
be adequate. The following situations should also be avoided as they lead to creation of heat
sources at the point of termination:
(i). Point contact arising out of improper position of links with switchgear terminals.
(ii). Gaps between busbars/links and terminals being remedied by connecting bolt/stud. In
such cases the bolt will carry the load current. Normally these bolts/studs are made of
MS and hence are not designed to carry currents.

1.4.4.10.2 Adequate clearance between busbars/links at terminals should be maintained


(IS:4232 may be referred to for guidelines).

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-85

1.4.4.10.3 Improper termination will lead to local heat generation which may lead to failure.

1.5 Foundation
Scope: This section covers details of foundations for DG set with acoustic enclosures.

1.5.1 Genset with acoustic enclosure:


A PCC foundation (1:2:4-M-20 grade) of approximate depth of 400 mm is required so as to
provide levelled surface for placement of the acoustic enclosure. About 250 mm foundation height
should be above ground level. The length and breadth of foundation should be at least250 mm
more than the size of the enclosure. Genset should be mounted on AVM‟s inside the enclosure.

1.6 Acoustic Enclosure


Scope: This section covers technical requirements of the acoustic enclosures.

1.6.1 As per Central Pollution Control Board norms, restriction has been imposed for new
DG set for noise level. Therefore, in terms of these norms, acoustic enclosure should be type
tested at the climatic conditions specified in pars 1.1.3 through one of the authorized laboratory.

1.6.2 Installation
1.6.2.1 Acoustic enclosures are supplied with built in Anti Vibration Mounting(AVMs). As such
Genset can be installed directly on the levelled surface.

1.6.2.2 Exhaust piping outlet should not be turned towards window/ventilator of home or
occupied building. Provision of rain cap should be ensured.

1.6.2.3 The acoustic enclosure placement should be such that there is no restriction in front of
air inlet and outlet from canopy.

1.6.3 Service Accessibility


1.6.3.1 Genset/Engine control panel should be visible from outside the enclosure.

1.6.3.2 Routine/periodical check on engine/alternator (filter replacement and tappet setting


etc.) should be possible without dismantling acoustic enclosure.

1.6.3.3 For major repairs/overhaul, it may be required to dismantle the acoustic enclosure.

MD/WZ/06/PUR/ADB/ERP-03
6-86 Section VI. Schedule of Supply

1.6.3.4 Sufficient space should be available around the Genset for inspection and service.

1.6.4 General Design Guidelines


1.6.4.1 To avoid re-circulation of hot air, durable sealing between radiator and canopy is must.

1.6.4.2 Ventilation fans are must for the Gensets cooled by heat-exchanger/cooling tower
system.

1.6.4.3 Exhaust piping inside the enclosure must be lagged (except bellow).

1.6.4.4 Temperature rise inside the enclosure should not be more than 5°C for maximum
ambient above 40°C and it should be below 10°C for ambient below 40°C

1.6.4.5 There should be provision for oil, coolant drain and fill. Fuel tank should have
provision for cleaning.

1.6.5 Specifications for Acoustic Enclosure


1.6.5.1 The acoustic enclosure shall be designed and manufactured confirming to relevant
standards suitable for outdoor installation exposed to weather conditions, and to limit overall
noise level to 75 dB (A) at a distance of 1 mtr. From the enclosure as per Central Pollution
Control Board norms under free field conditions.

1.6.5.2 The construction should be such that it prevents entry of rain water splashing into the
enclosure and allows free & quick flow of rain water to the ground in the event of heavy rain. The
detailed construction shall confirm to the details as under:

1.6.5.3 The enclosure shall be fabricated out of the CRCA sheet of thickness not less than 72
1.6 mm on the outside cover with inside cover having not less than 0.6 mm thick perforated
powder coated CRCA sheet.

1.6.5.4 The hinged doors shall be made form not less than 16 SWG (1.6 mm) thick CRCA
sheet and will be made air tight with neoprene rubber gasket and heavy duty locks.

1.6.5.5 All sheet metal parts should be processed through 7-tank process.

1.6.5.6 The enclosure should be powder coated.

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-87

1.6.5.7 The enclosure should accommodate the daily service fuel tank of the D.G. Set to
make the system compact. There should be provision of fuel gauge, which should show the level
of the fuel even when the DG Set is not running. The gauge should be calibrated. The fuel tank
should be filled from the outside as in automobiles and should be with a lockable cap.

1.6.5.8 The batteries should be accommodated in the enclosure in battery rack.

1.6.5.9 The canopy should be provided with high enclosure temperature safety device.

1.6.5.10 The acoustic lining should be made up of high quality insulation material i.e.
glass/mineral wool of minimum 100mm thickness for 600KVA capacity 75Kg/cubic metered to
100Kg/cubic meter for sound absorption as per standard design of manufacture’s to reduce the
sound absorption as per norms. The insulation material shall be covered with fine glass fibre cloth
and would be supported by performed M.S. Sheet duly powder coated.

1.6.5.11 The enclosure shall be provided with suitable size and No. of hinged type doors along
the length of the enclosure on each side for easy access inside the acoustic enclosure for
inspection, operation and maintenance purpose. Sufficient space will be provided inside the
enclosure on all sides of the D.G. set for inspection, easy maintenance and repairs.

1.6.5.12 The canopy should be as compact as possible with goods aesthetic look.

1.6.5.13 The complete enclosure shall be modular construction.

1.6.5.14 The forced ventilation shall be as per manufacturer design using either engine radiator
fan or additional blower fan(s). If the acoustic enclosure is to be provided with forced ventilation
then suitable size of axial flow fan (with motor and auto-start arrangement) and suitable size axial
flow exhaust fan to take the hot air from the enclosure complete with necessary motors and auto
start arrangement should be provided. The forced ventilation arrangement should be provided
with auto stop arrangement to stop after 5 minutes of the stopping of D.G. set.

1.6.5.15 The acoustic enclosure should be suitable for cable connection/connection through
bus-trunking. Such arrangements on acoustic enclosure should be water proof and dust-proof
conforming to IP-65 protection.

Detail Specification Of Auxiliary Equipments Enable


Earthing – 4 sets
a) Each Neutral of DG shall be solidly earthed to 2 different earth pits through copper plate of size
600mm x 600mm x 3mm & Via Neutral Contactor. Control scheme shall be provided to ensure that

MD/WZ/06/PUR/ADB/ERP-03
6-88 Section VI. Schedule of Supply

one neutral only of one generator in the group shall be connected to the earth to avoid problem during
synchronizing. Also when generator neutral is connected to earth supply transformer earth should be
disconnected and vice-versa.
b) on equipment on the skid shall be bonded to the base frame of the skid and the skid shall be
connected to the grid earthing by 2 independent parts with copper strips in accordance with IS: 3043.
c) Similarly day tank, panel, battery rack, Electrical panels shall also be grounded by 2no. GI strips.
d) Terminations at equipment shall have flexibility for movement of equipment.
e) Earth Pit: As per detailed in Schedule of quantities.
f) Earth Electrodes in Earth Pits:
g) Earth Bus and Earth Continuity Conductor as required
h) Artificial Treatment of Soil If the earth resistance is too high and the multiple electrode Earthing does
not give adequate low resistance to earth, then the soil resistivity immediately surrounding the earth
electrodes shall be reduced by adding sodium chloride, calcium chloride, sodium carbonate, copper
sulphate, salt and soft coke or charcoal in suitable proportions.
i) Entire earth system shall confirm to the Code of Practice as per IS 3043
j) The resistance of Earthing Grid shall not exceed 1.0 ohm.
k) Each body of the DG / Electrical panels shall be connected to minimum 2 nos of earth pits

Drawings & Documentation with offer:


a) Vendor to submit 2 sets of outline dimensions, panel dimensions etc
b) GA Drawing of DG with static & dynamic Loading
c) Drawing of control panel
d) Material List
e) Confirmation of technical details and parameters as per annexure duly filled, stamped and signed.
f) Technical Catalogues

After receipt of order:


a) Outline dimensional drawings with general arrangement.
b) Piping flow sheets and piping layout.
c) Electrical wiring and schematic diagram along with cable schedule and general arrangement drawing
for control panel.
d) Foundation drawings with Static and Dynamic Loads.
e) Fuel oil system with instrumentation and control with write-up.
f) Lub. oil system with instrumentation and control with write-up.
g) Jacket water scheme with instrumentation and control with write-up.
h) Governor system and voltage regulator write-up.

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-89

i) D.G. Set instrumentation and control system with write-up.


j) Gland plate detail drawings
k) Sectional Views
l) Control Schematics
m) Wiring Diagrams
n) Fuel piping diagram along with storage tank.
o) Cooling system details along with equipment layout &PID.
p) Exhaust piping including Chimney & connection details.

Prior to Commissioning
(i). Final copies of (a) to (p) above
(ii). Operational & Maintenance Manual ( O&M )
(iii). Certified test reports

For Record
All above documents duly amended to incorporate all modifications, settings etc., carried out at Site
during the Commissioning, Test Reports of Commissioning Tests. And other notes and important
observations.

O&M Manual
The manual shall contain the following (but not limited to) information/data
a) Description of the Equipment’s Key Features and Operational Logic
b) Operational Instructions and Safe – Guards
c) Details of Maintenance with Time – Schedules
d) Fault Diagnostic and Rectification Chart
e) Parts List with Cat. Nos. for Ordering Spares
f) Contact Details of Agency of nearest Dealer.
g) Set of reduced size Final Drawings with settings.
h) Copy of Type, Factory and Commissioning Test Reports.
i) Copy of Technical Catalogues.
j) Special Notes and Instructions.

Testing
Test certificates including test records and Performance curves etc, shall be furnished by the supplier.

MD/WZ/06/PUR/ADB/ERP-03
6-90 Section VI. Schedule of Supply

Following minimum tests shall be carried out on the generators for all DG sets as per IS 4722.
1) Measurement of cold resistance.
2) Remnant voltage measuring
3) Voltage balance.
4) Rotating field control
5) Load characteristic of P.F = 0.8
6) Vibration
7) Excitation system Fuel efficiency with respect to power generation.
8) AVR
a. Adjustment of voltage regulator
b. Under speed protection adjustment
9) Short-time overload with P.F. = 1 or SC.
10) Winding test
11) Over speed test at 120% rated speed
12) High voltage test
13) Measurement of insulation resistance
14) Adjustment of additional units for voltage regulators

Type Test
The report on type test conducted for generator not more than 5 Years old as per IS 4722 shall be
submitted before dispatch of DG set.

Alternator
a) Open Circuit characteristic test.
b) Short Circuit characteristic test.
c) Temperature rise test.

DG Set
a) Over load test
b) Over speed test
c) Vibration measurement test

The Vendor shall submit authenticated test certificate for the type test carried out by manufacturer and if
required the purchaser / purchaser’s consultant can insist for a type test to be carried out on the
Generator in the presence of purchaser / purchaser’s consultant.

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-91

FINAL CHECK
After installation at site the following checks and tests shall be conducted

DG Set
a) Checking of piping interconnections.
b) Checking electrical interconnections.
c) Checking of insulation resistance.
d) Checking of Earthing.
e) Checking of instruments and controls.
f) Checking of alignment.
g) Checking of vibration transmission to building a structure.
h) Checking of expansion joints.
i) Pressure testing of piping.

Site Tests
The following tests shall be carried out after installation at the site:
 Load Test - 50 % load 15 minutes
 100 % load ,15 minute
 110 % load 15 minutes (as required)

All Necessary resistive loads shall be provided by the vendor at his own expenses
 Functional testing of all alarm devices
 Checking of the starting time and time up to taking over the full load.
 Testing of noise level at 1 M and 6 M distances.
 Load rejection test
 Exhaust System Test
a) Checking of silencer operation
b) Checking of surface temperature of exhaust piping
c) Checking of emission as per PCB norms

Free Maintenance and Defects Liability Period


Following are the works which shall be carried out during the free maintenance period.
 Emergency call back service.

MD/WZ/06/PUR/ADB/ERP-03
6-92 Section VI. Schedule of Supply

 Inspect, clean, oil and grease where necessary.


 Adjustment of machinery.
 Replacement of any defective part.

Completion Certificate and Guarantee


After the complete testing the Vendor shall furnish the certificate confirming that the installation has been
fully completed and as is in conformity with the technical specification BOQ and all requirements of local
Authorities and Statutory Bodies. Vendor shall guarantee that the equipment shall satisfy the
requirements of its intended use and be free from latent defects. Vendor shall repair and replace any
equipment, which proves to be defective within 1(One) Year Warranty and 3(Three) Year AMC from the
date of commissioning and handing over the installation, Purchase may extend additional 3(Three) Year
AMC after completion of first 3(Three) Year AMC. If any defect is noticed during the guarantee/AMC
period it shall be rectified / replaced at no extra cost.

Detailed Technical Specifications as per Annexure-I.

3.3.5. Electrical works, Electrical panels, and Earthing

General Information
Ambient air temperature shall be taken as 50 deg. C, altitude less than 1000m from MSL and relative
humidity 95% for the purpose of designing of electrical equipment.

This specification shall be read and constructed in conjunction with the drawings and annexure to
determine the scope of work.

 All equipment shall be capable of continuous operation satisfactorily under the following conditions:
o voltage variation: +- 10%
o frequency variation: +- 0.5%
o combined voltage & frequency variation: + 10%
 Nominal system supply available shall be as follows:
o Incoming: 11 kV, 3 Ph., 50 Hz, with fault level of 350 MVA, Insulation level of 28 kV/75 kVp.
o Utilization: 415V, 3 Ph., 4 wire, 50 Hz with fault level of 20 kA.

Codes and Standards


All equipment and materials specified herein or not, shall be designed, manufactured and tested with the
latest applicable standards & bureau of Indian standards.

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-93

All electrical equipment shall also conform to the latest electricity rules as regards safety and other
essential provisions.

All electrical installation work shall comply with the requirements of the following Act / rules / codes as
amended up-to date:
1. Indian electricity act.
2. Indian electricity rules.
3. National electric code published by BIS.
4. All relevant BIS codes of practice.
5. Regulations published by tariff advisory committee.

System Description
Power distribution shall be designed as per the enclosed single line diagram.

Design Criteria

General
a) The equipment shall be used in medium voltage system having characteristics as listed in this
specification.
b) Energy Meters shall have RS 485 port for data logging. All MCCBs/MCBs shall have auxiliary
contacts to generate digital ON and OFF signal.
c) The equipment shall be installed in a hot, dusty, humid and tropical atmosphere.
d) There shall be no radio interference when the equipments are operated at maximum service voltage.
e) The maximum temperature in any part of the equipment at specified rating shall not exceed the
permissible limits as stipulated in the relevant standards.
f) The equipment shall be capable of withstanding the dynamic and thermal stresses of listed short
circuit current without any damage or deterioration.
g) All equipment, accessories and wiring shall have tropical protection, involving special treatment of
metal and insulation against fungus, insects and corrosion.
h) The safety clearances of all live parts of the equipment shall be as per relevant standards.
i) All equipment/components of identical rating shall be physically and electrically interchangeable.
j) All outdoor equipment shall be suitable to mount on steel structure connectors shall be bimetallic
conductor.
k) Wherever single core cables are terminated in any equipment, gland plate shall be of aluminium (3-4
mm thick).
l) There shall be no straight through joints in power & control cables.

MD/WZ/06/PUR/ADB/ERP-03
6-94 Section VI. Schedule of Supply

m) All cable terminations shall be with double compression cable gland with armour holding system.
n) The lighting fixture shall have loop in & loop out facility.
o) All the power & control cable shall be laid in proper dressed up fashion without overlapping of cables
on trays (wherever required). Power and control cables should not be laid in one tray. Minimum gap
between two trays in vertical layer should be 250 mm and horizontal gap of 600 mm (minimum).
p) Space between power and data cabling should be as per standards and there should not be any
crisscross wiring of the two in order to avoid any interference or corruption of data.

Installation, Testing and Commissioning of Electrical Equipments, Cabling, Grounding &


Illumination System
Scope: The contractor shall be fully and finally responsible for proper erection, safe and satisfactory
operation of plant & equipment under his scope of work to the entire satisfaction of the Consultant /
Engineer Incharge of purchaser.

The work shall be executed in accordance with the directions, instructions, drawings and specifications
which shall be supplied to the Contractor by the Consultant / Engineer Incharge of purchaser from time to
time.

If, in the opinion of the contractor, any work is insufficiently specified or require modification, the
contractor shall refer the same in writing to the Consultant / Engineer Incharge of purchaser and obtain
instruction/approval before proceeding with the work.

If the contractor fails to refer such instances, any excuse for the faulty erection, poor workmanship or
delay in completion shall not be entertained.

Equipment and material which are wrongly installed shall be removed and re-installed to comply with the
design requirement at the contractor’s expense, to the satisfaction of the Consultant / Engineer Incharge
of purchaser.

Supervision
The Consultant / Engineer Incharge of purchaser shall have the overall responsibility for coordination of
contractor’s work and their direction shall be final.

Such direction and supervision however shall not relieve the contractor of his responsibility of correctness
and quality of workmanship and of other obligation under the contract.

Drawings
Drawings and schedules enclosed with this specification are for general guidance of the supplier to

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-95

assess the type and volume of work involved.

These drawings & schedules will be revised to suit the actual requirement in related systems. Additional
drawings & schedules will also be furnished to contractor if/when necessary. Final drawings & schedules
will be furnished to the contractor from time to time as detailed designs are developed.

Such revisions, corrections, additions to drawings & schedules shall not be considered to change the
scope of work.

The contractor shall mark in red on one (1) set of drawings all deviations/alterations, not shown on
drawings but carried out at field. After completion of work, the contractor shall furnish a set of marked-up
prints of “As Built” drawings to the purchaser.

Methods and Workmanship


All work shall be installed in a first class, neat workmanlike manner by mechanics/electricians skilled in
the trade involved.

The erection work shall be supervised by competent supervisors holding relevant supervisory license
from the Government.

All details on installation shall be electrically and mechanically correct.

The installation shall be carried out in such a manner as to preserve access to other equipment installed.

Protection of Work
The contractor shall effectively protect his work, equipment and materials under his custody from theft,
damage or tampering.

Finished work, where required, shall be suitably covered to keep it clean and free from defacement or
injury.

For protection of his work, contractor shall provide fencing and lighting arrangement, connect up space
heaters and provide heating arrangement as necessary or directed by the Engineer.

Contractor shall be held responsible for any loss or damage to equipment and material issued to him until
the same is taken over by the Purchaser according to contract.

MD/WZ/06/PUR/ADB/ERP-03
6-96 Section VI. Schedule of Supply

Safety Measures
All safety rules and codes as applicable to work shall be followed without exception.

All safety appliance and protective devices including safety belts, hand gloves, aprons, helmets, shields,
goggles, etc. shall be provided by the contractor for his personnel.

The contractor shall provide guards and prominently display caution notices if access to any
equipment/area is considered unsafe and hazardous.

Cooperation
The contractor shall, at all times, work in close coordination with the purchaser’s Supervising personnel
and afford them every facility to become familiar with erection and maintenance of the equipment.

The contractor shall arrange his schedule of work and the method of operation to Minimize inconvenience
to other contractors working on the project.

In case of any difference between contractors, the decision of the purchaser shall be final and binding on
all parties concerned.

Erection Program and Progress


The contractor shall submit at such times and in such forms as may be requested by the Consultant /
Engineer Incharge of purchaser, schedule showing the program and the order inwhich the contractor
proposes to carry out the work with dates and estimated completion time for various parts of the work.

 Such schedules shall be approved by the Consultant / Engineer Incharge of purchaser prior to
starting the erection. The contractor shall adhere to this approved program for all practical purposes.
If, for any reason, the work is held up, the contractor shall bring it to the attention of the Consultant /
Engineer Incharge of purchaser in writing without any delay.

 During the progress of work, the contractor shall submit fortnightly progress report and such other
reports on erection work as the Consultant / Engineer Incharge of purchaser may direct.

 If, in the opinion of the Consultant / Engineer Incharge of purchaser, the progress of erection work by
the contractor at any stage needs expediting so as to ensure completion of work within the stipulated
time, the purchaser shall have the right to instruct the contractor to increase contractor’s man-power
in appropriate categories and/or the working hours per day and/or erection tools & tackles and the
contractor shall comply with such instruction forthwith.

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-97

Consumables and Hardware


The contractor shall furnish all erection materials, hardware and consumables required for the completed
installation.

The materials shall include but not limited to the following:


a) Consumables: Welding rods & gas, oil & grease, cleaning fluids, paints, electrical tape, soldering
materials etc.
b) Hardware: Bolts, nuts, washers, screws, brackets, supports, clamps, hangers, saddles, cleats, sills,
shims, etc.
c) Materials: Junction boxes, terminal blocks, connectors, ferrules, lugs, brass glands, rigid/flexible
conduits, cables, ground wires, etc.

Supply of cement, sand, stones, etc. required for the execution of the contract shall be the responsibility
of the contractor.

Erection Tools & Tackles


The contractor shall provide all tools, tackles, implements, mobile equipment, such as crane, trailors,
scarf folding, ladders, etc. which are required for transportation, handling and erection of the equipment
and materials.

Special erection tools, if any, furnished by the manufacturer along with the equipment may be used by the
contractor. Such tools shall be returned in good conditions to the Purchaser on completion of work.

Purchaser’s tools & equipment, if and when available, may be hired by the contractor by his own payment
of charges.

Testing Equipment
The testing equipment that is required for testing is to be provided by the contractor, during the testing of
the installed equipments at Data Centre. Few are listed below:
a) Power operated meggar of 10,000V and 1000V grade for insulation testing.
b) Hand operated meggar of 1,000V grade for insulation testing.
c) Hand driven earth resistance meggar of range 0-1/3/30 ohms.
d) Tong testers of suitable ranges.

Installation - General
Installation work shall be carried out in accordance with good engineering practices and also
manufacturer’s instructions/recommendations where the same are available.

MD/WZ/06/PUR/ADB/ERP-03
6-98 Section VI. Schedule of Supply

Equipment shall be installed in a neat workmanlike manner so that it is leveled, plumbed, squared and
properly aligned and oriented.

The equipment will be furnished in a dis-assembled condition as received at site. The contractor shall
assemble all these parts, mount and wire-up loose equipment, fittings and accessories and complete with
all connections.

Equipment will generally be supplied with necessary floor/support steel, holding down bolts, nuts,
anchors, etc., Contractor shall furnish and install all bolts, nuts, screws and anchors as required to
complete the installation.

Any internal wiring of the equipment which has been left incomplete because of shipping split or which
requires minor modifications shall be carried out by the contractor.

All erection work shall be carried out in strict compliance with manufacturer’s instructions and shall
include all necessary adjustments, checks and measurements.

The contractor shall record results of all erection tests and measurements. The contractor shall submit
copies of those test results to the purchaser for their reference and record.

Switchgear, Control Panels, PMCCs, Distribution Boards


a) Switchgear, Control Panels, Power and Motor Control Centres, Distribution boards, etc. will be split
up in sections for ease of transportation and handling. All breakers, bus bars, relays, meters and
control switches will be supplied loose to be mounted and connected at site as per the relevant
drawings which shall be supplied to the contractor for necessary mounting, wiring and connection
work at site.
b) All alignment, levelling, grouting, anchoring, tack welding, adjustments and oil conditioning shall be
carried out in accordance with manufacturer’s instructions and/or as directed by the Consultant /
Engineer Incharge of purchaser.
c) All connections in the Switchgears, Control Boards, Distribution boards, etc. shall be completed,
checked and adjusted to ensure safety and satisfactory operation of the equipment.
d) In some cases, some modifications may have to be carried out at site in the wiring of a equipment to
meet the requirements of the desired control scheme and the contractor shall have to do same at no
extra cost.

Miscellaneous items and Local Panels


a) The contractor shall install miscellaneous local panels as listed in schedules.
b) These equipment/panels will be generally wall or column mounted excepting a few which may be

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-99

floor mounted. The exact locations will be as decided by the Consultant / Engineer Incharge of
purchaser at site and as shown in the final drawings.
c) All support or brackets needed for installation shall be fabricated by the contractor at site.
d) All welding, cutting, chipping and grouting as and when necessary shall be carried out by the
contractor at no extra cost.
e) Cable installation work shall mean erection of cable trays/racks, supports, hangers, junction boxes,
conduits, laying of cables either in ground or on trays inside trenches tunnels/overhead trays in
conduits etc. dressing and clamping, jointing and termination inclusive of supply of necessary
jointing/termination kits, lugs, glands, ferrules, tapes, etc. and other accessories, grounding of cable
armor. In case of direct laying in ground, all excavation work, necessary back-filling, supply of bricks
and protective concrete slabs, removal of excess earth shall be part of the installation work.
f) Grounding installation work shall mean erection, jointing/brazing/welding, connection and painting,
testing of ground conductors excluding supply of necessary steel/copper.

Cable Trays
Pre-fabricated cable trays and accessories shall be assembled & erected at site as per instructions of
manufacturer. Alternatively, the contractor shall fabricate & install all cable trays, racks, risers, shafts &
supports.

Cable trays either inside concrete trenches or inside buildings and racks inside cable shafts shall be
aligned and levelled properly. All tray runs shall be installed parallel to the trench/building walls and floors
except otherwise noted in the drawings.

The contractor shall have to secure rack/tray supports by welding to inserts or other available building
steel surfaces. Outdoor trays shall be installed by welding on the steel/concrete structures with inserts by
the contractor.

In case of non-availability of embedded steel inserts in certain tray routes, the contractor shall have to
secure the supports on wall/floor/ceiling surfaces by suitable anchoring system having adequate load
bearing capability.

As far as practicable, cable trays shall be supported from one side only in order to facilitate installation
and maintenance of cables from the other side.

The cable trays shall be supported in general at a span of 1.5 meters horizontally and at a distance of 1.0
meter vertically.

Sufficient spacing not less than 250 mm shall be provided between trays and maintained to permit
adequate access for installing and maintaining the cables.

MD/WZ/06/PUR/ADB/ERP-03
6-100 Section VI. Schedule of Supply

Cable and Conduits


The contractor shall install, terminate and connect up all cable and conduits as per drawings and cable
schedules.

The drawings shall be strictly followed except where obvious interference occurs. In such cases, the
routing shall be changed as directed and/or approved by the Consultant / Engineer Incharge of
purchaser.

Approximate lengths of cable and conduit runs will be given in the cable schedule for guidance only.
Before commencement of work, the contractor shall take actual measurements and prepare his own
cable cutting schedule to reduce wastage to a minimum.

During the erection period, the contractor shall furnish a fortnightly report on cable position in an
approved Performa so as to keep the purchaser apprised of the position and to enable him to initiate any
procurement action in time.

The contractor shall also maintain and submit when requested, a record of cable insulation value when
drawn from store, after laying, before and after termination/jointing.

Conduit and Accessories


Conduit/pipes shall be used only in short lengths in certain areas where required and/or as directed by
the Consultant / Engineer Incharge of purchaser.

The contractor shall furnish all conduits complete with accessories as required.

Conduits shall be flexible type in general. However, rigid type steel conduit, if required, shall also be
supplied by the contractor.

Except for inside, an enclosure wherever the cable enters or leaves the conduit, the conduit end shall be
sealed by suitable sealing compound having fire withstand capability.

Cables: Storage and Handling


Cable drums shall be stored on hard and well drained surface so that they may not sink. In no case shall
the drum be stored on the flat, i.e. with flange horizontal.

Rolling of drums shall be avoided as far as practicable for short distance; the drums may be rolled
provided they are rolled slowly and in proper direction as marked on the drum.

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-101

In absence of any indication, the drums may be rolled in the same direction as it was rolled during taking
up the cable.

For unreeling the cable, the drum shall be mounted on jacks or on cable wheel. The spindle shall be
strong enough to carry the weight without bending.

The drum shall be rolled on the spindle slowly so that the cable should come out over the drum and not
below the drum.

While laying cable, cable rollers shall be used at an interval of 2000 mm. The cables shall be pushed over
the roller by a gang of people positioned in between rollers over a suitable distance.

Cable shall not be pulled from the end without having intermediate pushing arrangement. Bending radius
of the cable during installation shall not be less than what is specified by the manufacturer.

Cable Laying
Cable shall generally be installed in ladder type site fabricated/pre-fabricated trays except for some short
run in rigid/flexible conduit for protection or crossings.

Cables laid on trays and risers shall be neatly dressed and clamped at an interval of 1500 mm and 900
mm for horizontal and vertical cable runs.

Clamps for multi-core cables shall be fabricated out of 25 x 3 mm Aluminium flats. All power cables shall
be clamped individually and control cables shall be clamped in groups of three or four cables.

Prior to laying of cables inside both indoor and outdoor trenches, the contractor shall properly clean inside
those trenches.

In outdoor areas, buried cables shall be laid and covered with sand/riddled earth and protected from
damage by bricks at sides and precast slab at top.

When buried cables cross road, additional protection shall be provided in the form of hume / galvanised
iron pipes.

In order to prevent fire protection through cable penetrations of wall/floor/ceiling as well as through cable
shaft openings, after laying, dressing & clamping of cables, all the openings shall be properly sealed by
using pieces of mineral wool butted to one another and spraying with anti-fire propagation liquid such as

MD/WZ/06/PUR/ADB/ERP-03
6-102 Section VI. Schedule of Supply

‘Flammastik’ or equivalent. Also the cable runs both before and after the fire seals shall be suitably
sprayed with anti-fire propagation liquid at least for 1M length.

After completion of installation and prior to connection, all power cables shall be subjected to a high
potential test.

Cable Tags & Markers


Each cable and conduit run shall be tagged with numbers that appear in the cable and conduit schedules.
Cables and conduits shall be tagged at their entrance, every 30.0M and exit from any equipment, junction
box.

The tags shall be of Aluminium with the number punched on it and securely attached to the cable by not
less than two turns of nylon 6 cable ties.

The location of cable joints, if any, shall be clearly indicated with cable marker with an additional
inscription ‘cable-joint’.

The contractor shall furnish and install all tags and markers stated above.

For buried cable, the marker shall project 150 mm above ground and shall be spaced at an interval of 30
meters and at every change of direction.

Cable Termination and Connection


The termination and connection of cables shall be done strictly in accordance with manufacturer’s
instruction, drawings and/or as directed by the Consultant / Engineer Incharge.

The work shall include all clamping, fitting, fixing, cable jointing, crimping, shorting and grounding etc. as
required for heat/cold shrinking technology for the complete job. All equipment required for all such
operations shall be of contractor’s procurement under this specification.

Furnishing of all consumable materials, such as soldering material, electrical tape, sealing material as
well as cable jointing kits shall be included in the offer.

The equipment will be generally provided with blank bottom plates for cable/conduit entry and cable end
box for power cables.

The contractor shall perform all drilling, cutting on the blank plate and any minor modification work
required to complete the job.

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-103

If the cable end box or terminal enclosure provided on the equipment is found unsuitable and requires
major modification, the same shall be carried out by the contractor at the discretion of Consultant /
Engineer Incharge.

Control cable cores entering Control Panel/Switchgear/PMCC etc. shall be neatly bunched and served
with PVC perforated tape to keep it in position at the terminal block.

The contractor shall put ferrules on all control cable cores in all junction boxes and at all terminations.
The ferrules shall carry terminal numbers with cross reference as per drawings. All ferrules shall be
colored, plastic and interlocked type.

Spare cores shall be similarly ferruled, crimped with lug and taped on the ends. Spare cores shall be
ferruled with individual cable number.
Termination and connection shall be carried out in such a manner as to avoid strain on the terminals.

All cable entry points shall be properly sealed and made vermin and dust-proof. Unusual opening, if any,
shall be effectively closed. Sealing work shall be carried out with approved sealing compound having fire
withstand capability for at least three hours.

Cable Joints
Cable shall be installed without joints as far as practicable.

If, however, jointing becomes necessary, it shall be made only by qualified cable jointer and strictly in
accordance with manufacturer’s recommendation.

Illumination System

Lighting Fixtures
 Fixtures shall be mounted on false ceiling grid with suitable chain and clamps. No cutting or
drilling of false ceiling structures is permitted.

 The fixtures after erection shall be marked up indelibly with corresponding circuit number for easy
identification of lamp circuit.

Conduit System
 In case of unarmored cable, all conduits shall originate from the respective lighting panel and

MD/WZ/06/PUR/ADB/ERP-03
6-104 Section VI. Schedule of Supply

terminate in lighting fixtures, receptacles, etc.

 Exposed conduits shall be run in straight lines parallel to building columns, beams and walls as
far as practicable. Unnecessary bends and crossings shall be avoided to present a neat
appearance.

 Conduit supports shall be provided at an interval of 750 mm for horizontal runs and 1000 mm for
vertical runs.

 Conduits shall be clamped on to approved type spacer plates or brackets by saddles or U-bolts.
The spacer plates or brackets, in turn, shall be fixed to the building steel by welding and to
concrete or brick work by grouting as shown on drawings.

 Wooden plug inserted in the masonry or concrete for conduit support is not acceptable.

 Embedded conduits shall be securely fixed in position to preclude any movement. In fixing
embedded conduit, if welding or brazing is used, extreme care should be taken to avoid any injury
to the inner surface of the conduit.

 Spacing of embedded conduits shall be such as to permit flow of concrete between them and in
no case shall be less than 38 mm.

 Where conduits are run on cable trays provided by Purchaser, they shall be clamped to
supporting steel at an interval of 600 mm.

 For directly embedding in soil, the conduits shall be coated with an asphalt - base compound.
Concrete pier or anchor shall be provided where necessary to support the conduit rigidly and to
hold it in place.

 Conduits shall be installed in such a way as to ensure against trouble from trapped condensation.

 Running threads shall be avoided as far as practicable. Where it is unavoidable, check nuts shall
be used.

 Conduits shall be kept, wherever possible, at least 300 mm away from hot pipes, heating device,
etc. when it is evident that such proximity may impair the service life of cables.

 Slip joints shall be provided when conduits cross structural expansion joints or where long runs of

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-105

exposed conduits are installed, so that temperature change will cause no distortion due to
expansion or contraction of conduit run.

 For long run, junction/pull boxes shall be provided at suitable intervals to facilitate wiring.

 Conduits shall be securely fastened to junction box or cabinets each with a locknut and insulated
bushing inside the box and locknut outside.

 Conduit lengths shall be joined by screwed couplers. Couplers shall be clearly cut.

 Conduit joints and connections shall be made thoroughly water-tight and rust-proof by application
of a thread compound which will not insulate the joints.

 White lead is suitable for application on embedded conduit and red lead for exposed conduit.

 The battery room installation shall be made with acid fume-proof conduits.

 Field bends shall have a minimum radius of four (4) times the conduit diameter. All bends shall be
free of kinks, indentations or flattened surfaces. Heat shall not be applied in making any conduit
bend.

 The entire metallic conduit system, whether embedded or exposed shall be electrically
continuous and thoroughly grounded.

 Lighting fixture shall not be suspended directly from junction box in the main conduit run.

 Conduits and fittings shall be properly protected during construction period against mechanical
injury. Conduit ends shall be plugged or capped to prevent entry of foreign material.

 After installation, the conduits shall be thoroughly cleaned by compressed air before pulling in the
wire.

Wiring
 Wiring shall be generally carried out by FRLS wires in conduits. All wires in a conduit shall be
drawn simultaneously. No subsequent drawing is permissible.

 Wire shall not be pulled through more than two equivalent 90° bends in a single conduit run.

MD/WZ/06/PUR/ADB/ERP-03
6-106 Section VI. Schedule of Supply

 Wiring shall be spliced only at junction boxes of with preferred make terminal blocks having anti-
vibration terminals. Maximum two wires can be connected to each way of the terminal block.

 For lighting fixtures, connection shall be teed off through suitable round conduit or junction box,
so that the connection can be attended without taking down the fixture.

 For vertical run of wires in conduit, wires shall be suitably supported by means of wooden/hard
rubber plugs at each pull/junction box.

 Normal and Emergency circuits shall not be run in the same conduit.

 Receptacle sub-circuits shall be kept separate and distinct from lighting and fan sub-circuits.

 Separate neutral wire shall be provided for each circuit. Wiring throughout the installation shall be
such that there is no break in the neutral wire in form of switch or fuse.

Grounding
 The Contractor shall carry out the grounding of all electrical equipment, steel structures, etc.
Excavation and backfilling, if required, shall be performed by the Contractor at no extra cost.

 The grounding shall be done by copper conductors / strips of sizes as laid down in BOM and the
same shall be connected to the risers of main ground mat.

 In case of site fabricated cable tray/ladder, the runner angles shall be used as ground conductors
and shall be made electrically continuous.

 All ground conductor connections shall be made by electric arc welding/brazing unless otherwise
specified. Ground connections shall be made from nearest available station ground grid risers.

 All ground conductors Welded/Brazed connection shall be painted black for prevention of
corrosion.

 Equipment will generally be furnished with two separate ground pads with tapped holes, bolts and
spring washers. If, however, the same are not furnished, Contractor shall drill and tap holes and
provide bolts, spring washer for connection.

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-107

 Equipment ground connections, after being checked and tested by the Consultant / Engineer
Incharge, shall be coated with anti-corrosive paint.

 Whether specifically shown or not, all conduits, trays, cable armour and cable end box, electrical
equipment, such as motors, switch boards, panels, cabinets, junction boxes, lock-out switches,
fittings, fixtures, etc. shall be effectively grounded.

 All equipment, supporting steel structures, panels, boards, switchgears, junction boxes, conduits,
etc. shall be grounded in compliance with the provision of I.E. Rules and as per enclosed
grounding notes and details.

 All ground connections shall be made from nearest available station ground grid. All connections
to ground grid shall be done by arc welding unless otherwise stated.

Cleaning up of Work Site


 The Contractor shall, from time to time, remove all rubbish resulting from execution of his work.
No materials shall be stored or placed on passage or drive ways.

 Upon completion of work, the Contractor shall remove all rubbish, tools, scaffoldings, temporary
structures and surplus materials, etc. to leave the premises clean and fit for use.

Inspection & Testing


 On completion of erection works, the Contractor shall request the Consultant / Engineer Incharge
of purchaser for inspection and tests with minimum two (2) days advance notice.

 The Consultant / Engineer Incharge of purchaser shall arrange for joint inspection of the
installation for completeness and correctness of the work. Any defect pointed out during such
inspection shall be promptly rectified by the Contractor.

 The installation shall be then tested and commissioned in presence of the Consultant / Engineer
Incharge of purchaser and put on trial run for stipulated contract period.

 All rectification, repair or adjustment work found necessary during inspection, testing,
commissioning and trial run shall be carried out by the Contractor without any extra cost.

Commissioning and Trial Run


 Following successful inspection and testing, the equipment shall be commissioned and put on
trial run along with the main plant in a manner mutually agreed upon based on the commissioning

MD/WZ/06/PUR/ADB/ERP-03
6-108 Section VI. Schedule of Supply

schedule of main plant.

 The Contractor should perform commissioning and trial run with men and material as required
and/or as directed by the Consultant / Engineer Incharge of purchaser.

Taking over of Installation


 On successful testing, commissioning and trial run, the Contractor shall request Consultant /
Engineer Incharge in writing for taking over the installation.

 The Consultant / Engineer Incharge, on receipt of the request, shall arrange to take over the
installation either wholly or in part as the case may be after a final inspection.

 Till such taking over, the responsibility of the whole installation against theft or damage of any
kind shall remain with the Contractor.

Guarantee
In the installation, if any trouble arises due to the use of defective or faulty material and/or bad
workmanship within a period of one year of warrantee and three years of AMC from the date of taking
over, the Contractor shall guarantee to replace or repair the defective part or parts at site to the entire
satisfaction of the Engineer Incharge of purchaser free of charge.

Main LT Panel

1.0 Scope
This scope shall cover design, manufacture, check test, and supply, installation, testing and
commissioning of medium voltage Panel Board as described in this specification, as per drawings and Bill
of quantities.
Medium voltage Panel Board will be installed indoor and is connected through the bus duct / cables.

2.0 Documentation
a) Supplier shall furnish drawings, data and manuals in three sets along with equipment supplied.
 General arrangement drawing indicating accessories and dimensions.
 Foundation plan and loading.
 Termination arrangement with dimensions.
b) Documents to be submitted after placement of order
 As per 2.a above for comments and approval for manufacture.
 Schematic.

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-109

c) Final documents
 As built drawings
 Instruction and maintenance manual
 Test certificates

3.0 General Specifications


All the Panels shall be metal clad, totally enclosed, rigid, floor / wall mounting, air insulated, cubicle type
suitable for operation on three phase / single phase, 415 V / 230 V, 50 Hz., neutral effectively / non-
effectively grounded at transformer and short circuit level as mentioned in the drawings.

All the panel shall be IP54 protection class construction.

The painting of all the metal part shall be as per the painting specification as defined in the specifications.
The Panels shall be designed to withstand a heaviest condition at site, with maximum expected ambient
temperature of 50° c., 95% humidity.

4.0 Standards and Codes


The Panels shall comply with the latest edition of relevant Indian Standards and Indian Electricity Rules
and Regulations. The following Indian standards shall be complied with:
 IS: 4237 General requirements for switchgear and control gear for voltages not exceeding 1000
V.
 IS: 375 Switchgear bus bars, main connection and auxiliary wiring, marking and arrangement.
 IS: 2147 Degree of protection provided by enclosures for low voltage switchgear and control
gear.
 IS: 8197 Terminal marking for electrical measuring instrument and their accessories.
 IS: 2551 Danger notice plates
 IS: 10118 Code of Practice for installation and maintenance of switchgear.
 IS: 8623 Specification for factory built assemblies of switchgear and control gear for voltage up
to and including 1000 V A.C. and 1200 V D.C.
 IS: 8828 Miniature circuit breakers.
 IS: 9224 HRC fuse links
 IS: 2705 Current transformer
 IS: 3155 Voltage transformer
 IS: 3231 Electrical relay for protection
 IS: 1248 Indicating instrument
 IS: 722 Integrating instrument

MD/WZ/06/PUR/ADB/ERP-03
6-110 Section VI. Schedule of Supply

 IS: 6875 Control switches and push buttons


 IS: 2959 Auxiliary contactor

Indian Electricity Act and Rules (as amended up to date) and approval of FIA of India.

The Panels also require approval of the consultant at various stage of their manufacture such as design,
selection, construction, testing, shipping etc.

5.0 Construction

a) Cubical Type Panels


i. Structure
The Panels shall be of compartmentalize design so that circuit arc / flash products do not create
secondary faults and be fabricated out of high quality CRCA sheet, suitable for indoor installation
having dead front operated and floor mounting type.

All CRCA sheet steel used in the construction of Panels shall be 2 mm. thick and shall be folded
and braced as necessary to provide a rigid support for all components. Joints of any kind in sheet
steel shall be seam welded, all welding slag grounded off and welding pits wiped smooth with
plumber metal.

The Panels shall be totally enclosed, completely dust and vermin proof and degree of protection
being not less than IP: 54 to IS: 2147. Gaskets between all adjacent units and beneath all covers
shall be provided to render the joints dust proof. All doors and covers shall be fully gasketed with
foam rubber and /or rubber strips and shall be lockable.

All panels and covers shall be properly fitted and secured with the frame and holds in the panel
correctly positioned. Fixing screws shall enter into holes, taped into an adequate thickness of
metal or provided with bolts and nuts. Self-threading screws shall not be used in the construction
of Panels.

A base channel of 75 mm. x 50 mm. x 6 mm. thick shall be provided at the bottom.

Panels shall be preferably arranged in multi-tier formation. The size of the Panels shall be
designed in such a way that the internal space is sufficient for hot air movement and the electrical
component does not attain temperature more than 50 deg. c. If necessary, openings shall be
provided for natural ventilation, but the said openings shall be screened with fine weld mesh. All
the electrical component shall be derated for 50 deg. c.

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-111

Knock out holes of appropriate size and number shall be provided in the Panels in conformity with
the number, and the size of incoming and outgoing conduits / cables.

Alternately, the Panels shall be provided with removable sheet steel plates at top and bottom to
drill holes for cable / conduit entry at site.

The Panels shall be designed to facilitate easy inspection, maintenance and repair.

The Panels shall be sufficiently rigid to support the equipment without distortion under normal and
under short circuit condition. They shall be suitably braced for short circuit duty.

ii. Protection Class


All the indoor Panels shall have protection class of IP: 54.

iii. Painting
The painting shall be seven-tank process with epoxy paint.

iv. Circuit Compartments


Each MCCB shall be housed in separate compartments and shall be enclosed on all sides. Sheet
steel hinged lockable door shall be duty interlocked with the unit in `ON’ and `OFF’ position.

All instruments and indicating lamp shall be mounted on the compartment door. Sheet steel
barriers shall be provided between the tiers in a vertical section.

v. Instrument Compartments
Separate adequate compartment shall be provided for accommodating instruments, indicating
lamps, control contactors / relays and control fuses etc. These components shall be accessible
for testing and maintenance without any danger of accidental contact with live parts, bus bar and
connections.

vi. Busbars
The busbar shall be air insulated and made of high quality, high conductivity, high strength
Aluminium.

The busbar shall be of 3 phases and neutral system with separate neutral and earth bar. The size
of neutral busbar in all main panels or lighting panels and feeders for panel shall be equal to

MD/WZ/06/PUR/ADB/ERP-03
6-112 Section VI. Schedule of Supply

phase busbar. The busbar and interconnection between busbars and various components shall
be of high conductivity Aluminium. The busbar shall be of rectangular cross-section designed to
withstand full load current for phase busbars and half rated current for neutral busbars in case of
MCC panels only and shall be extensible on either side. The busbar size shall be as per drawing.
The busbar shall have uniform cross-section throughout the length.

The busbars and interconnections shall be insulated with epoxy-coated busbar. The busbar shall
be supported on bus insulators of non flammable type with high creep age and high anti tracking
property and non-hydroscopic SMC / DMC insulated supports at sufficiently close intervals to
prevent busbars sag and shall effectively withstand electromagnetic stresses in the event of short
circuit.

The busbar shall be housed in a separate compartment. The busbar shall be isolated with 3-mm.
thick Bakelite sheet to avoid any accidental contact. The busbar shall be arranged such that
minimum clearances between the busbar are maintained as below:
a) Between phases : 25 mm. minimum
b) Between phases and neutral : 25 mm.
c) Between phases and earth : 25 mm.
d) Between neutral and earth : 20 mm. minimum

All busbar connections shall be done by drilling holes in busbars and connecting by chromium
plated or tinned plated brass bolts and nuts. Additional cross-section of busbar shall be provided
in all Panels to cover up the holes drilled in the busbar. Spring and flat washers shall be used for
tightening the bolts.

All connections between busbars and circuit breakers / switches and cable terminals shall be
through aluminium strips of proper size to carry full rated current. These strips shall be insulated
with insulating taps.

Panel to panel entry of bus bar shall be effectively sealed by electrical and thermal insulation
barriers so that products of flashover do not travel from one panel to another panel creating
multiple faults.

Busbar calculated on 50 deg. C. ambient temp. and 85 deg. C. for continuous and short time
rating. Busbar surrounded air temp. shall be considered 70 deg. C. for busbar calculation

All joint shall have non-flammable insulation shrouds for secondary insulation purpose

vii. Electrical Power and Control Wiring Connection

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-113

 Terminal for both incoming and outgoing cable connections shall be suitable for 1100 V
grade, aluminium / copper conductor XLPE insulated and PVC sheathed, armoured cable
and shall be suitable for connections of solder less sockets for the cable size as indicated on
the appended drawings for the Panels.
 Power connections for incoming feeders of the main Panels shall be suitable for 1100 V
grade aluminium conductor (XLPE) cables.
 Both control and power wiring shall be brought out in cable alley for ease of external
connections, operation and maintenance.
 Both control and power terminals shall be properly shrouded.
 10% spare terminals shall be provided on each terminal block. Sufficient terminals shall be
provided on each terminal block, so that not more than one outgoing wire is connected to per
terminal.
 Terminal strips for power and control shall preferably be separated from each other by
suitable barriers of enclosures.
 Wiring inside the modules for power, control, protection and instruments etc. shall be done
with use of 660 / 1100 V grade, FRLS insulated copper conductor cables conforming to IS.
For current transformer circuits, 2.5 sq.mm. Copper conductor wire shall be used. Other
control wiring shall be done with 1.5 sq.mm. Copper conductor wires. Wires for connections
to the door shall be flexible. All conductors shall be crimped with solderless sockets at the
ends before connections are made to the terminals.
 Control power supply to modules through the control transformer Control power wiring shall
have control fuses, (HRC fuse type) for circuit protection. All indicating lamps shall be
protected by HRC fuses.
 Particular care shall be taken to ensure that the layout of wiring is neat and orderly.
Identification ferrules shall be filled to all the wire termination for ease of identification and to
facilitate checking and testing.
 “CUPAL” washers shall be used for all copper and aluminium connections.
 Final wiring diagram of the Panels power and control circuit with ferrules numbers shall be
submitted along with the Panels as one of the documents against the contracts.

viii. Terminals
The outgoing terminals and neutral link shall be brought out to a cable alley suitably located and
accessible from the panel front. The current transformers for instruments metering shall be
mounted on the disconnecting type terminal blocks. No direct connection of incoming or outgoing
cables to internal components of the distribution board is permitted; only one conductor may be
connected in one terminal.

ix. Wireways
A horizontal / vertical either metal or Alumininium wire way with screwed covers shall be provided
at the top to take interconnecting control wiring between different vertical sections.

MD/WZ/06/PUR/ADB/ERP-03
6-114 Section VI. Schedule of Supply

x. Cable Compartments
Cable compartments of minimum 300 mm size shall be provided in the Panels for easy
termination of all incoming and outgoing cables entering from bottom or top. Adequate supports
shall be provided in the cable compartments to support cables. All outgoing and incoming feeder
terminals shall be brought out to terminals blocks in the cable compartment

xi. Earthing
AL earth bars of 50 mm x 10 mm shall be provided in the Panels for the entire length of the panel.
The framework of the Panels shall be connected to this earth bar. Provisions shall be made for
connection from this earth bar to the main earthing bar coming from the earth pit on both sides of
the Panels.

The earth continuity conductor of each incoming and outgoing feeder shall be connected to this
earth bar. The armour shall be properly connected with earthing clamp, and the clamp shall be
made for connection from this earth pit on both sides of the Panels.

The earth continuity conductor of each incoming and outgoing feeder shall be connected to this
earth bar. The armour shall be properly connected with earthing clamp, and the clamp shall be
ultimately bonded with the earth bar.

xii. Labels
Engraved PVC labels shall be provided on all incoming and outgoing feeders. Single line circuit
diagram showing the arrangements of circuit inside the distribution board shall be pasted on
inside of the panel door and covered with transparent laminated plastic sheet.

xiii. Name Plate


A nameplate with the Panels designation in bold letters shall be fixed at top of the central panel. A
separate nameplate giving feeder details shall be provided for each feeder module door.

Inside the feeder compartments, the electrical components, equipments, accessories like
switchgear, control gear, lamps, relays etc. shall suitably be identified by providing stickers.

Engraved nameplates shall preferably be of 3 ply, (Red-White-Red or Black-White-Black)


lamicold sheet. However, black engraved perplex sheet name plates shall also be acceptable.
Engraving shall be done with square groove cutters.

Nameplate shall be fastened by counter sund screws and not by adhesives.

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-115

xiv. Danger Notice Plates


The danger notice plate shall be affixed in a permanent manner on operating side of the Panels.

The danger notice plate shall indicate danger notice both in Hindi and English and with a sign of
skull and bones.

The danger notice plate, in general, meets the requirements of local inspecting authorities.

Overall dimensions of the danger notice plate shall be 200 mm. wide x 150 mm. high.

The danger notice plate shall be made from minimum 1.6 mm. thick mild steel sheet and after
due pre-treatment to the plate, the same shall be painted white with vitreous enamel paint on both
front and rear surface of the plate.

The letters, the figures, the conventional skull and bones etc. shall be positioned on plate as per
recommendation of IS: 2551-1982.

The said letters, the figures and the sign of skull and bones shall be painted in signal red colour
as per IS: 5-1978.

The danger plate shall have rounded corners. Location of fixing holes for the plate shall be
decided to suit design of the Panels.

The danger notice plate, if possible, be of ISI certification mark.

xv. Internal Components


The Panels shall be equipped complete with all types of required number of Air circuit breakers,
soft starters, switch fuse units, contactors, relays, fuses, meters, instruments, indicating lamps,
push buttons, equipment, fittings, busbars, cable boxes, cable glands etc. and all the necessary
internal connections / wiring as required and as indicated on relevant drawings. Components
necessary for proper complete functioning of the Panels but not indicated on the drawings shall
be supplied and installed on the Panels.

All part of the Panels carrying current including the components, connections, joints and
instruments shall be capable of carrying their specified rated current continuously, without
temperature rise exceeding the acceptable values of the relevant specifications at the part of the
Panels.

MD/WZ/06/PUR/ADB/ERP-03
6-116 Section VI. Schedule of Supply

All units of the same rating and specifications shall be fully interchangeable.

6.0 Components

a. General
The type, size and rating of the components shall be as indicated on the relevant drawings.

While selection of the capacity of the components resulting from the prevailing conditions like ambient
temperature shall be allowed for. The thermal and magnetic trip rating shall be compensated for the
ambient temperature.

The rating indicated on the drawing are ratings anticipated at prevailing site conditions.

b. Air Circuit Breaker


Where indicated on the drawings/Annexure, circuit breaker shall be provided on the incomer and bus-
coupler having minimum interrupting capacity equal to the listed fault level.

Circuit breaker shall be three pole, single throw, air break type with independent manual spring closing,
trip free mechanism. The circuit breaker shall also have electrical spring charging, electrical closing and
shunt tripping facility.

Circuit breaker shall be draw out type, having service, test & isolated position with positive indication for
each position.

Circuit breakers of identical rating shall be physically and electrically interchangeable.

Each breaker shall be provided with three (3) adjustable overload release, three (3) adjustable
instantaneous short circuit release and one (1) adjustable and time delayed earth fault release. The
release characteristic shall be suitable for co ordination with down stream fuses. Microprocessor based
system is preferred.

One (1) no. common contact of above releases shall be provided to operate lockout relay.

Mechanical safety interlock shall be provided to prevent the circuit breaker from being racked in or out of

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-117

the service position when the breaker is closed.

Automatic safety shutters shall be provided to cover up the stationary disconnects when the breaker is
withdrawn.

Each breaker shall be provided with an emergency manual trip, mechanical ON OFF indicator, an
operation counter and mechanism charge/discharge indicator.

Each circuit breaker shall be provided with the following:


i. Position/Cell switch with 4 NO + 4 NC contacts.
ii. Auxiliary switch with 6 NO + 6 NC contacts.
iii. Indicating lamps.

In addition to the series releases specified in 6.04.05 above, and incomer circuit breaker panels shall be
provided with one (1) no IDMTL type earth fault relay having setting range of 10 to 40% of !A.

c. Moulded Case Circuit Breaker


 The moulded case circuit breaker (MCCB) shall be air break type and having quick make - quick
break with trip free operating mechanism.
 Housing of the MCCB shall be of heat resistant and flame retardant insulating material.
 Operating handle of the MCCB shall be in front and clearly indicate ON/OFF/TRIP positions.
 The electrical contact of the circuit breaker shall be of high conducting non-deteriorating silver
alloy contacts.
 The MCCB shall be provided microprocessor based overload and short circuit protection device.
All the releases shall operate on common trip busbar so that in case of operation of any one of
the releases in any of the three phases, it will cut off all the three phases and thereby single
phasing of the system is avoided.
 The MCCB wherever called for in the appended drawings shall provide an earth fault protection.
 The MCCB shall provide two sets of extra auxiliary contacts with connections for additional
controls at future date.
 The electrical parameters of the MCCB shall be as per the description given in the appended
drawings.

d. Contactors
 The contactors shall meet with the requirements of IS: 2959 and BS: 775.
 The contactors shall have minimum making and breaking capacity in accordance with utilization
category AC3 and shall be suitable for minimum Class II intermittent duty.

MD/WZ/06/PUR/ADB/ERP-03
6-118 Section VI. Schedule of Supply

 If the contactor forms part of a distribution board then a separate enclosure is not required, but
the installation of the contactor shall be such that it is not possible to make an accidental contact
with live parts.

e. Current Transformer
Where ammeters are called for C.T.s shall be provided for current measuring. Each phase shall be
provided with separate current transformer of accuracy Class I and suitable VA burden for operation of
associated metering and controls. Current transformer shall be in accordance with IS: 2705 - 1964 as
amended up to date.

f. Indicating Lamps
Indicating lamps assembly shall be screw type with built in resistor having non-fading colour lens. LED
type lamps are required. Wiring for Remote ON, OFF, TRIP indicating lamp is required.

Colour shade for the indicating lamps shall be as below:


 ON indicating lamp : Red
 OFF indicating lamp : Green
 TRIP indicating lamp : Amber
 PHASE indicating lamp : Red, Yellow, Blue
 TRIP circuit healthy lamp : Milky

7.0 Shop Drawings


Prior to fabrication of the Panels the supplier / contractor shall submit for Consultant / Engineer In
charge’s approval the shop / supplier drawing consisting of G.A. drawing, sectional elevation, single line
diagram, bill of material etc. and design calculations indicating type, size, short circuiting rating of all the
electrical components used, busbar size, internal wiring size, Panels dimension, colour, mounting details
etc. in 6 sets. The contractor shall also submit manufacturer’s catalogues of the electrical components
installed in the Panels along with the drawing.

8.0 Inspection
At all reasonable times during production and prior to transport of the Panels to site, the supplier /
contractor shall arrange and provide all the facilities at their plant for inspection.

9.0 Test Certificates


Testing of Panels shall be carried out at factory and at site as specified in Indian standards by the
contractor at his own cost. Representative of purchaser may present at the time of Testing. The test
results shall be recorded on a prescribed form. The test certificate for the test carried out at factory and at
site shall be submitted in duplicate to the Consultant / Engineer Incharge of purchaser for approval.

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-119

3.3.6. Lightning Protection System:

1.0Scope
The scope of work under this section covers the specifications for supply, installation, connection, testing
and commissioning of lightning protection system of the following:
a) Air termination network
b) Roof conductors
c) Down conductors
d) Testing joint
e) Earth termination network

2.0 Standards
The lightning protection system shall comply with Indian Code of Practice 2309: 1989 and Indian
Electricity Acts and Rules.

3.0 System
1. The lightning protection system shall be installed as indicated on the drawings or in case such is
not available, the contractor shall prepare one as per Indian CP 2309 and approved by Engineer
Incharge of purchaser.
2. An air terminal shall be installed on the highest roof of the building. The air terminal shall be
joined to horizontal roof conductor by means of rivets / clamps.
3. Roof conductor shall be laid horizontally on the roof.
4. Down conductor shall be installed on the vertical surface on the building. Down conductor shall
be joined with roof conductors in the method as prescribed by the Code. A test joint shall be
provided in the down conductor 100 cm. above the ground level at a place which is easily
accessible for testing
5. The down conductor shall be joined with an earth termination network or to the earthing station.
6. The earthing station and the earthing conductor shall be as per the IS.

4.0 Component Part


a. Air Terminal and Roof Conductors
i. An Air termination shall consist of vertical conductor or a system of horizontal conductors
and shall be installed along the outer perimeter of the roof.
ii. No part of the roof shall be more than 9 meter from the nearest horizontal protective
conductor.
iii. All metallic projections, chimneys, ducts, vent pipe, railings, gutters etc. on or above the
main surface of the roof of the structure shall be bonded to the firm part of the Air

MD/WZ/06/PUR/ADB/ERP-03
6-120 Section VI. Schedule of Supply

termination network. The method and nature of fixing shall be simple, solid and
permanent.
b. Down Conductor
i. The down conductor shall be distributed round the outside wall of the structure.
ii. Any external metal running vertically through the structure shall be bonded to the down
conductor at the top and bottom.
iii. A down conductor shall follow the most direct path possible between the air terminals and
the earth termination.
iv. The size of the down conductor shall be similar to roof conductor or air termination
network.
v. Each down conductor shall be provided with a testing joint in such a position that, it is
convenient for testing.
c. Joints and bonds
i. The lightning protection system shall have as few joints as possible. Joints and bonds
shall be mechanically and electrically effective, eg. clamped, screwed, bolted, riveted or
welded.
ii. With over looping joint the length of over looping shall not be less than 25 mm. for all
types of conductor. Contact surfaces shall be first cleaned then inhibited from oxidation
with a suitable non-corrosive compound.

5.0 Earth Resistance


The resistance from any part of the lightning protection system to earth shall not exceed 1 ohm before
any bonding has been affected to metal in or on a structure or to services below ground. If the value
obtained exceeds the specified one then shall be reduced by adding to the number of earth electrode.

Earthing and Earth pit:

General
All the non‐current carrying metal parts of the electrical installation and mechanical equipments shall be
earthed properly. The cables armour and sheath, electric panel boards, lighting fixtures, ceiling and
exhaust fan and all other parts made of metal shall be bonded together and connected by means of
specified earthing system. An earth continuity conductor shall be installed with all the feeders and circuits
and shall be connected from the earth bar of the panel boards to the conduit system, earth stud of the
switch box, lighting fixture, earth pin of the socket outlets and to any metallic wall plates used. All the
enclosures of motors shall be also connected to the earthing system.

Scope of Work
The scope of work shall cover supply, laying, installation, connecting, testing and
Commissioning of:

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-121

i. Earthing station with Copper plate of size as given in Annexure-I.


ii. Earthing G.I / Copper strips from earthing station to equipotential bar.
iii. Earthing G.I / Copper strips / wires from equipotential bar to power panels, DBs, motors etc.
iv. Bonding of Non-current carrying parts, and metallic parts of the electrical installation.

Standards
The following standards and rules shall be applicable:
i. IS: 3043 - 1966 Code of practice for Earthing.
ii. Indian Electricity Act and Rules

All codes and standards mean the latest. Where not specified otherwise the installation shall generally
follow the Indian Standard Code of Practice or the British Standard Codes of Practice in absence of
Indian standard.

Type of Earthing Station

Plate Earthing Stations


 The Equipment neutral earthing shall be with copper plate earthing station and equipment body
earthing shall be with hot dip galvanized iron earthing station.
 The plate electrode shall be 600 x 600 x 3.25 mm copper plate for neutral earthing and shall be of hot
dip galvanized iron plate having dimensions 600 x 600 x 6.3 mm thick for body earthing.
 The earth resistance shall be maintained with suitable soil treatment.
 The resistance of each earth station should not exceed 1 ohm.
 The earth lead shall be connected to the earth plate through Hot Dip G.I. bolts.
 The earthing conductors shall be of copper strip in case of copper earthing and hot dip galvanized
iron strip in case of G.I. earthing.
 G.I. pipe with funnel of approved quality shall be used for watering the earthing electrodes / stations.
 The block masonry chamber with chequered plate shall be provided for housing the funnel and the
pipe for watering the earthing electrodes / stations.
 The hardware and other consumables for earthing installation shall be of copper/brass in case of
copper earthing and shall be hot dip galvanized iron material in case of G.I. earthing.
 Test link / test pit cover through chequered plate.

3.3.7. Precision Air conditioning

MD/WZ/06/PUR/ADB/ERP-03
6-122 Section VI. Schedule of Supply

Precision Air conditioner units


These specifications describe requirements for a Mission Critical Cooling system. The system shall be
designed to control temperature and humidity conditions in rooms containing electronic equipment, with
good insulation and vapour barrier. The manufacturer shall design and furnish all equipment to be fully
compatible with heat dissipation requirements of the room.

Cabinet Construction
The frame shall be constructed of 2.5, 2.0 and 1.2 mm folded galvanised steel. The exterior panels shall
be constructed of 1.2 mm zinc coated sheet steel and insulated with foam insulation. The cabinet shall be
powder coated in Charcoal Grey colour and have a textured finish. The hinged front doors shall be
removeable and include captive 1/4 turn fasteners. The cabinet shall be constructed to provide ease of
disassembly & reassembly for difficult access sites.

Filtration
The filter panels shall be an integral part of the system and withdrawable from the front of the unit.
Filtration shall be provided by deep V form, dry disposable media housed in a metal frame. The rated
efficiency shall be to EU4/MERV8 Standards.

EC Fans
The fan section shall be designed for external static pressure of 25 Pa. The unit shall be fitted with direct-
driven, high efficiency, single inlet, backward curve, centrifugal 'plug' type fans, with aluminium nozzle(s)
and impeller(s). The fan motors shall be Electronically Commutated (EC), IP54, with internal protection
and speed regulation via controller signal. They shall be statically and dynamically balanced.

Humidifier
A humidifier shall be factory installed inside the unit. Bypass air shall be used to enable moisture to be
absorbed into the airstream without condensation. The humidifier shall be serviceable and removable
from the front of the unit.

Infrared Humidifier
The humidifier shall be of the infrared type consisting of high intensity quartz lamps mounted above and
out of the water supply. The humidifier pan shall be stainless steel and arranged to be removable without
disconnecting high voltage electrical connections. The complete humidifier section shall be pre-piped,
ready forfield connection to water supply. The humidifier shall be equipped with an automatic water
supply system and shall have an adjustable water-overfeed to prevent mineral precipitation. A high-water
detector shall shut down the humidifier to prevent overflowing. Full capacity operation shall be achieved
within 10 sec from cold start.

Electric Heating

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-123

Electric heating shall be provided in a single stage. The elements shall be low watt density, 304/304
stainless steel fin tubular construction, protected by thermal safety switches. The heating system shall
include dual safety protection through loss of air and manual reset high temperature controls, and GCD
protected.

COMPRESSORISED SYSTEMS

Digital Scroll Compressor


The compressor shall be of the high efficiency Compliant Scroll design, with an E.E.R. (energy efficiency
ratio) of not less than 11.1 BTUH/watt (C.O.P. of not less than 3.25) at ARI rating conditions. The
compressor shall be charged with polyolester (POE) oil and designed for operation on HFC R407C. Each
compressor shall have internal motor protection and be mounted on vibration isolators.

Refrigeration Circuit
The refrigeration system shall be of the direct expansion type with two cooling stages and incorporate one
or two hermetic scroll compressors, complete with crankcase heaters and rotalock connections. A hot gas
bypass solenoid valve shall be used on single compliant scroll compressor models. The system shall
include a manual reset high pressure control, auto reset low pressure switch, externally equalised thermal
expansion valve, high sensitivity refrigerant sight glass, large capacity filter drier with rotalock connections
and charging/access ports in each circuit.

Thermal Expansion Valve


To provide quick and accurate Refrigerant system set up and calibration the thermal expansion valve
(TXV) shall be accessible to allow system set up and calibration while the unit is running.

Evaporator Coil
The evaporator coil shall be a A-Coil incorporating draw-through air design for uniform air distribution.
The coil shall be constructed of enhanced surface aluminium fins mechanically bonded to enhanced
surface copper tubes. The coil frame is fabricated from Hot dipped galvanized sheetmetal and the
stainless steel condensate drip tray. The evaporator drain tray shall incorporate double sloped gutters for
condensate removal.

Dehumidification - EC Fan Air, Water Cooled, Dual Cool and Free Cool Units
A specific dehumidification cycle shall operate by reducing airflow to lower the surface temperature of the
evaporator/cooling coil below the return air dewpoint condition.

Air Cooled Systems


The indoor evaporator unit shall include refrigerant piping, with a factory holding charge of Nitrogen. Each
refrigeration circuit shall include rigidly mounted isolation valves in the discharge and liquid lines to aid

MD/WZ/06/PUR/ADB/ERP-03
6-124 Section VI. Schedule of Supply

servicing and installation. Field relief of the schrader valve shall indicate a leak-free system. A 3 pole
circuit breaker shall be factory fitted per refrigeration circuit for field connection of power to each remote
air cooled condenser.

Remote Air Cooled Condenser


The factory matched air cooled condensers shall be the low profile, weatherproof type incorporating high
efficiency, direct drive, external rotor motors with axial blade fans. The condenser shall be constructed
from heavy duty aluminium and corrosion resistant components. Heavy duty mounting legs and all
assembly hardware shall be included. Condensers shall be suitable for 24 hour operation and be capable
of providing vertical or horizontal discharge. The condenser shall be fully factory wired to an input isolator
and require 380 volt 3 phase 50Hz electrical service.

The high performance heat exchanger condenser shall include mechanically expanded enhanced surface
copper tubes and aluminium fins for efficient heat transfer.

Fan Speed Control Condenser


The condenser fans shall be directly driven by 6 pole 690 rpm 380 volt 3 phase 50 Hz electric motors with
an IP54 enclosure rating and class F insulation. The motors shall be equipped with permanently sealed
ball bearings and high temperature grease. The motors shall be speed controlled to ensure stable
operating conditions from -20°C to 45°C ambient by a factory fitted, direct acting pressure actuated
electronic fan speed controller. The control system shall be complete with input isolator, transducers and
electrical wiring.

All Systems
Water Under Floor Sensor
Each unit shall be supplied with a single water under floor point detector as standard. The sensor shall
signal a water under floor alarm to the controller upon detecting water.

iCOM Microprocessor Control with SMALL Graphic Display


The iCOM unit control shall be factory-set for Intelligent Control which uses "fuzzy logic" and "expert
systems" methods. Proportional and Tunable PID shall also be user selectable options. Internal unit
component control shall include the following:
i. Compressor Short Cycle Control
- Prevents compressor short-cycling and needless compressor wear
ii. System Auto Restart
- The auto restart feature will automatically restart the system after a power failure. Time
delay is programmable
iii. Sequential Load Activation
- On initial startup or restart after power failure, each operational load is sequenced with a

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-125

minimum of one second delay to minimize total inrush current


iv. Predictive Humidity Control
- Calculates the moisture content in the room and prevents unnecessary humidification
and dehumidification cycles by responding to changes in dew point temperature.

The iCOM control shall be compatible with all Liebert remote monitoring and control devices. Options are
available for BMS interface via MODbus, Jbus, BACNet, Profibus and SNMP.

The iCOM control processor shall be microprocessor based with a 128x64 dot matrix graphic front
monitor display and control keys for user inputs mounted in an ergonomic, aesthetically pleasing housing.
The controls shall be menu driven. The display & housing shall be viewable while the unit panels are
open or closed.

The display shall be organized into three main sections: User Menus, Service Menus and Advanced
Menus. The system shall display user menus for: active alarms, event log, graphic data, unit view/status
overview (including the monitoring of room conditions, operational status in % of each function, date and
time), total run hours, various sensors, display setup and service contacts. A password shall be required
to make system changes within the service menus. Service menus shall include: setpoints, standby
settings (lead/lag), timers/sleep mode, alarm setup, sensor calibration, maintenance/wellness settings,
options setup, system/network setup, auxiliary boards and diagnostics/service mode. A password shall be
required to access the advanced menus.

User Menus shall be defined as Follows:

Active Alarms
Unit memory shall hold the 200 most recent alarms with time and date stamp for each alarm.

Event Log
Unit memory shall hold the 400 most recent events with id number, time and date stamp for each event.

Graphic Data View


Eight graphic records shall be available: return air temperature, return air humidity, supply air
temperature, outdoor temperature and four custom graphs.

Unit View - Status Overview


Simple or Graphical. Unit View summary displays shall include temperature and humidity values, active
functions (and percent of operation) and any alarms of the host unit.

MD/WZ/06/PUR/ADB/ERP-03
6-126 Section VI. Schedule of Supply

Total Run Hours


Menu shall display accumulative component operating hours for major components including
compressors, fan motor, humidifier and reheat

Display Setup
Customer shall pre-select the desired grouping of display languages at the time of the order from the
following choices: English, French, Italian, Spanish, German, Portugese, Russian, Chech and Chinese

Service Contacts
Menu shall allow display of local service contact details.

Service Menus shall be Defined as Follows: -

Setpoints
Menu shall allow setpoints within the following ranges:
 Temperature Setpoint 18-29ºC
 Temperature Sensitivity 0.6-5.6ºC
 Humidity Setpoint 20-80% RH*
 Humidity Sensitivity 1-30% RH
 High Temperature Alarm 2-32ºC
 Low Temperature Alarm 2-32ºC
 High Humidity Alarm 15-85% RH
 Low Humidity Alarm 15-85% RH
* The microprocessor may be set within these ranges, however the unit may not be able to control to
extreme combinations of temperature and humidity.

Standby Settings/Lead-Lag
Menu shall allow planned rotation or emergency rotation of operating and standby units.

Timers/Sleep Mode
Menu shall allow various customer settings for turning on/off unit.

Alarm Setup
Menu shall allow customer settings for alarm notification (audible/local/remote).The following alarms shall
be available:

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-127

 High Temperature
 Low Temperature
 High Humidity
 Low Humidity
 Compressor Overload (Optional)
 Main Fan Overload (Optional)
 Humidifier Problem
 High Head Pressure
 Change Filter
 Fan Failure
 Low Suction Pressure
 Unit Off

Audible Alarm
The audible alarm shall annunciate any alarm that is enabled by the operator.

Common Alarm
A programmable common alarm shall be provided to interface user selected alarms with a remote alarm
device.

Remote Monitoring
All alarms shall be communicated to the monitoring system with the following information: Date and time
of occurrence, unit number and present temperature and humidity.

Sensor Calibration
Menu shall allow unit sensors to be calibrated with external sensors.

Maintenance/Wellness Settings
Menu shall allow reporting of potential component problems before they occur.

Options Setup
Menu shall provide operation settings for the installed components.

System/Network Setup
Menu shall allow Unit-to-Unit (U2U) communication and setup for teamwork modes of operation (up to 32

MD/WZ/06/PUR/ADB/ERP-03
6-128 Section VI. Schedule of Supply

units).

Teamwork Modes of Operation


Saves energy by preventing operation of units in opposite modes multiple units.

Auxiliary Boards
Menu shall allow setup of optional expansion boards.

Diagnostics/Service Mode
Control input and output values and status shall be displayed to aid in unit diagnostics and
troubleshooting. Control inputs shall be indicated as on or off at the front display. Control outputs shall be
able to be turned on or off from the front display without using jumpers or a service terminal. Each control
output shall be indicated by an LED on a circuit board.

Advanced Menus

Factory Settings
Configuration settings shall be factory-set based on the pre-defined component operation.

Detailed Specifications as per Annexure-I

3.3.8. Comfort Air Conditioning

Split System Air conditioners:


Split ac should be sleek and can be mounted in any place. The Split AC Indoor and Outdoor unit shall be
supplied with suitable mounting stands.
The refrigerant piping, drain piping and cable between indoor and outdoor should be a considered while
quoting. The installation and commissioning cost should include the mounting and erection of the outdoor
and indoor unit with stand and suitable strengthening such as brick work, anchor fasteners, screws etc.

The auto controls should be offered in split air conditioners:

Auto Timers: With the help of this functionality the system will turn on or off according to the time have
been set.

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-129

Auto Sleep Mode: This feature reduces the cooling effect during the night automatically once you have
set it. With the automatic setting one should be comfortable without chilling in the night / lower ambient
temperature and the lower the energy consumption.

Auto Restart: This feature will allow the system to restart in the same mode after a power failure.

Remote Controls: The split air conditioner should be supplied with a remote control. With the help of this
the user can access and change the settings from several feet's distance.

Key factors to consider:

Size: The size of the room is an important factor to determine the size of the air conditioner. The
dimensions of the air conditioner should be those that suit and fit the room.

Price: The final price should also take into consideration the cost of installation. As mentioned earlier the
installation cost including erection of indoor and outdoor unit, piping, cabling, leakage test, gas charging
etc.

Cooling Capacity: The AC should be capable to deliver the same performance even if the outside temp
is 45 Deg Centigrade

Noise: Generally indoor units that do not produce much noise are preferred. In case of outdoor unit care
should be taken to ensure that it is well packed so that it does not create a racket with its loose vibrating
covers.

Energy Efficiency Rating: Should be Energy - Five Star rated as approved by Bureau of Energy
Efficiency compliant.

3.3.9. Intelligent Fire Detection System

Addressable Fire Detection System

General
a) Description
i. This section of the specification includes the furnishing, installation, connection and testing of the
microprocessor controlled, intelligent reporting fire alarm equipment required to form a complete,
operative, coordinated system. It shall include, but not be limited to, alarm initiating devices, alarm

MD/WZ/06/PUR/ADB/ERP-03
6-130 Section VI. Schedule of Supply

notification appliances, Fire Alarm Control Panel (FACP), auxiliary control devices, annunciators,
and wiring.
ii. The fire alarm system shall comply with requirements of NFPA Standard 72 for Protected Premises
Signaling Systems except as modified and supplemented by this specification. The system shall be
electrically supervised and monitor the integrity of all conductors.
iii. The FACP and peripheral devices shall be manufactured 100% by a manufacturer (or division
thereof).
iv. The system and its components shall be Underwriters Laboratories, Inc. listed under the
appropriate UL testing standard as listed herein for fire alarm applications and the installation shall
be in compliance with the UL listing.

b) Scope
i. A new intelligent reporting, microprocessor controlled fire detection system shall be installed in
accordance to the specifications as detailed in the tender document / RFP.

ii. Basic Performance:


Alarm, trouble and supervisory signals from all intelligent reporting devices shall be encoded on
NFPA Style 6 (Class A) Signaling Line Circuits (SLC).

Initiation Device Circuits (IDC) shall be wired Class A (NFPA Style D) as part of an addressable
device connected by the SLC Circuit.

Notification Appliance Circuits (NAC) shall be wired Class A (NFPA Style Z) as part of an addressable
device connected by the SLC Circuit.

On Style 6 or 7 (Class A) configurations a single ground fault or open circuit on the system Signaling
Line Circuit shall not cause system malfunction, loss of operating power or the ability to report an
alarm.

Alarm signals arriving at the FACP shall not be lost following a primary power failure (or outage) until
the alarm signal is processed and recorded.

iii. Basic System Functional Operation

When a fire alarm condition is detected and reported by one of the system initiating devices, the
following functions shall immediately occur:

The system alarm LED on the system display shall flash.

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-131

A local piezo electric signal in the control panel shall sound.

A backlit LCD display shall indicate all information associated with the fire alarm condition, including
the type of alarm point and its location within the protected premises.

Printing and history storage equipment shall log the information associated each new fire alarm
control panel condition, along with time and date of occurrence.

All system output programs assigned via control-by-event interlock programming to be activated by
the particular point in alarm shall be executed, and the associated system outputs (notification
appliances and/or relays) shall be activated.

c) Submittals

i. General
Two copies of all submittals shall be submitted to the Purchaser’s authorised official for review.

All references to manufacturer's model numbers and other pertinent information herein is
intended to establish minimum standards of performance, function and quality. Equivalent
compatible UL-listed equipment from other manufacturers may be substituted for the specified
equipment as long as the minimum standards are met.

For equipment other than that specified, the contractor shall supply proof that such substitute
equipment equals or exceeds the features, functions, performance, and quality of the specified
equipment.

ii. Shop Drawings


1. Sufficient information, clearly presented, shall be included to determine compliance with
drawings and specifications.
2. Include manufacturer's name(s), model numbers, ratings, power requirements, equipment
layout, device arrangement, complete wiring point-to-point diagrams, and conduit layouts.
3. Show annunciator layout, configurations, and terminations.

iii. Manuals:
Submit simultaneously with the shop drawings, complete operating and maintenance manuals
listing the manufacturer's name(s), including technical data sheets.

MD/WZ/06/PUR/ADB/ERP-03
6-132 Section VI. Schedule of Supply

Wiring diagrams shall indicate internal wiring for each device and the interconnections between
the items of equipment.

Provide a clear and concise description of operation that gives, in detail, the information required
to properly operate the equipment and system.

iv. Software Modifications


Provide the services of a factory trained and authorized technician to perform all system software
modifications, upgrades or changes.

Provide all hardware, software, programming tools and documentation necessary to modify the
fire alarm system on site. Modification includes addition and deletion of devices, circuits, zones
and changes to system operation and custom label changes for devices or zones. The system
structure and software shall place no limit on the type or extent of software modifications on-site.

d) Guaranty / Warranty
All work performed and all material and equipment furnished under this contract shall be free from defects
and shall remain so for the warranty period of one year and AMC period of three years.

e. Post contract Support


A The contractor shall have the ability to provide parts and labor to expand the system specified, if so
requested, for a period of 5 years from the date of acceptance.

f. Applicable Standards and Specifications


The specifications and standards listed below form a part of this specification. The system shall fully
comply with the latest issue of these standards, if applicable.

i. National Fire Protection Association (NFPA) - USA:


 No. 12 CO2 Extinguishing Systems (low and high)
 No. 12B Halon 1211 Extinguishing Systems
 No. 13 Sprinkler Systems
 No. 13A Halon 1301 Extinguishing Systems
 No. 15 Water Spray Systems
 No. 16 Foam/Water Deluge and Spray Systems
 No. 17 Dry Chemical Extinguishing Systems
 No. 17A Wet Chemical Extinguishing Systems

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-133

 Clean Agent Extinguishing Systems


 No. 72 National Fire Alarm Code
 No. 101 Life Safety Code

ii. Underwriters Laboratories Inc. (UL) - USA:


 No. 268 Smoke Detectors for Fire Protective Signaling Systems
 No. 864 Control Units for Fire Protective Signaling Systems
 No. 268A Smoke Detectors for Duct Applications
 No. 521 Heat Detectors for Fire Protective Signaling Systems
 No. 464 Audible Signaling Appliances
 No. 38 Manually Actuated Signaling Boxes
 No. 346 Waterflow Indicators for Fire Protective Signaling Systems
 No. 1076 Control Units for Burglar Alarm Proprietary Protective Signaling Systems
 No. 1971 Visual Notification Appliances

iii. Local and State Building Codes

iv. All requirements of the Authority Having Jurisdiction (AHJ)

g. Approvals

i. The system shall have proper listing and/or approval from the following nationally recognized agencies:
 UL Underwriters Laboratories Inc
 FM Factory Mutual

ii. The fire alarm control panel shall meet UL Standard 864 (Control Units) and UL Standard 1076
(Proprietary Burglar Alarm Systems).

iii. The system shall be listed by the national agencies as suitable for extinguishing release applications.
The system shall support release of high and low pressure CO2.

Products

a. Equipments and Material


i. All equipment and components shall be new, and the manufacturer's current model. The materials,

MD/WZ/06/PUR/ADB/ERP-03
6-134 Section VI. Schedule of Supply

appliances, equipment and devices shall be tested and listed by a nationally recognized approvals
agency for use as part of a protective signalling system, meeting the National Fire Alarm Code.

ii. All equipment and components shall be installed in strict compliance with manufacturers'
recommendations. Consult the manufacturer's installation manuals for all wiring diagrams,
schematics, physical equipment sizes, etc., before beginning system installation.

iii. All equipment shall be attached to walls and ceiling/floor assemblies and shall be held firmly in place
(e.g., detectors shall not be supported solely by suspended ceilings). Fasteners and supports shall be
adequate to support the required load.

b. Conduit and Wire

i. Conduit:
Conduit shall be in accordance with The National Electrical Code (NEC), local and state
requirements.

Where required, all wiring shall be installed in conduit or raceway. Conduit fill shall not exceed 40
percent of interior cross sectional area where three or more cables are contained within a single
conduit.

Cable must be separated from any open conductors of power, or Class 1 circuits, and shall not be
placed in any conduit, junction box or raceway containing these conductors, per NEC Article 760-
29.

Wiring for 24 volt DC control, alarm notification, emergency communication and similar power-
limited auxiliary functions may be run in the same conduit as initiating and signalling line circuits.
All circuits shall be provided with transient suppression devices and the system shall be designed
to permit simultaneous operation of all circuits without interference or loss of signals.

Conduit shall not enter the fire alarm control panel, or any other remotely mounted control panel
equipment or backboxes, except where conduit entry is specified by the FACP manufacturer.

Conduit shall be 3/4-inch (19.1 mm) minimum.

ii. Wire
All fire alarm system wiring shall be new.

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-135

Wiring shall be in accordance with local, state and national codes (e.g., NEC Article 760) and as
recommended by the manufacturer of the fire alarm system. Number and size of conductors shall
be as recommended by the fire alarm system manufacturer, but not less than 18 AWG (1.02 mm)
for Initiating Device Circuits and Signaling Line Circuits, and 14 AWG (1.63 mm) for Notification
Appliance Circuits.

All wire and cable shall be listed and/or approved by a recognized testing agency for use with a
protective signalling system.

Wire and cable not installed in conduit shall have a fire resistance rating suitable for the
installation as indicated in NFPA 70 (e.g., FPLR).

Wiring used for the multiplex communication circuit (SLC) shall be twisted and unshielded and
support a minimum wiring distance of 12,500 feet. The design of the system shall permit use of
IDC and NAC wiring in the same conduit with the SLC communication circuit.

All field wiring shall be electrically supervised for open circuit and ground fault.

The fire alarm control panel shall be capable of t-tapping Class B (NFPA Style 4) Signaling Line
Circuits (SLCs). Systems that do not allow or have restrictions in, for example, the amount of t-
taps, length of t-taps etc., are not acceptable.

c. Terminal Boxes, Junction Boxes and Cabinets:


All boxes and cabinets shall be UL listed for their use and purpose.

d. Initiating circuits shall be arranged to serve like categories (manual, smoke, waterflow). Mixed category
circuitry shall not be permitted except on signalling line circuits connected to intelligent reporting devices.

e. The fire alarm control panel shall be connected to a separate dedicated branch circuit, maximum 20
amperes. This circuit shall be labelled at the main power distribution panel as FIRE ALARM. Fire alarm
control panel primary power wiring shall be 12 AWG. The control panel cabinet shall be grounded
securely to either a cold water pipe or grounding rod.

Main Fire Alarm Control Panel or Network Node

a. Main FACP or network node shall be a Two Loop Panel and shall contain a microprocessor based
Central Processing Unit (CPU) and power supply in an economical space saving single board design.
The CPU shall communicate with and control the following types of equipment used to make up the
system: intelligent addressable smoke and thermal (heat) detectors, addressable modules, printer,

MD/WZ/06/PUR/ADB/ERP-03
6-136 Section VI. Schedule of Supply

annunciators, and other system controlled devices.

b. Operator Control

i. Acknowledge Switch:
Activation of the control panel acknowledge switch in response to new alarms and/or troubles
shall silence the local panel piezo electric signal and change the alarm and trouble LEDs from
flashing mode to steady-ON mode. If multiple alarm or trouble conditions exist, depression of this
switch shall advance the LCD display to the next alarm or trouble condition.

Depression of the Acknowledge switch shall also silence all remote annunciator piezo sounders.

ii. Alarm Silence Switch:


Activation of the alarm silence switch shall cause all programmed alarm notification appliances
and relays to return to the normal condition after an alarm condition. The selection of notification
circuits and relays that are silenceable by this switch shall be fully field programmable within the
confines of all applicable standards. The FACP software shall include silence inhibit and auto-
silence timers.

iii. Alarm Activate (Drill) Switch:


The Alarm Activate switch shall activate all notification appliance circuits. The drill function shall
latch until the panel is silenced or reset.

iv. System Reset Switch:


Activation of the System Reset switch shall cause all electronically-latched initiating devices,
appliances or software zones, as well as all associated output devices and circuits, to return to
their normal condition.

v. Lamp Test:
The Lamp Test switch shall activate all local system LEDs, light each segment of the liquid crystal
display and display the panel software revision for service personal.

c. System Capacity and General Operation


i. The control panel or each network node shall provide, or be capable of expansion to 636
intelligent/addressable devices.
ii. The control panel or each network node shall include Form-C alarm, trouble, supervisory, and
security relays rated at a minimum of 2.0 amps @ 30 VDC. It shall also include four Class B
(NFPA Style Y) or Class A (NFPA Style Z) programmable Notification Appliance Circuits.

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-137

iii. The control panel or each network node shall support up to 8 additional output modules (signal,
speaker, telephone, or relay), each with 8 circuits for an additional 64 circuits. These circuits
shall be either Class A (NFPA Style Z) or Class B (NFPA Style Y) per the project drawings.
iv. The system shall include a full featured operator interface control and annunciation panel that
shall include a backlit Liquid Crystal Display (LCD), individual color coded system status LEDs,
and an alphanumeric keypad with easy touch rubber keys for the field programming and control
of the fire alarm system.
v. The system shall be programmable, configurable, and expandable in the field without the need for
special tools, PROM programmers or PC based programmers. It shall not require replacement of
memory ICs to facilitate programming changes.
vi. The system shall allow the programming of any input to activate any output or group of outputs.
Systems that have limited programming (such as general alarm), have complicated programming
(such as a diode matrix), or require a laptop personal computer are not considered suitable
substitutes.
vii. The FACP shall support up to 20 logic equations, including "and," "or," and "not," or time delay
equations to be used for advanced programming. Logic equations shall require the use of a PC
with a software utility designed for programming.
viii. The FACP or each network node shall provide the following features:
a) Drift compensation to extend detector accuracy over life. Drift compensation shall also
include a smoothing feature, allowing transient noise signals to be filtered out.
b) Detector sensitivity test, meeting requirements of NFPA 72, Chapter 7.
c) Maintenance alert, with two levels (maintenance alert/maintenance urgent), to warn of
excessive smoke detector dirt or dust accumulation.
d) Nine sensitivity levels for alarm, selected by detector. The alarm level range shall be .5 to
2.35 percent per foot for photoelectric detectors and 0.5 to 2.5 percent per foot for ionization
detectors. The system shall also support sensitive advanced detection laser detectors with
an alarm level range of .03 percent per foot to 1.0 percent per foot. The system shall also
include up to nine levels of Prealarm, selected by detector, to indicate impending alarms to
maintenance personnel.
e) The ability to display or print system reports.
f) Alarm verification, with counters and a trouble indication to alert maintenance personnel
when a detector enters verification 20 times.
g) PAS presignal, meeting NFPA 72 3-8.3 requirements.
h) Rapid manual station reporting (under 3 seconds) and shall meet NFPA 72 Chapter 1
requirements for activation of notification circuits within 10 seconds of initiating device
activation.
i) Periodic detector test, conducted automatically by the software.
j) Self optimizing pre-alarm for advanced fire warning, which allows each detector to learn its
particular environment and set its prealarm level to just above normal peaks.
k) Cross zoning with the capability of counting: two detectors in alarm, two software zones in

MD/WZ/06/PUR/ADB/ERP-03
6-138 Section VI. Schedule of Supply

alarm, or one smoke detector and one thermal detector.


l) Walk test, with a check for two detectors set to same address.
m) Control-by-time for non-fire operations, with holiday schedules.
n) Day/night automatic adjustment of detector sensitivity.
o) Device blink control for sleeping areas.
ix. The FACP shall be capable of coding main panel node notification circuits in March Time (120
PPM), Temporal (NFPA 72 A-2-2.2.2), and California Code. Panel notification circuits (NAC 1, 2,
3 and 4) shall also support Two-Stage operation, Canadian Dual Stage (3 minutes) and Canadian
Dual Stage (5 minutes). Two stage operation shall allow 20 Pulses Per Minute (PPM) on alarm
and 120 PPM after 5 minutes or when a second device activates. Canadian Dual stage is the
same as Two-Stage except will only switch to second stage by activation of Drill Switch 3 or 5
minute timer. The panel shall also provide a coding option that will synchronize specific strobe
lights designed to accept a specific "sync pulse."

d. Network Communication
The network architecture shall be based on a Local Area Network (LAN), a firmware package that utilizes
a peer-to-peer, inherently regenerative communication format and protocol. The protocol shall be based
on ARCNET or equivalent. The network shall use a deterministic token-passing method. Collision
detection and recovery type protocols are not acceptable substitutes due to life safety requirements. In
addition, there shall be no master, polling computer, central file computer, display controller or other
central element (weak link) in the network which, on failure, may cause complete loss of network
communications or cause major degradation of network capability. There shall be no cascading of CPUs
or master-slave relationships at the network level to facilitate network communications. Failure of any
node shall not cause failure or communication degradation of any other node or change the network
communication protocol among surviving nodes located within distance limitations. Each node/panel shall
communicate on the network at a baud rate of not less than 312 KBPS (kilo bits per second). A node may
be an intelligent Fire Alarm Control Panel (FACP), Network Control Station PC (NCS) or Network Control
Annunciator (NCA). The network shall be capable of expansion to at least 100 nodes.

Each network node address shall be capable of storing Event equations. The event equations shall be
used to activate outputs on one network node from inputs on other network nodes.

The network shall be capable of communicating via wire or fiber optic medium. A wire network shall
include a fail-safe means of isolating the nodes in the unlikely event of complete power loss to a node.

A network repeater shall be available to increase the twisted-pair distance capability in 3,000 ft.
increments.

e. Central Microprocessor
i. The microprocessor shall be a state-of-the-art, high speed, 16-bit RISC device and it shall

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-139

communicate with, monitor and control all external interfaces. It shall include an EPROM for
system program storage, Flash memory for building-specific program storage, and a "watch dog"
timer circuit to detect and report microprocessor failure.
ii. The microprocessor shall contain and execute all control-by-event programs for specific action to
be taken if an alarm condition is detected by the system. Control-by-event equations shall be held
in non-volatile programmable memory, and shall not be lost even if system primary and
secondary power failure occurs.
iii. The microprocessor shall also provide a real-time clock for time annotation of system displays,
printer, and history file. The time-of-day and date shall not be lost if system primary and
secondary power supplies fail. The real time clock may also be used to control non-fire functions
at programmed time-of-day, day-of-week, and day-of-year.
iv. A special program check function shall be provided to detect common operator errors.
v. An auto-program (self-learn) function shall be provided to quickly install initial functions and make
the system operational.
vi. For flexibility and to ensure program validity, an optional Windows(TM) based program utility shall
be available. This program shall be used to off-line program the system with batch
upload/download, and have the ability to upgrade the manufacturers (FLASH) system code
changes. This program shall also have a verification utility, which scans the program files,
identifying possible errors. It shall also have the ability to compare old program files to new ones,
identifying differences in the two files to allow complete testing of any system operating changes.
This shall be in incompliance with the NFPA 72 requirements for testing after system
modification.

f. System Display
i. The system shall support the following display mode option:
80 character display option. The display shall include an 80-character backlit alphanumeric
Liquid Crystal Display (LCD) and a full PC style QWERTY keypad.
ii. The display shall provide all the controls and indicators used by the system operator:
The 80-character display shall include the following operator control switches: Acknowledge,
Alarm Silence, Alarm Activate (drill), System Reset, and Lamp Test.
iii. The display shall annunciate status information and custom alphanumeric labels for all intelligent
detectors, addressable modules, internal panel circuits, and software zones.
iv. The display shall also provide Light-Emitting Diodes.
v. The 80-character display shall provide 8 Light-Emitting-Diodes (LEDs), that indicate the status of
the following system parameters: Ac Power, Fire Alarm, Prealarm Warning, Security Alarm,
Supervisory Signal, System Trouble, Disabled Points, and Alarm Silenced.
vi. The 80-character display keypad shall be an easy to use QWERTY type keypad, similar to a PC
keyboard. This shall be part of the standard system and have the capability to command all
system functions, entry of any alphabetic or numeric information, and field programming. Two
different password levels shall be provided to prevent unauthorized system control or
programming.

MD/WZ/06/PUR/ADB/ERP-03
6-140 Section VI. Schedule of Supply

vii. The system shall support the display of battery charging current and voltage on the 80-character
LCD display.

g. Signaling Line Circuits (SLC)


Each FACP or FACP network node shall support up to two SLCs. Each SLC interface shall provide power
to and communicate with up to 125 intelligent detectors (ionization, photoelectric or thermal) and 125
intelligent modules (monitor or control) for a loop capacity of 400 detectors. The addition of the optional
second loop shall double the device capacity, Panel should have expansion capacity. Each SLC shall be
capable of NFPA 72 Style 4, Style 6, or Style 7 (Class A or B) wiring.

CPU shall receive analog information from all intelligent detectors to be processed to determine whether
normal, alarm, prealarm, or trouble conditions exist for each detector. The software shall automatically
maintain the detector's desired sensitivity level by adjusting for the effects of environmental factors,
including the accumulation of dust in each detector. The analog information shall also be used for
automatic detector testing and for the automatic determination of detector maintenance requirements.

h. Serial Interfaces
The system shall include two serial EIA-232 interfaces. Each interface shall be a means of connecting UL
Listed Information Technology Equipment (ITE) peripherals.

i. Notification Appliance Circuit (NAC) Module


The Notification Appliance Circuit module shall provide four fully supervised Class A or B (NFPA Style Z
or Y) notification circuits. An expansion circuit board shall allow expansion to eight circuits per module.

The notification circuit capacity shall be 3.0 amperes maximum per circuit and 6.0 amperes maximum per
module.

The module shall not affect other module circuits in any way during a short circuit condition.

The module shall provide eight green ON/OFF LEDs and eight yellow trouble LEDs.

The module shall also provide a momentary switch per circuit that may be used to manually turn the
particular circuit on or off or to disable the circuit.

Each notification circuit shall include a custom label inserted to identify each circuit's location. Labels shall
be created using a standard typewriter or word processor.

The notification circuit module shall be provided with removable wiring terminal blocks for ease of

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-141

installation and service. The terminal strips shall be UL listed for use with up to 12 AWG wire.

Each circuit shall be capable of, through system programming, deactivating upon depression of the signal
silence switch.

j. Control Relay Module


The control relay module shall provide four Form-C auxiliary relay circuits rated at 5 amperes, 28 VDC.
An expansion circuit board shall allow expansion to eight Form-C relays per module.

Each relay circuit shall be capable of being activated (change in state) by any initiating device or from any
combination of initiating devices.

The relay module shall provide 8 green ON/OFF LEDs and 8 yellow LEDs (indicates disabled status of
the relay).

The module shall provide a momentary switch per relay circuit that may be used to manually turn the
relay ON/OFF or to disable the relay.

Each relay circuit shall include a custom label inserted to identify its location. Labels shall be created
using a standard typewriter or word processor.

The control relay module shall be provided with removable wiring terminal blocks for ease of installation
and service. The terminal blocks shall be UL listed for use with up to 12 AWG wire.

k. Enclosures:
The control panel shall be housed in a UL-listed cabinet suitable for surface or semi-flush mounting. The
cabinet and front shall be corrosion protected, given a rust-resistant prime coat, and manufacturer's
standard finish.

The back box and door shall be constructed of 0.060 steel with provisions for electrical conduit
connections into the sides and top.

The door shall provide a key lock and shall include a glass or other transparent opening for viewing of all
indicators. For convenience, the door may be site configured for either right or left hand hinging.

l. Power Supply:

MD/WZ/06/PUR/ADB/ERP-03
6-142 Section VI. Schedule of Supply

A high tech off-line switching power supply shall be available for the fire alarm control panel or network
node and provide 6.0 amps of available power for the control panel and peripheral devices.

Provisions will be made to allow the audio-visual power to be increased as required by adding modular
expansion audio-visual power supplies.

Positive-Temperature-Coefficient (PTC) thermistors, circuit breakers, or other over-current protection shall


be provided on all power outputs. The power supply shall provide an integral battery charger for use with
batteries up to 60 AH or may be used with an external battery and charger system. Battery arrangement
may be configured in the field.

The power supply shall continuously monitor all field wires for earth ground conditions, and shall have the
following LED indicators:
 Ground Fault LED
 AC Power Fail LED
 NAC on LED (4)

The main power supply shall operate on 120 VAC, 60 Hz, and shall provide all necessary power for the
FACP.

The main power supply shall provide a battery charger using dual-rate charging techniques for fast
battery recharge and be capable of charging batteries up to 60 AH.

All circuits shall be power-limited, per UL864 requirements.

m. Field Charging Power Supply (FCPS):


The FCPS is a device designed for use as either a remote 24 volt power supply or used to power
Notification Appliances.

The FCPS shall offer up to 6.0 amps (4.0 amps continuous) of regulated 24 volt power. It shall include
an integral charger designed to charge 7.0 amp hour batteries and to support 60 hour standby.

The Field Charging Power Supply shall have two input triggers. The input trigger shall be a Notification
Appliance Circuit (from the fire alarm control panel) or a relay. Four outputs (two Style Y or Z and two
style Y) shall be available for connection to the Notification devices.

The FCPS shall include an attractive surface mount backbox.

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-143

The Field Charging Power Supply shall include the ability to delay the AC fail delay per NFPA
requirements.

The FCPS include power limited circuitry, per 1995 UL standards.

n. Specific System Operations

i. Smoke Detector Sensitivity Adjust: A means shall be provided for adjusting the sensitivity of any or
all addressable intelligent detectors in the system from the system keypad. Sensitivity range shall be
within the allowed UL window and have a minimum of 9 levels.

ii. Alarm Verification: Each of the intelligent addressable smoke detectors in the system may be
independently selected and enabled to be an alarm verified detector. The alarm verification delay shall be
programmable from 5 to 30 seconds and each detector shall be able to be selected for verification. The
FACP shall keep a count of the number of times that each detector has entered the verification cycle.
These counters may be displayed and reset by the proper operator commands.

iii. Point Disable: Any addressable device or conventional circuit in the system may be enabled or
disabled through the system keypad.

iv. Point Read: The system shall be able to display or print the following point status diagnostic functions:
 Device status
 Device type
 Custom device label
 View analog detector values
 Device zone assignments
 All program parameters

v. System Status Reports: Upon command from an operator of the system, a status report will be
generated and printed, listing all system status.

vi. System History Recording and Reporting: The fire alarm control panel shall contain a history buffer
that will be capable of storing up to 800 events. Up to 200 events shall be dedicated to alarm and the
remaining events are general purpose. Systems that do not have dedicated alarm storage, where events
are overridden by non-alarm type events, are not suitable substitutes. Each of these activations will be
stored and time and date stamped with the actual time of the activation. The contents of the history buffer
may be manually reviewed, one event at a time, or printed in its entirety. The history buffer shall use non-

MD/WZ/06/PUR/ADB/ERP-03
6-144 Section VI. Schedule of Supply

volatile memory. Systems that use volatile memory for history storage are not acceptable substitutes.

vii. Automatic Detector Maintenance Alert: The fire alarm control panel shall automatically interrogate
each intelligent detector and shall analyze the detector responses over a period of time. If any intelligent
detector in the system responds with a reading that is above or below normal limits, then the system will
enter the trouble mode, and the particular detector will be annunciated on the system display, and printed
on the optional printer. This feature shall in no way inhibit the receipt of alarm conditions in the system,
nor shall it require any special hardware, special tools or computer expertise to perform.

viii. Pre-Alarm Function: The system shall provide two levels of pre-alarm warning to give advance
notice of a possible fire situation. Both pre-alarm levels shall be fully field adjustable. The first level shall
give an audible indication at the panel. The second level shall give an audible indication and may also
activate control relays. The system shall also have the ability to activate local detector sounder bases at
the pre-alarm level, to assist in avoiding nuisance alarms.

ix. Software Zones: The FACP shall provide 100 software zones, 10 additional special function zones,
10 releasing zones, and 20 logic zones.

x. The fire alarm control panel shall include a walk test feature. It shall include the ability to test initiating
device circuits and notification appliance circuits from the field without returning to the panel to reset the
system.

Operation shall be as follows:


 Alarming an initiating device shall activate programmed outputs, which are selected to participate
in walk test, for 3 seconds.
 Introducing a trouble into the initiating device shall activate the programmed outputs for 8
seconds.
 All devices tested in walk test shall be recorded in the history buffer.

xi. Waterflow Operation: An alarm from a waterflow detection device shall activate the appropriate alarm
message on the main panel display, turn on all programmed notification appliance circuits and shall not
be affected by the signal silence switch.

xii. Supervisory Operation: An alarm from a supervisory device shall cause the appropriate indication
on the system display, light a common supervisory LED, but will not cause the system to enter the trouble
mode.

xiii. Signal Silence Operation: The FACP shall have the ability to program each output circuit
(notification, relay, speaker etc) to deactivate upon depression of the signal silence switch.

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-145

xiv. Non-Alarm Input Operation: Any addressable initiating device in the system may be used as a non-
alarm input to monitor normally open contact type devices. Non-alarm functions are a lower priority than
fire alarm initiating devices.

xv. Combo Zone: A special type code shall be available to allow waterflow and supervisory devices to
share a common addressable module. Waterflow devices shall be wired in parallel, supervisory devices
in series.

System Components

a. Speakers:
i. All speakers shall operate on 25 VRMS or with field selectable output taps from 0.5 to 2.0 Watts.
ii. Speakers in corridors and public spaces shall produce a nominal sound output of 84 dBA at 10
feet (3m).
iii. Frequency response shall be a minimum of 400 HZ to 4000 HZ.
iv. The back of each speaker shall be sealed to protect the speaker cone from damage and dust.
v. Projected Beam Detectors
vi. The projected beam type shall be a 4-wire 24 VDC device.
vii. The detector shall be listed to UL 268 and shall consist of a separate transmitter and receiver
capable of being powered separately or together.
viii. The detector shall operate in either a short range (30' - 100') or long range (100' - 330') mode.
ix. The temperature range of the device shall be -22 degrees F to 131 degrees F.
x. The detector shall feature a bank of four alignment LEDs on both the receiver and the transmitter
that are used to ensure proper alignment of unit without special tools.
xi. Beam detectors shall feature automatic gain control which will compensate for gradual signal
deterioration from dirt accumulation on lenses.
xii. The unit shall be both ceiling and wall mountable.
xiii. The detector shall have the ability to be tested using calibrated test filters or magnet activated
remote test station.

b. Alphanumeric LCD Type Annunciator


i. The alphanumeric display annunciator shall be a supervised, remotely located back-lit LCD
display containing a minimum of eighty (80) characters for alarm annunciation in clear English
text.
ii. The LCD annunciator shall display all alarm and trouble conditions in the system.
iii. An audible indication of alarm shall be integral to the alphanumeric display.

MD/WZ/06/PUR/ADB/ERP-03
6-146 Section VI. Schedule of Supply

iv. The display shall be UL listed for fire alarm application.


v. It shall be possible to connect up to 32 LCD displays and be capable of wiring distances up to
6,000 feet from the control panel.
vi. The annunciator shall connect to a separate, dedicated "terminal mode" EIA-485 interface. This is
a two-wire loop connection and shall be capable of distances to 6,000 feet. Each terminal mode
LCD display shall mimic the main control panel.
vii. The system shall allow a minimum of 32 terminal mode LCD annunciators. Up to 10 LCD
annunciators shall be capable of the following system functions: Acknowledge, Signal Silence
and Reset, which shall be protected from unauthorized use by a keyswitch or password.

c. Voltage surges or line transients: All interfaces and associated equipment are to be protected so
that they will not be affected by voltage surges or line transients consistent with UL standard 864.

d. Field Wiring Terminal Blocks


For ease of service all panel I/O wiring terminal blocks shall be removable, plug-in types and have
sufficient capacity for #18 to #12 AWG wire. Terminal blocks that are permanently fixed are not
acceptable.

System Components – Addressable Devices

a. Addressable Devices - General


i. Addressable devices shall use simple to install and maintain decade, decimal address switches.
Devices shall be capable of being set to an address in a range of 001 to 159.
ii. Addressable devices, which use a binary-coded address setting method, such as a DIP-switch,
are not an allowable substitute.
iii. Detectors shall be intelligent (analog) and addressable, and shall connect with two wires to the
fire alarm control panel Signaling Line Circuits.
iv. Addressable smoke and thermal detectors shall provide dual alarm and power / polling LEDs.
Both LEDs shall flash green under normal conditions, indicating that the detector is operational
and in regular communication with the control panel, and both LEDs shall be placed into steady
red illumination by the control panel, indicating that an alarm condition has been detected. If
required, the LED flash shall have the ability to be removed from the system program. An output
connection shall also be provided in the base to connect an external remote alarm LED.
v. The fire alarm control panel shall permit detector sensitivity adjustment through field programming
of the system. The panel on a time-of-day basis shall automatically adjust sensitivity.
vi. Using software in the FACP, detectors shall automatically compensate for dust accumulation and
other slow environmental changes that may affect their performance. The detectors shall be listed
by UL as meeting the calibrated sensitivity test requirements of NFPA Standard 72, Chapter 7.
vii. The detectors shall be ceiling-mount and shall include a separate twist-lock base with tamper

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-147

proof feature. Bases shall include a sounder base with a built-in (local) sounder rated at 85 DBA
minimum, a relay base and an isolator base designed for Style 7 applications.
viii. The detectors shall provide a test means whereby they will simulate an alarm condition and report
that condition to the control panel. Such a test may be initiated at the detector itself (by activating
a magnetic switch) or initiated remotely on command from the control panel.
ix. Detectors shall also store an internal identifying type code that the control panel shall use to
identify the type of device (ION, PHOTO, THERMAL).
x. Detectors will operate in an analog fashion, where the detector simply measures its designed
environment variable and transmits an analog value to the FACP based on real-time measured
values. The FACP software, not the detector, shall make the alarm/normal decision, thereby
allowing the sensitivity of each detector to be set in the FACP program and allowing the system
operator to view the current analog value of each detector.
xi. Addressable devices shall store an internal identifying code that the control panel shall use to
identify the type of device.
xii. Addressable modules shall mount in a 4-inch square (101.6 mm square), 2-1/8 inch (54 mm)
deep electrical box. An optional surface mount Lexan enclosure shall be available.

b. Addressable Manual Fire Alarm Box (manual station)


i. Addressable manual fire alarm boxes shall, on command from the control panel, send data to the
panel representing the state of the manual switch and the addressable communication module
status. They shall use a key operated test-reset lock, and shall be designed so that after actual
emergency operation, they cannot be restored to normal use except by the use of a key.
ii. All operated stations shall have a positive, visual indication of operation and utilize a key type
reset.
iii. Manual fire alarm boxes shall be constructed of Lexan with clearly visible operating instructions
provided on the cover. The word FIRE shall appear on the front of the stations in raised letters,
1.75 inches (44 mm) or larger.

c. Intelligent Photoelectric Smoke Detector


The detectors shall use the photoelectric (light-scattering) principal to measure smoke density and shall,
on command from the control panel, send data to the panel representing the analog level of smoke
density.

d. Intelligent Laser Photo Smoke Detector


i. The intelligent laser photo smoke detector shall be a spot type detector that incorporates an
extremely bright laser diode and an integral lens that focuses the light beam to a very small
volume near a receiving photo sensor. The scattering of smoke particles shall activate the photo
sensor.
ii. The laser detector shall have conductive plastic so that dust accumulation is reduced
significantly.

MD/WZ/06/PUR/ADB/ERP-03
6-148 Section VI. Schedule of Supply

iii. The intelligent laser photo detector shall have nine sensitivity levels and be sensitive to a
minimum obscuration of 0.03 percent per foot.
iv. The laser detector shall not require expensive conduit, special fittings or PVC pipe.
v. The intelligent laser photo detector shall support standard, relay, isolator and sounder detector
bases.
vi. The laser photo detector shall not require other cleaning requirements than those listed in NFPA
72. Replacement, refurbishment or specialized cleaning of the detector head shall not be
required.
vii. The laser photo detector shall include two bicolor LEDs that flash green in normal operation and
turn on steady red in alarm.

e. Intelligent Ionization Smoke Detector


The detectors shall use the dual-chamber ionization principal to measure products of combustion and
shall, on command from the control panel, send data to the panel representing the analog level of
products of combustion.

f. Intelligent Multi Criteria Acclimating Detector


i. The intelligent multi criteria Acclimate detector shall be an addressable device that is designed to
monitor a minimum of photoelectric and thermal technologies in a single sensing device. The
design shall include the ability to adapt to its environment by utilizing a built-in microprocessor to
determine its environment and choose the appropriate sensing settings. The detector design
shall allow a wide sensitivity window, no less than 1 to 4% per foot obscuration. This detector
shall utilize advanced electronics that react to slow smoldering fires and thermal properties all
within a single sensing device.
ii. The microprocessor design shall be capable of selecting the appropriate sensitivity levels based
on the environment type it is in (office, manufacturing, kitchen etc.) and then have the ability to
automatically change the setting as the environment changes (as walls are moved or as the
occupancy changes).
iii. The intelligent multi criteria detection device shall include the ability to combine the signal of the
thermal sensor with the signal of the photoelectric signal in an effort to react hastily in the event of
a fire situation. It shall also include the inherent ability to distinguish between a fire condition and
a false alarm condition by examining the characteristics of the thermal and smoke sensing
chambers and comparing them to a database of actual fire and deceptive phenomena.

g. Intelligent Thermal Detectors


Thermal detectors shall be intelligent addressable devices rated at 135 degrees Fahrenheit (58 degrees
Celsius) and have a rate-of-rise element rated at 15 degrees F (9.4 degrees C) per minute. It shall
connect via two wires to the fire alarm control panel signaling line circuit.

h. Intelligent Duct Smoke Detector

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-149

The smoke detector housing shall accommodate either an intelligent ionization detector or an intelligent
photoelectric detector, of that provides continuous analog monitoring and alarm verification from the
panel.

When sufficient smoke is sensed, an alarm signal is initiated at the FACP, and appropriate action taken to
change over air handling systems to help prevent the rapid distribution of toxic smoke and fire gases
throughout the areas served by the duct system.

i. Addressable Dry Contact Monitor Module


Addressable monitor modules shall be provided to connect one supervised DC zone of conventional
alarm initiating devices (any N.O. dry contact device) to one of the fire alarm control panel SLCs.

The DC zone shall be suitable for Style D or Style B operation. An LED shall be provided that shall flash
under normal conditions, indicating that the monitor module is operational and in regular communication
with the control panel.

For difficult to reach areas, the monitor module shall be available in a miniature package and shall be no
larger than 2-3/4 inch (70 mm) x 1-1/4 inch (31.7 mm) x 1/2 inch (12.7 mm). This version need not include
Style D or an LED.

j. Two Wire Detector Monitor Module


Addressable monitor modules shall be provided to connect one supervised IDC zone of conventional 2-
wire smoke detectors or alarm initiating devices (any N.O. dry contact device).

The DC zone may be wired for Class A or B (Style D or Style B) operation. An LED shall be provided that
shall flash under normal conditions, indicating that the monitor module is operational and in regular
communication with the control panel.

k. Addressable Control Module


Addressable control modules shall be provided to supervise and control the operation of one conventional
NACs of compatible, 24 VDC powered, polarized audio/visual notification appliances.

The control module NAC may be wired for Style Z or Style Y (Class A/B) with up to 1 amp of inductive A/V
signal, or 2 amps of resistive A/V signal operation.

Audio/visual power shall be provided by a separate supervised power circuit from the main fire alarm
control panel or from a supervised UL listed remote power supply.

MD/WZ/06/PUR/ADB/ERP-03
6-150 Section VI. Schedule of Supply

The control module shall be suitable for pilot duty applications and rated for a minimum of 0.6 amps at 30
VDC.

l. Addressable Relay Module


Addressable Relay Modules shall be available for HVAC control and other building functions. The relay
shall be form C and rated for a minimum of 2.0 Amps resistive or 1.0 Amps inductive. The relay coil shall
be magnetically latched to reduce wiring connection requirements, and to insure that 100% of all auxiliary
relay or NACs may be energized at the same time on the same pair of wires.

m. Isolator Module
Isolator modules shall be provided to automatically isolate wire-to-wire short circuits on an SLC Class A or
Class B branch. The isolator module shall limit the number of modules or detectors that may be rendered
inoperative by a short circuit fault on the SLC loop segment or branch. At least one isolator module shall
be provided for each floor or protected zone of the building.

If a wire-to-wire short occurs, the isolator module shall automatically open-circuit (disconnect) the SLC.
When the short circuit condition is corrected, the isolator module shall automatically reconnect the
isolated section.

The isolator module shall not require address-setting, and its operations shall be totally automatic. It shall
not be necessary to replace or reset an isolator module after its normal operation.

The isolator module shall provide a single LED that shall flash to indicate that the isolator is operational
and shall illuminate steadily to indicate that a short circuit condition has been detected and isolated.

Batteries
The battery shall have sufficient capacity to power the fire alarm system for not less than twenty-four
hours plus 5 minutes of alarm upon a normal AC power failure.

The batteries are to be completely maintenance free. No liquids are required. Fluid level checks for
refilling, spills, and leakage shall not be required.

If necessary to meet standby requirements, external battery and charger systems may be used.

Execution:
a. Installation
i. Installation shall be in accordance with the NEC, NFPA 72, local and state codes and as
recommended by the major equipment manufacturers.

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-151

ii. All conduit, junction boxes, conduit supports and hangers shall be concealed in finished areas
and may be exposed in unfinished areas. Smoke detectors shall not be installed prior to the
system programming and test period. If construction is ongoing during this period, measures shall
be taken to protect smoke detectors from contamination and physical damage.
iii. All fire detection and alarm system devices, control panels and remote annunciators shall be flush
mounted when located in finished areas and may be surface mounted when located in unfinished
areas.
iv. Manual fire alarm boxes shall be suitable for surface mounting or semi-flush mounting as shown
on the plans, and shall be installed not less than 42 inches (1067 mm), nor more than 48 inches
(122 mm) above the finished floor.

b. Test
The service of a competent, factory-trained engineer or technician authorized by the manufacturer of the
fire alarm equipment shall be provided to technically supervise and participate during all of the
adjustments and tests for the system. All tests to be done by contractor at his own cost.
i. Before energizing the cables and wires, check for correct connections and test for short circuits,
ground faults, continuity, and insulation.
ii. Close each sprinkler system flow valve and verify proper supervisory alarm at the FACP.
iii. Verify activation of all waterflow switches.
iv. Open initiating device circuits and verify that the trouble signal actuates.
v. Open and short signaling line circuits and verify that the trouble signal actuates.
vi. Open and short notification appliance circuits and verify that trouble signal actuates.
vii. Ground all circuits and verify response of trouble signals.
viii. Check presence and audibility of tone at all alarm notification devices.
ix. Check installation, supervision, and operation of all intelligent smoke detectors using the walk
test.
x. Each of the alarm conditions that the system is required to detect should be introduced on the
system. Verify the proper receipt and the proper processing of the signal at the FACP and the
correct activation of the control points.
xi. When the system is equipped with optional features, the manufacturer's manual shall be
consulted to determine the proper testing procedures. This is intended to address such items as
verifying controls performed by individually addressed or grouped devices, sensitivity monitoring,
verification functionality and similar.

Fire Detection Panel shall have the following inbuilt features:


 Compatibility with Building Management System (BMS), through the provision of a network card,
which can provide MODBUS RTU/ Other acceptable Communications protocol to the BMS
System.
 Web Server, for remote monitoring. Dedicated Telephone line for Dial-up shall be provided by the

MD/WZ/06/PUR/ADB/ERP-03
6-152 Section VI. Schedule of Supply

client.
 Built in Release circuits, UL Listed

3.3.10. Fire Suppression System - FM 200 Fire Suppression System

a. Purpose
This specification is for procurement of FM-200 Clean Agent Based Fire Suppression System. It shall be
used as a standard for the system Equipment, System Installation and Acceptance testing.

b. Mandatory Bidding Requirements


The OEM (/ supplier) shall give a Certificate stating that their FM-200 system is approved by UL / FM /
VdS / LPC/CNPP for use with Seamless Steel Cylinders (Component as well as System Approval).

The OEM (/ Bidder) shall also provide a Letter that the OEM has FM-200 Flow Calculation software
suitable for Seamless Steel cylinder bided for as per the Bill of materials and that such Software shall be
type approved by FM / UL / VdS / LPC.

c. Specific Technical Requirements


i. The Storage Container offered shall be of Seamless type, meant for exclusive use in FM- 200
systems, with VdS/FM/UL/LPC/CNPP component approval. Welded cylinders are not permitted.
ii. The Seamless storage cylinder shall be approved by Department of Explosives, and shall have
NOC from Department of Explosives for import of the same. Documentary evidence to be
provided for earlier imports done by the bidder.
iii. The FM-200 valve should be Differential Pressure Design and shall not require an Explosive /
Detonation type Consumable Device to operate it.
iv. The FM-200 Valve operating actuators shall be of Electric (Solenoid) type, and it should be
capable of resetting manually. The Valve should be capable of being functionally tested for
periodic servicing requirements and without any need to replace consumable parts.
v. The individual FM-200 Bank shall also be fitted with a manual mechanism operating facility that
should provide actuation in case of electric failure.
vi. The system flow calculation be carried out on certified software, suitable for the Seamless Steel
Cylinder being offered for this project. Such system flow calculations shall be also approved by
VdS / LPC/ UL / FM.
vii. The system shall utilize 42 Bar / High pressure (600 psi) technology that allows for a higher
capacity to overcome frictional losses and allow for higher distances of the agent flow; and also
allow for better agent penetration in enclosed electronic equipments such as Server Racks/
Electrical Panels etc.

d. General Technical Requirements

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-153

i. The designer shall consider and address possible Fire hazards within the protected volume at the
design stage. The delivery of the FM-200 system shall provide for the highest degree of
protection and minimum extinguishing time. The design shall be strictly as per NFPA standard
NFPA 2001.
ii. The suppression system shall provide for high-speed release of FM-200 based on the concept of
total Flooding protection for enclosed areas. A Uniform extinguishing concentration shall be 7%
(v/v) of FM-200 for 21 degree Celsius or higher as recommended by the manufacturer.
iii. The system discharge time shall be 10 seconds or less, in accordance with NFPA standard 2001.
iv. Sub floor and the ceiling void to be included in the protected volume.
v. The FM-200 systems to be supplied by the bidder must satisfy the various and all requirements of
the Authority having Jurisdiction over the location of the protected area and must be in
accordance with the OEM’s product design criteria.
vi. The detection and control system that shall be used to trigger the FM-200 suppression shall
employ cross zoning of photoelectric and ionization smoke detectors. A single detector in one
zone activated, shall cause in alarm signal to be generated. Another detector in the second zone
activated, shall generate a pre-discharge signal and start the pre-discharge condition.
vii. The discharge nozzles shall be located in the protected volume in compliance to the limitation
with regard to the spacing, floor and ceiling covering etc. The nozzle locations shall be such that
the uniform design concentration will be established in all parts of the protected volumes. The
final number of the discharge nozzles shall be according to the OEM’s certified software, which
shall also be approved by third party inspection and certified such as UL / FM / VdS / LPC.
viii. FM-200 shall be stored in seamless storage containers complying with the SMPV Rules set out
by Department of Explosives. The Bidder shall be required to produce a NOC from Department of
Explosives for the storage containers against the cylinder identification numbers punched on
them.
ix. Welded cylinders for agent storage will not be acceptable – NOR shall be such Seamless
cylinders & Cylinder manufacturers, that do not already have the approval of Department of
Explosives
x. The Cylinder shall be equipped with differential pressure valves and no replacement parts shall
be necessary to recharge the FM-200 containers.
xi. FM-200 shall be discharged through the operation of an Electric (solenoid) operated device or
pneumatically operated device, which releases the agent through a differential pressure valve.
xii. Systems that employ explosive or pyrotechnic devices for FM-200 discharge shall not be
permitted.
xiii. All system components shall be New and of Current manufacture and shall be installed in
accordance with local codes.
xiv. The suppression agent shall be UL component recognized
xv. The bidder shall provide all documentation such as Cylinder Manufacturing Certificates. Test and
Inspection Certificates and Fill Density Certificates.
xvi. The extinguishing system shall include the following components:

MD/WZ/06/PUR/ADB/ERP-03
6-154 Section VI. Schedule of Supply

 Agent storage container with cylinder valve, pressure gauge, Low-pressure Switch
 FM-200 agent
 Discharge nozzle(s)
 Solenoid valve(s) and Pneumatic Actuator(s)
 Manual Actuator(s)
 Mounting brackets
 Discharge hoses
 Check valves
 Inter-connecting Actuation hoses
 Manifolds and piping with fittings
 Any other required for the completeness of the system
xvii. The FM-200 discharge shall be activated by an output directly from the `FM-200’ Gas Release
control panel, which will activate the solenoid valve. FM-200 agent is stored in the container as a
liquid. To aid release and more effective distribution, the container shall be super pressurized to
600 psi (g) at 21°C with dry Nitrogen.
xviii. Cylinder valve bodies shall be brass. Any other materials of construction shall not be acceptable.
xix. The releasing device shall be easily removable from the cylinder without emptying the cylinder.
While removing from cylinder, the releasing device shall be capable of being operated, with no
replacement of parts required after this operation.
xx. Upon discharge of the system, no parts shall require replacement other than gasket, lubricants,
and the FM-200 agent. Systems requiring replacement of disks, squibs, or any other parts that
add to the recharge cost will not be acceptable.
xxi. Systems containing components that have a dated life span and must be periodically replaced
shall not be acceptable.
xxii. The releasing of FM-200 Cylinder(s) shall also be possible through direct mechanical actuation,
providing a means of discharge in the event of total electrical malfunction.
xxiii. The manual release device fitted on the FM-200 Cylinder(s) shall be of a manual lever type and a
faceplate with clear instruction of how to mechanically activate the system. In all cases, FM-200
cylinders shall be fitted with a manual mechanical operating facility that requires two-action
actuation to prevent accidental actuation.
xxiv. FM-200 storage cylinder valve shall be provided with a safety rupture disc. An increase in internal
pressure due to high temperature shall rupture the safety disc and allow the content to vent
before the rupture pressure of the container is reached. The # contents shall not be vented
through the discharge piping and nozzles.
xxv. FM-200 containers shall be equipped with a pressure gauge to display internal pressure.
xxvi. Brass Discharge nozzles shall be used to disperse the `FM-200’. The nozzles shall be brass with
female threads and available in sizes as advised by the OEM system manufacturer. Each size
shall come in two styles: 180° and 360° dispersion patterns. The nozzles provided shall be UL
listed or VDS/LPC approved.

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-155

xxvii. All the Major components of the FM-200 system such as the Cylinder, Valves and releasing
devices, nozzles and all accessories shall be supplied by one single manufacturer under the
same brand name.
xxviii. Manual Gas Discharge stations and Manual Abort Stations, in conformance to the requirements
put forth in NFPA 2001 shall be provided.
xxix. Release of FM-200 agent shall be accomplished by an electrical output from the FM- 200 Gas
Release Panel to the solenoid valve and shall be in accordance with the requirements set forth in
the current edition of the National Fire Protection Association Standard 2001.
xxx. Acceptance Tests: Acceptance for the System installation, inclusive of the piping and requisite
cabling shall be strictly in accordance with the installation acceptance guidelines as put forth in
the NFPA 2001. The bidder shall be required to carry out a simulation test [with the Electrical
Solenoid on the FM200 bank (/ Cylinder) disenabled / disengaged so as to prevent discharge of
gas], and prove the functionality of the System.
xxxi. A Gas dump test is outside the purview of this specification, due to commercial considerations,
and as the guidelines put forth by NFPA 2001.

e. System consideration and requirements

System Drawings:
The Bidder shall specifically prepare plans, which are to an indicated scale with lettering no smaller than
one-eighth inch and easily reproducible. These plans will show the quantity, location, and marking of all
system components. Included shall be a description and routing of all piping. Computer flow calculations
using the manufacturers approved software shall detail pressure changes, flow rates, pipe and nozzles
sizes. Care should be taken to locate all agent storage containers as close to the protected area as
possible to ensure complete liquid discharge of the suppression agent within 10 seconds. System
electrical schematics and diagrams shall be provided, including a description of all interlock functions.

f. Codes and Standards


NFPA 2001 standard on Clean Agent Fire Extinguishing System
Clean agent manufacturers recommendation

3.3.11. Access Control System

a. General
The intent of this document is to specify the minimum criteria for the Design, Supply, Installation, and
Commissioning & Maintenance of Access Control System. The work under this system shall consist of
design, supply, installation, testing, training & handing over of all materials, equipment’s and appliances
and labor necessary to commission the said system, complete with Door controller, Proximity card reader,
Electromagnetic locks, Magnetic contact and Emergency release switch. It shall also include laying of

MD/WZ/06/PUR/ADB/ERP-03
6-156 Section VI. Schedule of Supply

cabling, necessary for installation of the system as indicated in the specification and Bill of Quantities.
Any openings/chasing in the wall/ceiling required for the installation shall be made good in appropriate
manner.

The software for the Fire alarm, Access control and CCTV system shall run on a single platform. The
specification for the same is provided along with the fire alarm system and supplier shall comply point-
wise on the requirement.

b. Scope
The scope of work shall include the design, supply, installation, commissioning, integrating, guaranteeing
and maintenance of an integrated access control system.

c. Operational Requirements
The Access Control System (ACS) as outlined in the tender document shall be used to control the flow of
authorized personnel through the secured access area of the facility.

Individual access cards shall be issued to all the employees. The system shall authorize entry only after
the card read by the smart card reader is validated with respect to door, time & day of the week. For
authorizing an exit, the system shall verify the validity of the card read by the reader and release the door
lock

The document shall provide an outline of the various parameters that are specified, as minimum
requirements, with respect to various hardware & software components required for the implementation of
an integrated security & access control system. This document together with the detailed schedule of
quantities for the site forms the basis for the tender issued.

d. Access Software Features & Requirements

General Description
i. The Access control system software shall be a module in the integrated software. The Access
Control System software shall be capable of integrating multiple functions including Access
control, Time and Attendance Management of employees, Alarm Management, Database
Partitioning, and external system database sharing of employee personal information (Import
Utility).
ii. The system shall be modular in nature, and shall permit expansion of both capacity and
functionality through the addition of control panels, card readers, software modules and sensors.
iii. The system shall incorporate the necessary hardware, software, and firmware to collect, transmit,
and process alarm, tamper and trouble conditions, access requests, and advisories in
accordance with the security procedures configured. The system shall control the flow of

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-157

authorized personnel traffic through the secured areas of a facility.


iv. The user interface at the host computer (server) and at the UWS (user workstation computers)
shall be a mouse driven graphical user interface (GUI) allowing the user to open and work on
multiple windows simultaneously.

Glossary of Terms
The following terms are defined for the purpose of this section’s specification:

Card Profile - A logical group of doors which may be connected to one controller and which represent a
collection of readers for which a particular cardholder may have access privileges.

Acknowledge - The action taken by an operator to indicate that he/she is aware of a specific alarm or
tamper state.

Process – The action taken by an operator to indicate that he/she is satisfied that the alarm has been
attended to and can be cleared from the screen.

Alarm - A change of state as sensed by the ACS Software indicating that the ACS Software has detected
a condition, which its sensors were designed to detect.

Badge - The physical card, carried by the Cardholder used to gain access through a door by presentation
to a Card Reader.

Cardholder - A person who is a member of the Cardholder database and may or may not have been
issued a valid badge.

Card Reader - A device usually located at access points, designed to decode the information contained
on or within a badge for the purposes of making an access decision or for identity verification.

Download - To send computer data from one sub-system to another; for example, to send a cardholder
database from the ACS Software server to a controller for the purposes of making access decisions
without the intervention of the host PC.

Facility Code - A coded number, in addition to the individual card number, stored within each card key,
which uniquely identifies the facility at which the card is valid. This feature prevents cards from one
facility from being used at another facility that has a similar Security System.

Server - The central computer that serves as the common point controller for the remote user workstation

MD/WZ/06/PUR/ADB/ERP-03
6-158 Section VI. Schedule of Supply

terminals, as an alarm monitoring and control workstation, as a point of integration for related sub-
systems, and as a central data base server.

Line Supervision - The monitoring of an electrical circuit via electrical and software systems to verify the
electrical integrity of the supervised circuit.

Off-line - A condition in which a controller(s) is not in communication. In the off-line mode, the controller
continues to make access decisions and process alarms according to the information stored at its local
database.

User Workstation (UWS) - a personal computer connected to the ACS Software server computer via local
area network connections for the purpose of operating the system and responding to alarms.

Password - A combination of numbers and/or letters unique to each ACS Software operator.

Reset - A command or feedback signal that indicates that a monitored point has returned to its normal
state after having transferred to the alarm or trouble state.

Armed - The normal state of an alarm input point in which it will be monitored for change of state, which
would indicate that it has transferred to the alarm state.

Secured Area - A physical location within the facility to which access is controlled by one or more card
readers.

Tamper - A condition within the circuitry of a monitored point, which indicates that the electrical integrity of
that sensing circuit has been compromised.

Time Zone - A user programmable period made up of days of the week and hours of the day during which
events such as valid card grants and Input/Output linking events may occur.

User Definable - An attribute of an ACS Software function which may be easily tailored by the Operator
without the need for computer programming knowledge or experience.

e. Software Architecture

i. Server
The ACS Software Server shall be configured to be located at the Central integrated software.

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-159

The ACS Software server shall operate on Windows XP/Vista/ 2008 Server Platforms. The Server
shall consist of various managers that are assigned specific functionalities logically grouped
together and shall control all access to the database.

The ACS Software Server shall be designed for unattended execution and should not have any
user interface.

ii. User Workstation


The UWS shall be dedicated to act as a card issue terminal/System Monitoring/Administration
Station. The UWS shall be connected to the ACS Software Server over a dedicated Ethernet
LAN/Internet. The UWS shall provide the GUI in the familiar windows point and click environment
for easy manoeuvrability.

Various configurable parameters shall be logically grouped and shall be available in various
consoles.

f. System Architecture

i. General
The Access Control System Management System (ACS Software) shall use a Client Server
architecture based around a modular PC network, utilizing industry standard operating systems,
networks and protocols. The system shall allow the distribution of system functions such as
monitoring and control and graphical user interface etc. across the network to allow maximum
flexibility and performance. The architecture shall include support native Ethernet LAN / WAN
using standard hardware and software to link nodes into a single integrated system. The network
protocol used shall be industry standard TCP-IP / UDP

ii. Software features


 The software shall have a capacity to accommodate the following based on licensing
 A central database on the server able to support up to unlimited badges
 Unlimited number of card profiles.
 Unlimited number of operators.
 Central on-line data storage of historical transactions, expandable as system resources allow.
 255 levels of alarm priority
 Multiple badge numbers per cardholder. Each badge can be tracked separately.
 Multiple issue levels per card, only one of which shall be active at any given time
 Fifty user-defined cardholder fields. The system shall be capable of reporting on any or all of the
user-defined fields. Each user-defined field may be defined by the user as alphanumeric,

MD/WZ/06/PUR/ADB/ERP-03
6-160 Section VI. Schedule of Supply

numeric, or Text List.


 Support all time zones with 2 on & 2 off periods. And 3 set of times corresponding to 3 security
levels.
 Anti-pass back feature support.
 Door open time set for each door.
 The time in and time out is calculated on the first in and last out basis.
 Supports day and overnight shifts.
 Overtime calculations.
 Detailed data entry fields in employee master.
 Employee master maintained for various locations/branches.
 Employee code up to 8 digits.
 Employee master maintained for old employees on location basis.
 Photographs can be stored for each employee.
 Manual Entries
 Outdoor duty entries
 Tour entries
 Department types, employee types, grades, locations maintained.
 Grace time for different grade types.
 Backup and restoration facilities for employee master and swipe data.
 Reports on employee master and time and attendance.
 Login and authority rights to the software can be set for each user.
 Leave system set on calendar or financial year or any month of the year.
 Pro-rata calculation of leaves.
 Leave register maintained for CL, SL, PL and other leaves.
 Maternity and marriage leave setup.
 Carry forward of previous years leave.
 Leave encashment facility.
 Various leave related reports.
 Employee Leave card status.
 Backend Database: ODBC compliant
 Data can be stored on a central database server.

Front end: GUI based user-friendly interface based on client server technology for Windows
2000/XP/2003 Server environment.

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-161

Third party interface: ASCII flat files with coma separated values as per requirement

Architecture: 3 Tier (User, Business & Data services) to ensure scalability

Operators: Unlimited

Configuration: Full set up & programming of all door controller functions

Card Database: To contain Photo image of cardholder along with other relevant data.

Card profiles: Unlimited with respect to single card or batch of cards. Shall define valid doors, 3 time
zones per card applicable to weekday, off day & holiday

Archival: Daily automatic archival based on defined time.

Reports: User definable access reports with respect to time, Date, door & card. Daily Attendance reports
based on 1st IN & last OUT. Reports should also include archived data.

Door Control: Each Door individually or all door simultaneously may be locked / unlocked or normalised
from the PC.

Roll call: The software shall be able to provide the no. of list of card holders in the premises. It shall also
be capable locating an user based on the last transaction.

iii. Operator Interface Characteristics


ACS Software shall provide a Windows operator interface as standard. No custom programming
or scripting shall be necessary to produce the following:
 Window re-size, Dedicated icons and Pull Down Menus to perform the following:
 Associated Alarm Display
 Alarm Summary
 Alarm Acknowledgement
 Graphic Call-up
 Card Holder Detail
 Alarm Banner showing priority
 System Date

MD/WZ/06/PUR/ADB/ERP-03
6-162 Section VI. Schedule of Supply

 Current Operator

iv. Operator Functions


The following functions shall be performed through the operator interface:
 Display and control of door control units
 Acknowledge alarms on a priority basis
 Initiate printing of reports
 Archive and retrieve event logs
 Change own password
 Monitoring of data communications channels
 Configure system parameters

v. Operator Security

Security
Each operator shall be assigned a user profile that defines the following:
 Operator Identifier or User Name
 Unique Password
 Partition
 Workstation Access
 Password expiry parameters

Any actions initiated by the operator shall be logged in the Event database by operator identifier.

Area Assignment / Area Profile


Each operator shall be assigned a specific area of the building with the appropriate monitoring and control
responsibility (no view, view only, alarm acknowledge only or full control). An area shall be defined in this
context as a Partition. This in turn may represent a physical space in the building. This can be used to
partition the database in such a way as to assign operators control over certain areas and prevent
unauthorized access to other areas.

vi. Standard System Displays


The ACS software shall be capable of storing a number of graphic displays (maps). The quantity of such
maps shall be limited by available hard disk storage space only. Display maps) are layered i.e. lower level
maps associated with the top layer map existing in the system. It should be possible to navigate through
the displays (maps) layers by clicking on the sections of a map layer. The following displays shall be

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-163

included as part of the system:


 Alarm Display
 Alarm Count
 Event Display

vii. System Status Displays


System status shall be displayed on all UWS and show the following parameters:
 Recent alarms pending Acknowledged
 Alarms Acknowledged but not Processed
 Communication failures
 Communication links status
 Controller status

viii. Administration Displays


The system shall provide the following consoles:
 Global Settings Console
 ACS Software Management Console – architectural and logical views
 User Management Console
 Operator Management Console
 Graphics Management Console

ix. Creating Custom Displays

Graphic Display Builder


The ACS Software shall provide a Graphics Console for the creation of site-specific graphic displays. It
shall allow one-step online building of display static objects. It is a WYSIWYG editor (what you see is
what you get) allowing the displays drawn using an external editor to appear exactly, the same when
viewed from an Operator Workstation.

x. Monitoring and Control

Audit trail:
ACS Software shall maintain an audit trail file of operator activity, and shall provide the ability to generate
a report by operator, time and date, and type of activity (audit code). The system shall allow the operator
to direct the audit trail report to screen, printer, or file. The audit trail feature records:

MD/WZ/06/PUR/ADB/ERP-03
6-164 Section VI. Schedule of Supply

 Site parameters modified.


 System login or logout.
 Cardholder added, deleted, or changed.
 Alarm message added, deleted, or changed.
 Communications initiated or terminated.
 Access privileges added, deleted, or changed.

xi. Cardholder Management System


The ACS Software shall store security related cardholder/pass holder information in a relational database.

The access matrix shall be defined in the Card Profile. Unlimited such profiles can be created. Each
profile shall also be assigned User Defined Fields.

Badges shall be created in the Card Settings where each card behaviour is defined. Card Profile is also
associated to the card to create the access profile for each card. Card Holders are then created and card
associated to them.

xii. Multi-Selection
It shall be possible for multiple cardholders to be selected and a single edit to be performed on all of
these cardholders selected.

xiii. Alarm Management


ACS Software shall report alarms to the Alarm Window in the Event screen. Alarms are grouped
according to the priority assigned to it.

In the case where over 1000 alarms are in unprocessed state, they are not automatically retrieved. This
will enable the user to attend to any fresh alarm easily. History alarms can be fetched by a manual
command.

Alarm Priorities
Each alarm shall be set one of the upto 255 available priority levels.

Alarm Annunciation
Alarms shall be annunciated by:
 Alarm message appearing on alarm display.
 Available Tone - based on a “*.wav” or other sound file for each alarm priority

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-165

 Alarm message printed on the alarm printer


 Alarm indicator flashing on the operator interface

Alarm Processing
It shall be possible for the operator to click on the alarm window and process each alarm. The following
information shall be made available in the alarm details window:
 Date and Time Stamp
 Description of the point in alarm
 Location of the alarm
 Alarm Priority with total count
 Response Text

History of last 10 alarms from that location. It shall enable the operator to chose to bulk process all alarms
in a priority. It shall also be possible to perform a multi select and process more than one alarm.

Alarm Filtering
The Software shall enable each operator to select the alarms that he/she needs to view and the system
will annunciate only those alarms. It shall also be possible to set if the operator can Acknowledge and/or
process such alarms. Alarms that occur within an operator’s Partition shall only be reported.

xiv. Reporting
The system shall support a flexible reporting package to allow easy generation of report data. The reports
provided shall include pre-configured standard reports for common requirements such as Alarm Event
reports and custom report generation facilities that are configurable by the user.

It shall be possible to define SQL queries in an easy to understand screen.

xv. Historical Data Archiving


The system shall support archiving of historical data to allow a continuous record of history to be built up
over a period of time. Archived data shall be stored on the hard disk of the system or a remote network
drive or moved off-line to removable media such as floppy disk, cartridge tape, DAT tape, or optical disk.

Once archived, the data shall be made available for reporting.

g. Hardware Requirements

MD/WZ/06/PUR/ADB/ERP-03
6-166 Section VI. Schedule of Supply

Node Controller
The Node Controller shall be a fully stand -alone processor capable of making all the access control
decisions without the involvement of a host computer. The Connectivity to the Host computer shall affect
only the data logging and online configuration capability.

The node controller shall have 32 bit dual processor architecture to perform the main functions and
auxiliary functions.

The node controller shall have a built-in Real Time Clock (RTC), Calendar; complete database stored
locally and shall be capable of operating offline on standalone mode.

The Node controller shall mean the intelligent control unit that shall be used to process & manage the
entry & exit transactions through each of the access controlled points, which may be doors (with
electromagnetic locks) or other forms of pedestrian / vehicle barriers. Each access-controlled point shall
have one dedicated node controller. Failure of one controller shall not affect the operation of more than
four readers, while the rest of the system shall continue to function without any reduction in the
functionality.

The node controller shall store in its memory all the system parameters & card databases and shall be
virtually independent of the host computer for its regular operations. It shall also update the host
computer of the card entry / exit transaction data with time & date stamp when the network is online. If the
network is off line, the node controller shall store such data in its internal memory & transfer the same to
the server automatically as and when it comes back on line.

The memory of the node controller shall be adequate to hold 1,000,00 events and 100 card holders in
buffer.
It shall be possible to have In System Programming to modify/upgrade application programs of the
controller from a PC through the LAN/WAN/TCP-IP interface. Controllers not capable of In System
Programming through LAN/WAN/TCP-IP interface are not acceptable.

Functions provided by controller shall include but not limited to the following features
a) Provides Central Control for all devices attached
b) Makes a decision for access
c) Responds to monitor activity
d) Receives input to control its decision-making
e) Reports activity to other devices.

The Controller shall have an on-board Web server for configuration with SSL support enabling it to be
networked via LAN/WAN. Controllers shall also have RS-485 4 wire for peer to peer networking.

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-167

Controllers having only RS485/422/232 connectivity and requiring external device servers for TCP/IP
connectivity are not acceptable.

Tamper switch shall be attached to the inner surface of the controller enclosure. The tamper switch shall
change state whenever the enclosure gate/door is opened and shall cause the controller to signal host of
the condition.

The Controller shall have an on-board memory of minimum 88 MB (SD RAM and Flash memory
combination) to store controller’s application programs.

The Controller database, time clock, operator entered database and transaction history shall be backed
up by an on board power source which shall allow retention of data for 6 months with no external power
supply being available.

The controller shall monitor AC mains fail, low battery, Reader supply fail, Lock supply fail and a firmware
watchdog, which shall reset the controller in case of malfunction. The controller shall have an integrated
low battery shutdown capability.

A Peer to Peer Communication network shall be available for a communication channel between
controllers independent of the Host Computer. This shall be used to achieve functionalities such as global
anti-pass back and effects across node controllers.

The controller shall support different types of wiegand / Clock & Data card readers like Magnetic,
Proximity, Smart card readers and Biometric readers and shall also be capable of supporting Smart card
reader on bidirectional serial interface bus.

Alarm Monitoring and Output Control: The controller shall have minimum 22 programmable supervised
inputs and minimum 7 programmable outputs.

The 22 programmable inputs for door position sensor, Lock Status sensor, Door release switch,
Emergency door lock input, Emergency door open input, tamper reader, box, external inputs
(supervised.) NO/NC type.

The controller shall have in addition to the 7 (minimum) programmable outputs, dedicated outputs for the
following. The output type shall be momentary/ Continuous/ pulsed.
a) Valid Output (When the access is granted)
b) Void Output (When the access is denied)
c) On-board buzzer Output (To provide local audible annunciation)

MD/WZ/06/PUR/ADB/ERP-03
6-168 Section VI. Schedule of Supply

The node controller shall have the following system status LED's
a) System LED/Power On LED
b) PC network transmission On LED
c) PC network receiving On LED
d) Peer to Peer network transmission On LED
e) Peer to Peer network receiving On LED
f) Door Open/Close LED (Lock status)
g) Auxiliary Output 1 status
h) Auxiliary Output 2 status
i) Auxiliary Output 3 status
j) Processor operating
k) LAN status
l) LAN connection status

It shall be possible to assign a card with respect to the following card types:

Normal user shall be given access to specified doors as per the specified time zone attached with respect
to the day of the week.

Super User shall have no restriction to any door except door locked by exception

Patrol user shall access specified doors as per the attached tour sequence. This card when presented
shall disarm the inputs associated with the controller for a definite time. Time sequence shall be
programmable in PC.

Visitor shall be allowed on visitor-enabled doors only

Supplier shall be allowed on supplier-enabled doors only

Duress card when presented shall open the door but transmit a silent alarm to the Host computer.

Maintenance card when presented shall open the door only during the maintenance time zone but shall
leave the door unlocked until the expiration of the time zone or until the card logs an exit.

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-169

Custom Option: It shall be possible to create customized criteria for user if required.

It shall be possible to set up to 16 card attributes in the controller to enable higher levels of security to the
premises like the following:
a) Escort: Card set with this attribute shall allow other cards through doors set with Escort request.
b) Custodian: card set with this attribute shall be the custodian of an area Custodian should be ‘IN’
before any cardholder (except super user and patrol) is allowed entry. For one area any number
of custodians may be defined. Custodian shall be the first person to enter the premises and the
last person to leave.
c) On Trace: Card set with this attribute when used shall generate an alarm at the Host computer
and shall trigger a local output if required.
d) Disarm Alarms: Card set with this attribute shall disarm the inputs when they are in the armed
condition.
e) Asset Release: Card set with this attribute shall provide an output to cancel a potential alarm from
the asset tagging system.
f) Transaction Limited: Card set with this attribute shall be given access for a specified number of
transactions as predefined
g) Valid / Void: Card set with this attribute shall be allowed/disallowed as per the specified doors as
per the specified time zone attached with respect to the day of the week.
h) Pin bypass: Card set with this attribute shall not be required to enter a PIN (on doors having Card
+ PIN readers)

It shall be possible to set the 16 programmable door attributes to the controller to enable higher levels of
security to the premises:
a) Open / Lock / Control Access: Door set with this attribute shall be permanently opened / locked /
or in normal operation as set by the PC
b) Card / Card + Pin / Pin only: Door set with this attribute shall look for card only or card + pin or pin
only as set by the PC
c) PIN on Exit: Door set with this attribute shall check for Pin on exit as well.
d) Dual Occupancy request: Door set with this attribute shall look for Dual Occupancy. There shall
be a minimum of two occupants who should be present in the premises. If the first person
presents the card, LED shall start blinking and ask for a second card. Access shall be granted
after a second valid card is presented. For subsequent cards entry shall be as usual. At the time
of exit, last two persons shall have to leave simultaneously.
e) Escort request: Door set with this attribute shall look for a second card with escort attribute if the
card presented does not have escort attribute.
f) Custodian: Door set with this attribute shall be accessed, only by the custodian of the premises
initially and thereafter anybody can access the door. The custodian should be there until all
persons leave. Custodian card shall leave only when all cards have exited.

MD/WZ/06/PUR/ADB/ERP-03
6-170 Section VI. Schedule of Supply

g) Maintenance mode: When a card with maintenance attribute if presented at a door set with this
attribute, the door shall remain open for a predetermined time (Attached to a time zone) for
maintenance purpose. The door shall lock after the duration or after the card logs an exit
h) Transaction countdown: Door set with this attribute shall look for transaction – limited cards and
when such cards are presented the transaction shall be counted from a predetermined count.
i) Timed anti pass back: Door set with this attribute shall not allow second Entry of a card for a pre-
determined duration.
j) Logical Anti pass back: Door set with this attribute shall not allow entry unless prior exit is logged
in and vice versa.
k) Global Anti pass back: Door set with this attribute shall flag all the other doors in its group
regarding an entry or an exit of each card. The entry/exit through any one door in the group shall
be reflected on all the doors within the group.

The Node Controller shall support 99 time zones for each security level and each time zone shall have 2
ON & 2 OFF periods and 3 set of times for 3 security levels. If a change in security level is required, a
Level shall be broadcasted through the network for all the time zones to change accordingly. Three
security levels shall be provided for each time zone.

Readers

Proximity card reader


The proximity card reader shall mean the card reading device, connected to the door controller. The unit
shall be capable of reading the card without physical contact & hence the name proximity card reader.
The card reader shall only read the card data & pass it on to the door controller for validation. The card
reader, on its own shall not take any decisions. The reader shall have an approximate read range of
minimum 3” when used with the compatible access card. The reader shall require that a card, once read,
must be removed from the RF field for one second before it will be read again, to prevent multiple reads
from a single card presentation and anti-pass back errors.

The Reader shall be made of UL94 compliant polycarbonate material and shall be suitable for mounting
in outdoor environments also. The reader shall be capable of reading the card and transmit that data in
Wiegand format to the controller. The Reader shall have audio-visual indications, which shall be
controlled by the node controller.

Proximity card
The proximity card shall mean the access card that is capable of being read without a direct contact by
the proximity card reader. The proximity card shall carry the facility code & the card number. The card
numbers shall be unique to each card & the systems at each facility shall permit access only to select
card numbers, based on the programming.

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-171

The card shall be Unaffected by body shielding or variable environmental conditions. Use with a strap and
clip as a photo ID badge. The Card shall allow direct printing to the card with a direct image or thermal
transfer printer. The card shall require no-battery to operate. The card shall be capable for a minimum of
100,000 reads.
The Card shall support multiple read ranges when used with different types of readers. The card shall
support a minimum read range of 3” for normal door applications.

Electro Magnetic Locks


The Electro Magnetic Lock (EML) shall mean a locking mechanism that works on the principle of
electromagnetic attraction. The EML shall be installed single swing flush doors. They shall be fail - safe,
in case of failure, shall allow the door to be opened freely. The door controller shall control the EML.

Emergency Release Switch


The emergency release switch shall be of break glass type, similarly to manual call point and shall be
green in color. In case of any emergency the glass shall be broken which shall cut-off the power supply
to the electromagnetic lock.

Magnetic Contact
The magnetic contact shall be of flush / surface mount type. The contacts shall be corrosion resistant
and completely hermetically sealed. 5 million cycles of operation shall not affect the contact.

Training
All training shall be by the contractor and shall utilize specified manuals and As-Built Documentation

Operator training shall include total seven sessions each of six-hour encompassing:
 Modifying text and graphics
 Sequence of operation review
 Selection of all displays and reports
 Use of all specified OS functions
 Use of portable operators terminals
 Trouble shooting of sensors (determining bad sensors)
 Password assignment and modification

The training shall be under taken in two phases. One training session shall be conducted at system
completion, and the other shall be conducted within forty-five days of system completion.

Warranty

MD/WZ/06/PUR/ADB/ERP-03
6-172 Section VI. Schedule of Supply

All component, system software, parts and assemblies supplied by the contractor shall be guaranteed
against defects in materials and workmanship for one year of warranty period and three years of AMC
period from the acceptance date.

Labour to troubleshoot, repair, reprogram, or replace system components shall be furnished by the
contractor at no charge to the purchaser during the warranty & AMC period.

All corrective software modifications made during warranty & AMC service periods shall be updated on all
user documentation and on user and manufacturer archived software disks.

3.3.12. CCTV Based Video Surveillance System

The work under this system shall consist of design, supply, installation, testing, training & handing over of
all materials, equipment’s and appliances and labour necessary to commission the said system. The
CCTV System shall comprise of fixed dome Cameras and outdoor PTZ Cameras with DVR and power
supply units, monitoring stations. All recording shall be done in Digital video recorder through CCTV
camera network. It shall also include laying of cabling, necessary for installation of the system as
indicated in the specification as per Annexure-I and Bill of Quantities. Any openings/chasing in the
wall/ceiling required for the installation shall be made good in appropriate manner.

System Design and Architecture


CCTV system should be designed such as to cover the strategic locations and sensitive areas of High
end cameras with Day/Night features to be installed for outdoor and perimeter security application, these
cameras shall be IR Compatible so that IR Lamps can be introduced at a later stage to enhance night
vision. All Speed domes shall be rugged and shall be weather proof as per specifications. The fixed dome
cameras shall necessarily be of Varifocal / fixed lens as per detailed specifications. Day/Night Cameras
with built in Varifocal lenses shall be provided for selected indoor/outdoor locations by purchaser as per
detailed Specifications in Annexure-I and BOQ. Also the systems should utilize only industry standard
protocol.

System should be programmed such that operator’s intervention if required shall be minimal and the
system should provide features like guard tours, preset positions and the preset positions will be linked to
perimeter protection system/intrusion system in future. The DVR’s/NVR’s should allow for recording of
events both continuous and motion triggered as per requirement and recordings should be able to create
evidences and support post event analysis.

3.3.13. Automatic Water Leak Detection System

Water Leak Detection System


This specification shall be the guideline for Supply, installation, testing and commissioning of Water Leak
Detection System.

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-173

General Specifications
The Water leak detection cable shall the sensor cable typically used to detect water leaks in the sub floor
and above false ceiling areas.

The Cable shall be capable of water detection over its entire length. The construction of the cable shall be
of PVC Twisted pair, with SS 316 elements, of diameter not exceeding 3.5 mm.

The Cable shall draw excitation signal from a start of the line module. This module shall serve as the
interface between the Water leak detection panel and the Sensor Cable.

The Start of Line Interface Module shall be locally placed in the False Flooring of the Server area(s), and
shall be connected to the WLD Panel through standard 2 c x 1.5 mm2 Cu- Ar Cable.

The WLD Panel shall be capable of supplying power to the interface modules, and shall serve as the
annunciator of alarms through facia mounted zonal LEDs. The panel shall activate sounders programmed
Zone wise.

Testing procedure shall involve physical application of a wet cloth to the cable, to test the relay operation.
The Panel should sound the Alarms, and notify the BMS system.

3.3.14. Rodent Repellent System

Scope
The work includes Supply, Installation, testing and commissioning of Rodent Repellent System using
Electronic transmitters of high frequency sound waves, which will emit sound at very high decibel levels
painful to pests, as described in the specification given hereunder.

System
The system shall consist of a master console VHFO, satellites and its cable circuits.

Very High Frequency Oscillator (VHFO)


These will be Electronic transmitters of high frequency sound waves (well above the 20 KHZ frequency
which is the upper limit of the hearing range of the human ear.) emitting sound at high decibel levels
(sound pressure) that is audible and painful to pests, but inaudible and harmless to humans. The VHFO
system will consist of one Master Console and twelve Satellites / Transducers. The Console will be
installed in the control room, or as directed and the satellites in the floor areas as required.

MD/WZ/06/PUR/ADB/ERP-03
6-174 Section VI. Schedule of Supply

The powerful sound waves generated by the satellites of VHFO shall be within the hearing range of many
pests, and cause them pain and Purchaser’s fort. VHFO’s satellites should be quiet and inaudible to
humans.

Satellite
Each satellite will cover an open floor area of approximately 300 sq. ft for an average height of the ceiling
at 8 to 10 ft. As regards area of false ceilings or false floorings, it should cover an approximate area of
150 sq. ft. The satellites should
1. Be able to mount in any angle to match the décor.
2. Possible to install in sensitive areas.
3. Should withstand high temperatures in false ceilings, and low temperatures in cold storages and
air locks.
4. Should not require a power connection.
5. Should be able to test on an audible range with the help of a self-testing facility or any other
suitable means, detailed specifications as per Annexure-I

3.3.15. Building Management System

General Specifications – Integrated Building Management System


The Building Management System shall be a PC-based System. It shall combine the latest state of the art
technology with simple operating techniques and shall be used to control, manage alarms/reports and
monitor the building services installations.

a. General
i. The Building Automation System (BMS) supplier shall furnish and install a fully integrated building
automation system, incorporating direct digital control (DDC) for energy management, equipment
monitoring and control, suitable for the building usage. The control strategies shall be developed to
ensure that the specified environmental conditions are maintained, whilst giving due regard to
minimizing of energy consumption.

ii. The system design shall utilize the latest technology in “open” network architecture, distributive
intelligence and processing, and direct digital control. The BMS system offered should be from the
latest offerings and should be of freely programmable management and automation stations for the
full spectrum of today’s building application services.

iii. All peripheral equipment e.g. sensors, pressure switches, transducers, control valves and actuators
etc. shall be of the same manufacture as the direct digital control modules and outstations.

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-175

iv. The system offered shall be completely modular in structure and freely expandable at any stage from
the smallest system through to large distributed systems. Each level of the system shall operate
independently of the next level up.

v. The system shall fully be consistent with the latest industry standards, operating on Windows latest
version, allowing the user to make full use of the features provided with these operating systems.

vi. To provide maximum flexibility and to respond to changes in the building use, the system offered shall
support the use of BACnet, LON, Profibus and Ethernet TCP/IP communication technologies.

vii. The BMS contractor shall establish the number of equipment to be controlled / monitored by the BMS
from the drawing/ schedule/ specifications. This information shall be furnished to the BMS supplier.
All plant and equipment requiring control and/or monitoring functions shall be fitted with all necessary
interfacing equipment readable by the BMS network. The BMS contractors shall co-ordinate and
ensure that this equipment shall provide the required signals to the BMS.

viii. Integration with Access Control and BMS System - In an event of a Fire Alarm the fire alarm panel
from its in-built programmable relays shall send a signal through a potential free contact/ Hardware
and as well as software base seamless integration, through the nearest access door controller and in
turn the Access Controller will transmit the door open command to all the doors for automatic opening
of all doors.

b. Essential functions of system:


i. The system comprises the supply, engineering, testing and commissioning of an integrated
building management system by a specialist manufacturer.
ii. The essential functions of the system are as follows:
 Centralized monitoring / operation of the Data Centre.
 Dynamic and Animated Graphic details of data Centre and building
 Early recognition of faults
 Faults statistics for identification
 Trend register to identify discrepancies, energy consumption, etc.
 Optimum support of personnel
 Control optimization of all connected electrical and mechanical equipment
 Prevention of unauthorized or unwanted access
 Own error diagnosis integrated system
 Auto generated SMS for critical event / alarm

MD/WZ/06/PUR/ADB/ERP-03
6-176 Section VI. Schedule of Supply

c. General system Architecture


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

The head-end management and operation of the data Centre shall include process visualization, data
analysis, and exchange of data with 3rd parties. At the management level, it shall be possible for
communication to flow in all directions, across networks and via direct connections.

Personal computer based operator management station shall be provided for supervision and operation,
alarm management, information and database management function. All real-time control functions shall
be resident in the DDC controllers to facilitate greater fault tolerance and reliability.

The operator management station should be capable of multi-tasking 32-bit programs by utilizing a
Microsoft Windows Vista / XP/2000 operating system.

The management level of the system shall consist of one, and shall be capable of handling more
management station PCs and the associated software modules.

The management station shall be capable of the following:


 Display of graphical representations of the data Centre overlaid with live data
 High quality dynamic graphics with true multitasking of all active pages.
 Monitor and operate / influence process devices Receiving of alarm messages from the process
level and directing them to the appropriate reporting device e.g. printer, pager, fax, e-mail.
 Monitor process devices for communication problems and other device faults.
 Alarm handling – all the alarms shall be displayed in a graphical tree structure in order located
alarms quick and easily.
 Adjusting time strategies in the process level.
 Long term storage of logged data from the process devices
 Multi level user access control for individual access to sites, applications, functions and object.
 Display graphically the logged data.
 Custom application programming.
 Use of graphical genies to allow manipulation of data.
 The user interface shall be based on a basic taskbar, which is always visible.
 History logging for alarms, user actions, system events and messages.

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-177

 Alarm handling – all the alarms shall be displayed in a graphical tree structure in order located
alarms quick and easily.

d. Automation Level:
i. General Purpose controllers shall be used for monitoring / controlling equipment which have to
perform based on a customized logic, such as UPS, PAC, Electrical panel / energy meters,
signals from Fire Alarm panels, CCTV, ACS, generators, transformers etc.
ii. At the heart of the DDC system shall be the Microprocessor based modules, which can be
individually programmed according to the functional requirements.
iii. The automation level DDC controllers shall monitor and control the data Centre. The DDC
controller outstations shall be freely programmable and have the ability to perform all the routines.
iv. Process control & interlock functions.
 Generate alarms/events based on comparing measured values against known parameters.
 Time control strategies
 Runtime tantalization
 Trend logging of specific data-points with transmission of the logged values to the
management level
 Energy calculations
v. The DDC controllers shall be selected from either a modular or compact type of unit to suit the
most economic inclusion of all the data points specified. Each control module shall be capable of
operating on a stand-alone basis without control from a central computer.
vi. The input/output connection to Modular controllers shall be via individual plug-in modules suitable
for the particular peripheral device. Digital input modules shall be capable of accepting control
voltages up to 230vac.
vii. It shall be possible to integrate both types of control module onto the same communication
network. Each controller performance shall be to 0.5% control accuracy with sample rates of less
than one second.
viii. Main plant DDC controllers shall be 32 bits freely programmable. Controllers meant for VAV
controls cannot be used as DDC controllers.
ix. All DDCs must be UL approved, must have an in-built real time clock and be suitable for PID
control.
x. The products used in constructing the BMS management and automation levels shall conform to
Open protocol for building automation and control networks.
xi. Room units shall utilize a two-wire communication link at each controller for the acquisition of
room temperature and local set point. These will also provide an integral temperature/set point
digital display. Up to 5 room units shall be able to use the same two-wire communication link
xii. The system shall have the facility for a Web server to be added to allow full operation of all
automation station control modules connected to the communication network via a standard thin
client/web browser. Functions to include:

MD/WZ/06/PUR/ADB/ERP-03
6-178 Section VI. Schedule of Supply

 Display of graphical representations of the plant overlaid with live data.


 Data point display and operation of all measured values, set points, plant States, operating
states and parameters.
 Alarm monitoring with acknowledgement and visual and audible alarm Indication.
 Alarm and event history.
 Alarm transmission via SMS and e-mail.
 Operation of all time schedules, exception calendar and heating curves.
 Reading of trend data with facility to export data to Microsoft Excel.
 Multi user level access protection.
 Ethernet or Modem connection

e. DDC Control Module Specification


i. The DDC controllers shall be selected from either a modular or compact type of unit to suit the
most economic inclusion of all the data points specified. The DDC controllers being used should
confirm to the following specifications as a minimum:
 Optional connection to operator terminal, management station and via Web browser with
Web server device.
 Freely Programmable.
 Flash ROM, real time processing and multi tasking.
 32 bit processor system, 1.5 MB program memory, No 8 bit or multiple of 8 bit.
 Supply voltage AC 24V +/-20% 50 Hz .
 Event driven data transmission.
 Automatic mains recovery
 Digital output to be 250V 2A rated changeover contacts
 Historical data memory storage
 Software application stored in non volatile memory

For the generation of the application programs, the following function elements are required as a
minimum.
 Reset functions
 Set point jump
 Positioning time
 P-controller (reverse or direct acting)
 P1-controller (reverse or direct acting)
 PI-controller with I-deletion (reverse or direct acting)

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-179

 PID controller (reverse or direct acting)


 2-point controller (reverse or direct acting)
 Proportional additional sequences (reverse or direct acting)
 Data transmitter (digital or analogue)
 Data converter (analogue-digital or digital-analogue)
 Ring Counter
 Timer (switch on or switch off)
 Logic operations:
 logic "AND" (2,3 or 4)
 logic "OR" (2,3 or 4)
 logic "EXOR"
 logic "NOT"
 Comparative operations:
 Maximum values (2,3 or 4)
 Minimum values (2,3 or 4)
 Average values (2,3 or 4)
 Enthalpy calculation
 Optimiser
 Mean value calculation
 Hysteresis
 Output steps (digital or analogue)

ii. Digital outputs shall be potential free outputs. Analog outputs shall be true analog outputs (0-10 V
DC)
iii. Above blocks shall be resident in the DDC Controllers and independent of any high level
interfaces/controllers.
iv. Further, the DDC unit software must have the following additional functions:
 Free selection of range and unit (dimension) of all signals (measured values, accumulated
values, calculated values, etc.)
 Free allocation of access protection in accordance with operating priorities
 Free definition of manual override priorities (software) from operator terminal and/or
management station.
 Each DDC Controller shall have a resident real time clock with a battery backup for a
minimum of 4 years.
 All DDC controllers shall be housed in IP 54 enclosures with proper termination of peripheral
devices at the terminal strip and not directly to the controller.

MD/WZ/06/PUR/ADB/ERP-03
6-180 Section VI. Schedule of Supply

f. Remote Monitoring and Control


It shall be possible, with additional hardware if necessary, to interrogate the system remotely via the
following possible methods:
 Telephone connection
 Building IT network
 Web browser technology with password access via IT networks accessing information stored on
dedicated embedded web server device installed on automation controller network.
 Alarm reporting to mobile pagers/phones/e-mail etc.

g. BMS Software and Licenses


All License rights to the control systems manufacturers software packages shall be transferred to the
client at the time of hand over. User Registration must be made on behalf of the client, direct to the
control system manufacturer by the specialist System House Partner. Copies of all of the control system
manufacturers Monitoring or BMS software shall be provided on DVD / CD-ROM, or other mass storage
device, together with copies of any graphics and databases that may be required to re-install the system
after a fatal computer failure.

h. Integration of secondary systems


Integrations shall be carried out at the most appropriate level within a system, depending on the functions
and interaction required. The following integrations must be possible.

 Lon Works
 Lon Mark
 BACNet /LonWorks
 BACNet/IP
 OPC
 Integration of standard proprietary buses: Modbus, M Bus.

If interaction is required between different sub-systems, the integration shall be carried out at either the
automation or field level. The integration must not occur at the management level. Link to a third party
software package such as a Planned Preventive Maintenance package or a Energy Monitoring package
shall be carried out at the management level. When sharing alarm and historical information with
Maintenance Management and Energy Management packages, the management system shall provide
the information in a standard commercially available format and using standard mechanisms e.g. ODBC
.Real-time “live” information shall be transferred from the management system to a third party package,
either by a standard inter-application mechanism e.g. DDE or OPC or by developing a connection by

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-181

using a documented API for the management system. Where a physical connection is required between a
3rd party device and the management system, the sub-system supplier shall provide the necessary line
drivers and cables, documentation and support to make the connection into the device that will provide
the protocol conversion.

i. Software Modules
i. The management station software shall be modular, object oriented, clearly structured and shall be
based on Windows Vista / Windows XP (or later) standard 32 bit technology. The main software
applications shall, as a minimum, include
 Plant Viewer : Graphics based operation of the plant
 Trend Viewer : Logging and display of measured values
 Alarm Viewer : Display of alarm messages
 Alarm Router : Automatic routing of alarms
 Log Viewer : Logging of alarms, system events and user activities

ii. The Task Bar


The task bar shall be the 1st and last point of contact for all the interactions between user and
system.

In addition to obtaining quick overview of vital system information, users shall be able to click on
various icons in the task bar to switch from one program to another in the multi-tasking operating
system. In systems, which include remote sites, the task bar shall be used to switch between sites
(subject to user's access privileges).

To make the system easier for new users, the system shall support user-specific start-sequences with
access to selected programs.

iii. Features of The Task Bar


 Control of access privileges and security mechanisms for access to program modules and 3rd
part software at log-in and log-out.
 User-and-password dependent access to systems and sub-systems
 Automatic user-specific start sequences
 Display of alarm and system message status, site connection status, time and date
 Facility to connect and terminate connection at various sites
 Simultaneous connection to a maximum of 4 sites

iv. Plant Viewer

MD/WZ/06/PUR/ADB/ERP-03
6-182 Section VI. Schedule of Supply

The plant viewer shall support the following features:


 Hierarchically linked, animated high-resolution bit-map colour graphics (XGA 1024 x 768 pixels)
 Choice of 2D and 3D symbols with animation based on status
 Direct access to setpoints, parameters, operating modes , alarms, time-programs, on-line and off-
line trend data features
 Dynamic multi-tasking with all active pages
 Monitoring and operation of plant at several levels
 Flexible operation of multiple pages using plant viewer navigation bar combined with standard
handling of windows
 Navigation to all other management station software applications
 User-definable page size
 Jump tags for jumps on the same level or between levels
 ToolTips for all dynamic objects, with the option of 'User', 'Technical' or 'System' information
 Context-specific information (eg. data sheets) can be attached to any dynamic object
 Capable of graphics to be printed in colour or monochrome
 All 32 bit graphic file formats supported by Windows can be imported (eg. Autdeg. CAD, PCX
etc.,)
 Dynamic display of the Psychrometric chart, enabling easy simulation of the air - conditioning
processes.

v. Alarms Handling & Alarm Viewer


As a minimum, the system shall support the following features
 Operation and manipulation of alarms (based on user privileges)
 Alarm message printing
 Alarms printed independently of the management station (direct connection at automation level)
 Automatic pop-up windows for immediate display and operation of alarms (including pop-ups in
3rd party programs)
 Audible or multi-media alarm indication
 Continuous overview of all active alarms from site (updated automatically, displayed in order of
priority, option of personalized view)
 Graphics based topological view of alarms
 Chronological alarm view
 Option of displaying detailed information
 Direct access to associated plant graphics
 Comprehensive filter and search criteria (time, date, priority, discipline, alarm status etc.,)
 Colour coding based on alarm priority / alarm status (screen and printer)

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-183

 Alarms for out of limit values (high, low), change of state, run-time limits exceeded etc.,
 Option of repeating unacknowledged alarms at regular intervals
 Creation of reports, with facility to print or export alarm data to 3rd party programs for further
analysis
 Facility to save user-defined filter criteria
 User-specific configuration of the alarm view including on-line configuration

vi. Alarm Routing


In order to monitor alarms round – the – clock, alarm routing is an important feature of the BMS. The
BMS shall have the following features:
 Routing of alarms to alarm printer, fax, pager or mobile phone
 Time schedule for each message recipient
 Alarm routing based on priority
 Alarm routing based on discipline (HVAC, Security etc.,)
 Alarms routing to person responsible at site
 Alarm routing based on text
 Alarm routing to person(s) responsible for specific equipment or systems
 Option of manual transmission of messages from the management system

vii. Time Scheduling


 The time-scheduler shall have the following features:
 7 day time programs
 Exception programs (local, building-wise or system-wise)
 Direct display of time programs within Plant viewer graphics
 Simple graphics programming of switch times
 Graphics based overview of all time programs in the system
 Graphics based overview of a 7 day program including all exception programs
 Graphics based overview of all plant points affected by a time program
 Easy creation, modification and deletion of all time programs
 Scroll features for fast access to specific weeks or days
 Storage and processing independent of management station
 Automatic synchronization of all time program in a system
 Support of different time zones
 Option of synchronization via radio clock

MD/WZ/06/PUR/ADB/ERP-03
6-184 Section VI. Schedule of Supply

 Printed reports in various display forms

viii. Trend Viewer


The Trend Viewer shall have the following features:
 On-line or off-line real-time data
 Simultaneous display of up to ten signals per window
 Absolute or relative time intervals
 Zoom, scroll and cursor features for faster data analysis
 Flexible, easy-to-use scaling feature with charts displayed in 2D or 3D
 Drag-and-drop feature for trend views with automatic scaling and data export
 Off-line data logging triggered manually, automatically, or on a time or event basis
 Logging and intermediate storage of off-line trend data operates independently of the
management
 Automatic upload from automation level to local or remote management stations
 Management station display and archiving of on-line and off-line trend data
 Print-outs of trend data
 Easy export of data to 3rd party software
 Facility to e-port trend data directly to auxiliary programs such as ADP (Advanced Data
Processing) or to 3rd party software
 Trend Viewer time base can be used directly as a filter creation in Log Viewer.

ix. Log Viewer


The Log Viewer shall be categorized into the following sections:
a) ALARM LOG - contains all incoming alarms in chronological order
b) SYSTEM LOG - shows at a glance if a printer somewhere in the system has run out of paper, or
a hard disk is full. Communication events are also recorded here, showing for example when
communication was established or terminated
c) USER LOG - lists al the activities carried out by the user at the management station,
unauthorized attempts, modification of parameters, set points etc.,
d) STATUS LOG - to check the status of all incoming messages

The Log Viewer shall have the following features


 Storage of alarms routed to the management station
 Storage of all system messages (from printer, communications, management station, modem
etc.,)
 Storage of all user activities performed at the management station

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-185

 Facility to enter and store user comments on events and activities


 Facility to display, at a keystroke, detailed information on every entry
 Extensive filter options to focus and reduce the volume of information displayed
 Comprehensive search features for fast access to information
 Facility to display an overview of data for a given day or week
 Once defined, filter and search criteria can be saved for future re-use
 Compact archiving of virtually un-limited number of entries (depending on hard-disk capacity)
 Automatic data management and archiving functions
 Facility to create and print log summaries
 Export of log entries for further analysis with 3rd party software
 User specific configuration of log view can be adapted directly on line.

x. Internet Log Viewer


This is an application, which offers users even greater freedom in the management of a site. A
browser provides the user with access to the log database from any PC with an Internet connection.
Just as with standard log viewer, the user can then obtain an overall view of all the plant and events
stored or monitored by the system.

The Internet Log Viewer shall be started without any special management station software on the
user’s PC. Access to the Log Viewer can be password protected.

xi. A Web Control


The system shall have the capability to connect to remote sites through a web control module.
Individual DDC general purpose communication trunks (described elsewhere) shall have the feature
to be connected to this web control module. This should facilitate viewing and controlling the DDC
general-purpose controller’s trunk via a remote PC / laptop. All parameters as appearing in the
Portable Operator Terminal (described elsewhere) shall be available from this remote PC / laptop.
The system offered shall have the facility to control / monitor the plant and equipment connected to
these communication trunks via password protection.

xii. Integration of 3rd Part Software and Exchange of Data


The system shall support the use of standard interfaces and drivers that make it easy to integrate to
3rd party software directly at the management station level, or to make common use of data from the
system, eg via ODBC (Open Database Connectivity). DDE (Dynamic Data Exchange) shall enable
current data to be loaded continuously into a spreadsheet program, so that constantly updated
graphs can be created for further processing.

xiii. Object Viewer

MD/WZ/06/PUR/ADB/ERP-03
6-186 Section VI. Schedule of Supply

To make operations easier, the software shall have two viewing modes:
a) System View - Provides hierarchical view of the system network.
b) User Designation View - Gives a hierarchical breakdown of user addresses based on the system
database.

In general, the system shall support the following features:


 Fast navigation through the system
 Fast location of objects and alarms
 Detailed information of all objects
 Display of current values from the process level
 Modification of set points and parameters
 Users with appropriate access levels can also override outputs manually
 Two display modes - system view and user designation view
 Search features.
 Jump features and bookmark features as in various internet browsers
 Modification of users designation and alarms texts
 Customization of users addresses with a maximum of 10 hierarchical levels and up to 40
characters
 “Find” function to locate system objects.

xiv. Reports
Reports shall provide the user with the latest information from the system at specific times or when
specific events occur. The following features shall be supported:
 Reports routed on basis of time and / or priority
 Manual or automatic triggering
 User-definable or standard reports
 Facility to integrate 3rd party report programs into the management station software

xv. Access Protection


The management station shall grant access to the system only to authorized users. The system
administrator shall tailor an environment to match the individual requirements of each user. The
access protection facility shall define the buildings (sites) and equipment to which a given user has
access, the software modules and functions available to that user within the site. The system shall
support the following features:
 User name / password
 Individual access privileges covering access to sites, subsystems, program functions down to

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-187

individual objects in Plant Viewer


 Up to 1000 users grouped into 100 user groups
 Automatic log – out (after period of inactivity)
 Encrypted passwords
 Network security provided by Windows.

j. Documentation
In order to have clear system documentation, the following documents have to be provided:
a) System diagram
b) Wiring diagram
c) Lists of parameters
For hand-over all documents must be up to date and provided with the date.

k. Engineering/Planning
In addition to the required, complete documentation, the service must include:
 Analysis of all functions together with the contractor
 Binding information about conditions of connection of equipment
 Scheduling and co-ordination with the contractor and design engineer

l. Commissioning/Adjustment
Function-oriented commissioning includes the following services, which are to be provided by BMS
specialist:
 Verification of the external connections of the equipment
 Verification of the data transfer channels of the system
 Loading and testing of all basic and user programs belonging to the equipment
 Optimization of the control parameters

m. Electric & Electronic Related Equipments


All controls shall be capable of operating in ambient conditions varying between 0-40 deg.C and 90% RH.
non-condensing.

n. Conduit Entry
All control devices shall, unless provided with a flying lead, have a 20 mm conduit knockout.
Alternatively, they shall be supplied with adapters for 20 mm conduit.

MD/WZ/06/PUR/ADB/ERP-03
6-188 Section VI. Schedule of Supply

o. Room Temperature/Humidity Sensor.


The temperature sensor shall have sensitivities such that a change at the detector of 0.2 deg. C from the
stabilized condition is sufficient to start modulating the corrective element.

The temperature sensor shall be with silicon sensor having positive temperature coefficient. The sensor
shall be field wired using an unscreened cable to a base plate. The sensor housing shall plug into the
base so that the same can be easily removed without disturbing the wiring connections. The protection
standard shall be IP30 in accordance with IEC 144, DIN 40050. These should be generally mounted 1.5
m above the floor level. These should not be mounted near the heat sources such as windows, electrical
appliances, etc. The final location shall be as per the consulting engineers' approval. The sensor shall
be linear over 0 deg. C to 50 deg. C.

Shall operate on extra-low voltage and be suitable for mounting on Indian / British Standard conduit
boxes.

The humidity sensor shall be in an independent housing or be combined with the room/duct type
temperature sensor in the common housing. The sensor should be electronic type with capacitive
sensing element. As a minimum it should have a range of 10 to 90% RH.

p. DDC PANELS
The out-station panel housing the DDC controllers shall be located inside the conditioned area. Proper
care shall be taken to ensure that there is no induction problem between the control and power cables.
These panels shall be IP54 and supplied by the specialist controls supplier.

The DDC controllers located inside these out-station panels shall provide the required signals to the
various equipments connected to these DDC controllers. The DDC controllers shall be capable of
accepting digital input signals in the form of volt-free contacts from Motor control Centres. The BMS
contractor shall co-ordinate this activity.

All these outstations shall be connected with a communication bus cable and terminated to the BMS
central station. The BMS supplier shall supply these bus cables.

It should be possible to connect the Portable hand held terminal to be connected to any of these panels
and talk to any other DDC controllers on the same bus.

q. Training
All training shall be by the BMS contractor and shall utilize specified manuals and As-Built Documentation

Operator training shall include total seven sessions each of six-hour encompassing:

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-189

 Modifying text and graphics


 Sequence of operation review
 Selection of all displays and reports
 Use of all specified OS functions
 Use of portable operators terminals
 Trouble shooting of sensors (determining bad sensors)
 Password assignment and modification

The training shall be under taken in two phases. One training session shall be conducted at system
completion, and the other shall be conducted within forty-five days of system completion.

r. Warranty
All component, system software, parts and assemblies supplied by the BMS contractor shall be
guaranteed against defects in materials and workmanship for warranty period of one year and AMC
period of three years from the acceptance date.

Labour to troubleshoot, repair, reprogram, or replace system components shall be furnished by the BMS
contractor at no charge to the purchaser during the warranty & AMC period.

All corrective software modifications made during warranty & AMC service periods shall be updated on all
user documentation and on user and manufacturer archived software disks.

3.3.16. PA Systems

Supply, installation, Testing & Commissioning of Public Address System comprising of followings:
a) 6 Watt Speaker Ceiling Mount
b) 6 Zone selection panel complete with interface for fire.
c) Gooseneck Microphone
d) 120 W Amplifier
e) 2 core x 1.0 sq.mm PVC Insulated Twin Twisted Cu Conductor Cable in PVC conduit

3.3.17. IDS (Intrusion Detection System)

Supply, Installation and commissioning of Intrusion Detection and Alarm system comprising of following
components:
a) Intrusion detection 8 zone control panel with remote keypad and 7 Ah battery backup
b) 12 V DC Alarm sounder System sensor make

MD/WZ/06/PUR/ADB/ERP-03
6-190 Section VI. Schedule of Supply

c) Passive infra red detector


d) Cabling with 20 mm MS conduit 8 core x 0.75 sqmm Cu Un-armored FRLS cable

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-191

3.4. Detailed Scope of Work: Non-IT Infrastructure Services (East Discom)


Supplier has to implement the Non-IT equipments and facilities as per below mentioned scope of
work:

(a) Civil work requirement:-


• Civil Work for 1200 KVA or higher DG Set
• Removal of 2 existing windows and close the empty area in the UPS Room (Dimension
of UPS room is 30 Ft. 8 In. width and 11 Ft. 2 In. length i.e. 345 Sq Feet) as per Figure
12, 13.
• Paint the UPS Room as per purchaser’s requirement and instructions as per Figure 12,
13.
• Installation of Security Access control for UPS Room door as per Figure 12, 13.
• Installation of Door closure and false flooring and False Ceiling in UPS Room as per
Figure 12, 13.
• Installation of Fire extinguisher system for UPS Room
• Installation of water leakage detection system in UPS Room.
• Installation of Rodent Repellent System in the UPS Room
• Complete the Civil work in NOC & Helpdesk room
• Installation of Cubicle and Supply of Furniture for NOC and Helpdesk Room
• Laying of cable trays for power cables in server room for DC and DR as per Figure 14.
• Providing power sockets Single/Three Phase in Server Room for DC and DR as
required as per Figure 14.

(b) Electrical work requirement:-


• Installation and commissioning of 1200 KVA or higher DG Set.
• Installation of Synchronisation Panel between existing and supplied DG Set.
• Installation and commissioning of AMF Panel & required distribution panel for Managing
Load Switchover to the required DG.
• Re-Configuring the electrical loads to the existing ~1200 KVA or higher DG Set.
• Installation of Synchronization Panel for 1200 KVA (Proposed) and 650 KVA (Existing)
DG Set (Logic will be given later on).
• Fixing of Industrial sockets with MCB required for server, network and storage racks as
per supplied solution for all DC and DR equipments.
• Installation and commissioning of 60 KVA UPS with data centre rack with required
electrical material like electrical panel, cable, MCB etc.
• Installation and commissioning of PACs in Data Centre
• Installation of Temperature Sensor with Alarm in UPS Room and Data Centre
• Providing of Pit Earthing for UPS Room
• Installation of Split ACs in UPS Room
• Other electrification work for UPS room like removal of old electric equipments (Ex. Fan,
or any other).
• Installation of computer power points for NOC and Helpdesk PCs.

MD/WZ/06/PUR/ADB/ERP-03
6-192 Section VI. Schedule of Supply

3.5. Inspection Procedure and Acceptance Testing


The following are the acceptance test which shall be carried out as part of this project:
(Purchaser reserves right to assign to perform all the following test to ERP Implementation Partner
or any other consultant. Supplier shall support such consultant to perform test on behalf of
Purchaser)
(a) Pre-Dispatch Acceptance Test

• This test shall be undertaken at any office as communicated by Purchaser’s authorised


representative once the supplier declared the arrival of his consignments.
• Any one sample of items mentioned in BOM will be identified up by the Purchaser and
these machines will be scrutinised thoroughly in terms of the technical requirements of
the RFP by the Purchaser or his nominated representatives/ consultants.
• In case if any deficiency is found during the test, the entire consignment of the same line
item may be rejected and the supplier will have to supply fresh sets of item(s). In case
such failures occur more than two times, the contract may be cancelled and the
purchaser shall forfeit the performance security.
• A Pre-Dispatch Acceptance certificate shall be issued to the supplier, after successful
completion of the test.
• The systems which were tested may be sealed and retained by the purchaser as future
reference point for subsequent consignments.
• The Purchaser may conduct such Pre-Dispatch Acceptance test on arrival of each
consignment.

(b) Inspection On delivery:

Purchaser will conduct a thorough physical inspection of all the products delivered to
ensure that they arrive at the sites in good condition and are free from physical damage
including (but not limited to) crushed or broken equipments, missing seals, opened
packages and incomplete shipments. Purchaser reserves the right to return the products to
the supplier at the supplier’s expense.
Physical inspection of hardware will also include physical checking, unpacking and counting
of the delivered equipment by purchaser staff in presence of the supplier. This equipment
will only be acceptable as correct when each received item corresponds with the checklist
that will be prepared by the supplier prior to shipment. Any shortfalls in terms of number of
items received may render the delivered equipments incomplete.

(c) Installation & Pre-commissioning test:

In addition to the Supplier’s standard check-out and set-up tests, the Supplier (with the
assistance of purchaser) must perform the following tests on the System and its
Subsystems before installation will be deemed to have occurred and the purchaser will
issue the Installation Certificate(s).
 Operational testing.

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-193

 Security/Penetration testing.
 System and network vulnerability assessment test
 Performance testing.
 Load and Error testing.
 Installation testing.
 Integration testing.

(d) Operational Acceptance Test

Testing is an important part of the delivery process at purchaser. Purchaser requires


thorough and well-managed tests to be conducted. The supplier MUST build up an overall
plan for testing and acceptance of system, in which specific methods and steps should be
clearly indicated and approved by purchaser. The acceptance test of complete
system/solution will be defined by the supplier, agreed and approved by purchaser and
include all the necessary steps to ensure complete functionality, operation and performance
of the system.
Testing will be conducted at the installation sites. Testing of solution MUST demonstrate
that the new systems:
 Perform according to requirements
 Meet the basic system concepts
 Satisfy the operational and technical performance criteria
 Fit with purchaser operations i.e. to run Oracle E-Business suite R12.1.3.
 Interfaces with the existing systems and new systems, as and when they are installed.

It is supplier’s responsibility during the tests to evaluate and recommend any further
changes to the infrastructure. Any recommendations for change shall be discussed with
purchaser.

Testing Methodology/Techniques

 The supplier MUST outline the methodology that will be used for testing the software
and hardware.
 The supplier MUST define the various levels or types of testing that will be performed
for software and hardware.
 The supplier MUST provide necessary checklist/documentation that will be required
for testing the software and hardware
 The supplier MUST describe any technique that will be used for testing for software
and hardware.
 The supplier MUST describe how the testing methodology will confirm to requirements
of each system area.

MD/WZ/06/PUR/ADB/ERP-03
6-194 Section VI. Schedule of Supply

 The supplier MUST indicate how one will demonstrate to purchaser that all
applications installed in the system have been tested.
The supplier MUST agree to above criteria for complete system acceptance and further
agree that:
In order to accept the system, purchaser MUST be satisfied that all of the work has been
completed and delivered to Purchaser’s complete satisfaction and that all aspects of the
system perform acceptably. Acceptance of the system will only be certified when the
proposed system is installed and configured at the sites according to the design and that all
the detailed procedures of operating them have been carried out by the supplier in the
presence of purchaser staff.

As part of the operational acceptance procedure following components (including but not
limited to) shall be tested:
i. Data Centre cabling
Data Centre cabling design should be based on following requirement:
 For redundancy configurations in the cabling setup, it should be noted that each
server shall have two network connections connected using standard patch cords to
the same rack which would have either a patch panel, I/O outlet, or a switch. From
that particular switch/patch panel/I/O outlet, there should be 2 connections going to
at least two different network switches that are located in each row. This will mean
that there are dual cable paths from the server, to the network switches in each row,
and from the network switches to the core backbone also. This would ensure a high-
level of cable redundancy in the setup.
 The UTP cabling for Gigabit and normal 100 MB Ethernet should be Cat6 cabling to
connect the servers and other access points with Core switches.
 The network drops will be terminated in compliance with Category 6 or higher
specifications to two RJ45 jacks and labelled with Panel No. and jack ID numbers.
All the Patch cords must be labelled with standard plastic tags for ease in cable
finding. End points of all the cables running in Conduit or duct should be tagged with
ferules.
 Cable and cable bundles will not be attached to any electrical wiring or light fixtures,
nor will its vertical deflection allow it to come in contact with ceiling grids, HVAC
mechanical controls, fluorescent light fixtures, or drainage line piping.
 The Supplier will provide a complete and final location table and spreadsheet
indicating all wall jack locations including the following information: jack numbers,
room number, wall orientation per jack number North, South, East, or West, or
Power Pole if applicable), landmark orientation and distance. Cable Installation
through the floor will be released to meet applicable codes.
 The supplier will provide the Test results of all cable plans and distances between
Patch Panel to Station Termination locations.
 All document costs must be itemised and included in the quoted price for each
project.

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-195

 Data Centre Cables must be laid in manner to reduce the effects of electromagnetic
interference (EMI) or electrical noise which can disrupt the transmission
performance in some environments. This noise may be as a result of external
interference from other electrical equipment or as a result of interference generated
within the cable from adjacent pairs (cross talk).
 The Supplier must submit the Panta Scanning report for Data Centre cabling
including the cabling of HQ and other zones (as mentioned in Proposed ERP Data
Centre Architecture).
 Follow the colour coding for the ease of troubleshooting and managed cabling. The
colour coding should be like:
Black - From Server to patch
Blue - From patch to Switch
Gray - From Switch to workstation
Yellow - From Switch to Firewall/Router

ii. LAN/WAN
It is planned to provide network non-blocking, congestion less and with high bandwidth
availability to handle priority traffic, network reliability as per the SLA defined for
bandwidth provider by the purchaser. The network equipment shall be scalable in terms
of Memory, Interface, additional Bandwidth, throughput, etc. as specified in the technical
specifications in Annexure I
LAN/WAN design should be based on following requirement:
 LAN Network setup should be planned for high-speed connectivity to the servers,
with non-blocking design, can handle congestion of traffic and manage the
bandwidth available during peak load.
 The network equipment shall be highly reliable providing 99.5% uptime and
ensuring availability of the network of 99.5%. The supplier shall identify the point
of failures in active component; define multiple logical paths, load balancing and
QOS implementation.
 The supplier is required to liaison the procurement and implementation of the
WAN Backbone with ISP selected by purchaser and shall provide the solution to
connect the remote office to Data Centre through secure VPN tunnel via Internet.
 The supplier shall procure and supply all Network components (Active as well as
passive), security system and software etc. as per requirements of the technical
specification. The detail specification of the WAN and VPN solution shall be as
follows:
 WAN shall be a TCP/IP-based network on a high-performance packet forwarding
technology that integrates the performance and traffic management capabilities
of data link layer (Layer 2) switching with the scalability, flexibility, and
performance of network layer (Layer 3) routing.

MD/WZ/06/PUR/ADB/ERP-03
6-196 Section VI. Schedule of Supply

 The WAN will be built to incorporate any open standards available as per Open
Systems Interconnection (OSI) model. The network should support seamless
transformation and integration of protocols.
 WAN must use the hardware devices, such as Internet routers, terminal servers,
Internet systems that interface to Ethernets, or datagram-based database
servers, which support open standards and have open Network Management
System (NMS) support for monitoring, configuring and measurement of the
network resources.
 WAN network equipment should have IPv4 and IPv6 features.
 WAN shall have the capability to run IP routing protocols like OSPF (Open
Shortest Path Find) version 2, OSPF v3, RIP v2, RIPng, OSPF over demand
circuit, IS-IS, BGP4.
 WAN may run any routing protocol (like OSPF, BGP) depending on the individual
design criteria of the WAN. It is mandatory that the network should allow
interaction between multiple routing protocols for keeping a unified network reach
ability table across the country.
 While two routing protocols are interacting to exchange routing updates, there
should be the capability to selectively filter certain routes for security reasons.
 All communications happening over the various links within the WAN should be
encrypted using standard protocols like IPSec, Triple Data Encryption Standard
(3DES) and Advanced Encryption Standard (AES) to ensure highly secure
communication.
 WAN should have adequate device for performing intelligent packet filtering, URL
filtering, context-based access control, blocking of malicious contents to
maximise security.
 VPN Gateway shall be implemented to cater the requirement of VPN access
from different departments or offices. VPN access shall be given on the basis of
access rule defined for this.
 It is required to have proper segregation between the WAN network, Internet
servers, WAN Intranet servers, Internet and local area LAN. All the different
sections of the network would be segregated through a Firewall system.
 Data Centre will be connected to MPLS/SWAN cloud through dedicated link.
Supplier will do the link liaison by coordinating with ISP selected by purchaser.
 Data Centre will be connected to remote locations and DR using SWAN Network
through dedicated link. Supplier will do the link liaison by coordinating with ISP
selected by purchaser.
 Data Centre will be connected to Internet through a dedicated Internet Leased
Line. The Internet link shall be terminated in a separate Internet router. Supplier
will do the link liaison by coordinating with ISP selected by purchaser.
 Remote Offices will be connected to Data Centre through a dedicated link at all
the locations where ever it is possible. Except the locations which will be

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-197

connected through VPN via any mode of Internet connection. Supplier will do the
link liaison by coordinating with ISP selected by purchaser.
 The SSL VPN solution should support hardware-based SSL acceleration for
DES, 3DES and AES encryption.
 The SSL VPN solution should support software-based compression for all traffic
(HTTP, file, client/server application) enabling rapid response times even at very
high concurrent user loads.
 Support for High Availability of SSL VPN appliance.
 The SSL VPN units that are part of a cluster communicate session and database
information among them for stateful failover. Stateful synchronisation should be
done for configuration, policy, profile, and session.
 The SSL VPN should permit access to a user based on:
o Dynamic Authentication: Source IP, Network Interface (internal/external),
Digital certificate.
o Endpoint Security - Host Checker/Cache Cleaner, User Agent (Browser),
Sign-in URL SSL version and cipher strength (global).

iii. Granular Auditing and logging:


 User sign-in and sign-out
 Session timeouts, including idle and maximum length session timeouts
 User files requests, uploads, downloads, etc.
 User connects and disconnects via clientless telnet/SSH function
 Bytes transferred for client/server application requests
 The SSL VPN box should log for: User/admin authentication success/failure,
access
 Session timeouts, including idle and maximum length session timeouts.

iv. Network Hardening


Supplier must demonstrate the following (but not limited to) network hardening points
during testing:
 Updating Software and Hardware - An important part of network hardening
involves an ongoing process of ensuring that all networking software together
with the firmware in routers are updated with the latest supplier supplied patches
and fixes.
 Password Protection - The routers and switches are provided with a remote
management interface which can be accessed over the network. It is essential
that such devices are protected with strong passwords. The password should be
encrypted on all the devices.

MD/WZ/06/PUR/ADB/ERP-03
6-198 Section VI. Schedule of Supply

 Unnecessary Protocols and Services - All unnecessary protocols and services


must be disabled and, ideally, removed from any hosts on the network with the
concurrence of purchaser.
 Ports - A hardened network should have any unneeded ports blocked by a
firewall and associated services disabled on any hosts within the network. For
example, a network in which none of the hosts acts as a web server does not
need to allow traffic for port 80 to pass through the firewall. The Supplier will take
the concurrence of purchaser before blocking the unwanted ports.
 Restricted Network Access - A variety of steps should be taken to prevent
unauthorised access to internal networks. The first line of defence should involve
a firewall between the network and the Internet. Other options include the use of
Network Address Translation (NAT) and Access Control List (ACL). Authorised
remote access should be enabled through the use of secure tunnels and virtual
private networks.
 Enabling SSH on all the network devices
 SNMP Community string should be changed from the default.

v. Server/Operating System Hardening


Supplier must demonstrate the following (but not limited to) server/operating system
hardening points during testing:
The hardening of Operating Systems involves ensuring that the system is
configured to limit the possibility of either internal or external attack. Some basic
hardening techniques are as follows:
 Non-essential services - It is important that an Operating System only be
configured to run the services required to perform the tasks for which it is
assigned. For example, unless a host is functioning as a web or mail server there
is no need to have HTTP or SMTP services running on the system.
 Patches and Fixes - As an ongoing task, it is essential that all Operating Systems
be updated with the latest supplier supplied patches and bug fixes (usually
collectively referred to as security updates) compatible with all the applications.
Supplier must take acceptance from purchaser or purchaser’s representatives
before updating the patches and fixes in application, database and development
servers.
 Password Management - Most Operating Systems today provide options for the
enforcement of strong passwords. Utilisation of these options will ensure that
users are prevented from configuring weak, easily guessed passwords. As an
additional levels of security include enforcing the regular changing of passwords
and the disabling of user accounts after repeated failed login attempts.
 Unnecessary accounts - All guest, unused and unnecessary user accounts must
be disabled or removed from Operating Systems. It is also vital to keep track of
employee turnover so that accounts can be disabled when employees leave an
organisation.

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-199

 File and Directory Protection - Access to files and directories must be strictly
controlled through the use of Access Control Lists (ACLs) and file permissions.
 Enable Logging - It is important to ensure that the Operating System is
configured to log all activity, errors and warnings.

vi. Compliance with the Industry Standard


The proposed solution should comply with the industry standards (their latest
versions as on date) wherever applicable. This would apply to all the aspects of
solution including, (but not limited to) design, development, security,
implementation, and testing.
Note: The supplier shall employ the latest versions of all standard, at the time of
implementation. Any other standard proposed by the supplier, must be used only in
consent with purchaser and relevant stakeholders.

vii. Scalability
The supplier must ensure that the solution must be implemented in such a way that it
can be easily scalable to cater more number of remote locations, or any other network
of purchaser.

viii. High Availability and Redundancy


 High Availability is a key requirement. The project must provide employees with
timely, continuous access to information - all day, every day. The project must
also be able to rebound or recover from any planned or unplanned system
downtime, ensuring a minimal impact on the operations.
 Availability is the quality aspect of whether the service is present or ready for
immediate use. Availability represents the probability that a service is available.
Larger values represent that the service is always ready to use while smaller
values indicate unpredictability of whether the service will be available at a
particular time.
 Also associated with availability is time-to-repair (TTR). TTR represents the time
it takes to repair a service that has failed. Ideally smaller values of TTR are
desirable.
 The availability test would include the following activities:
(a) Designing test for high availability testing
(b) Execution of high-availability tests
(c) Assessment of transaction/data losses in relation to Disaster
(d) Recovery system
(e) Communication of final results to all stakeholders

MD/WZ/06/PUR/ADB/ERP-03
6-200 Section VI. Schedule of Supply

ix. Failover and Load Balancing


All the network equipment and devices (except some servers – refer Scope of Supply)
at Data Centre shall have the automated execution capability to failover to a
redundant or secondary unit upon failure of the primary unit. Likewise, the load on the
primary unit shall be shared with a secondary unit upon the primary unit reaching its
capacity.

x. Backup and recovery


Data is a corporate asset, just as personnel, physical resources, and financial
resources are corporate assets. Data and information are resources that are
extremely valuable for the organisation; hence data management processes must be
in place to maintain the data. The development of information technology has made
effective management of corporate data far more manageable. Backup and recovery
strategy and policies shall be finalised and implemented at the time of solution
implementation by the supplier in consultation with purchaser. The responsibility of
taking backups and testing as per the backup policy and procedure document for DC
and DR lies with the supplier, for the project period.

xi. Disaster Recovery


Supplier’s Scope of Work:
 Supplier is required to schedule supply and installation of DR components and ATS
& AMC support for DR in such a way that the gap between ATS & AMC start date of
DC and DR date must be 1 year.
 The Supplier's scope of work as per the conditions of contract and technical
specifications includes assembly, quality check, packing, supply, transportation,
transit insurance, local delivery, receipt, unloading, handling, storage at site,
movement of system to the location for DRC, conduiting, cabling, installation,
establishment of local area network (LAN) for servers, testing and commissioning
of the DR System with its associated peripherals and also include documentation,
warranty, and training of purchaser's personnel for the said System.
 The Supplier in consultation with the purchaser or purchaser’s personals shall
determine the exact positioning of equipment’s installation, housing of equipment
and cable routing.
 The supplier shall be fully responsible for installation and commissioning of the
system including Server LAN cabling and other related activities for erection, testing
and commissioning.
 All power and connecting cables, conduits/channel laying shall be as per approved
routing by purchaser. Installation of all hardware and software as approved by
purchaser, along with Distribution of electrical power to various equipment and LAN
cabling Installation of equipment’s and software as required.
 Installation, configuration, and testing of the system in consultation with the

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-201

purchaser. Preparation of the system to make it ready for installation of business


applications.
 Commissioning of Disaster Recovery System shall be as per Scope of Work and
Annexure- I.
 The methodology of replication will employ database based replication using Oracle
Data Guard.
Availability Testing:
 After successful completion of installation and configuration availability test
shall be conducted for minimum 10 days continuously. The percentage availability
shall be defined as:

(Test Duration Time -System Outage Time) x 100

(Test duration Time)

The test duration time shall be exclusive of external power failure time.

 The system shall be considered as “available”, if all the processors, total installed
memory; all hard discs (internal & external), DAT, DVD are in service with network
and external storage up and running.

 The availability shall be worked out daily and shall be checked on a cumulative
basis. Thus, if the available time on 2 consecutive days is x and y hours respectively
and test duration time is a and b hours respectively, then the availability to be
reckoned at the end of 2 days is 100 (x + y) / (a + b). During the 30 days of
continuous testing, if this cumulative availability is less than 98% then the Supplier
shall do the necessary rectification of system/sub-systems as deemed fit by them at
their risk and cost (in case of any cost involved). The availability of 98% shall again
be demonstrated by the supplier over a period of 10 days after the Bidder has
performed necessary rectification.
Acceptance:
System shall be accepted by the purchaser after successful completion of Availability
test and establishment of complete setup of DR as per scope of work.
Technical Specification of Disaster Recovery System
A disaster recovery site will provide cover against disaster situations with a separate
set of Servers and backup equipments as per the solution. The DR site would
replicate data and would be updated on regular basis. The disaster recovery solution
would ensure that the DR site will be up as soon as possible.
The Entire business application environment and peripheral servers (as per the scope
of this RFP) at disaster recovery site shall be maintained as a fully working copy of
Primary site.
After completion of system installation and commissioning at DR site a complete copy
of database files of Primary site shall be transported to the DR site in suitable Tape
cartridges.

MD/WZ/06/PUR/ADB/ERP-03
6-202 Section VI. Schedule of Supply

This will be a onetime activity and considering the huge volume of data the same shall
be copied on tapes and shall be carried to the DR site by hand rather than
transporting the data communication link.
The DR site will get regular data updates from the primary site through a high
bandwidth communication link so that it remains up-to-date. The methodology of
replication will employ database based replication using Oracle Data Guard (part of
Oracle Database Enterprise Edition).
In case of a disaster strike at primary data centre, the DR site will take over and will
start functioning as the primary site.
The goal of disaster recovery is to restore the system operations in minimum possible
time and with minimum data loss so that the business processes are not affected by
the disaster.
Following RPO and RTO will be desirable –
A.1 RPO & RTO
Recovery Point Objective is the maximum amount of tim e
lag between Prim ary and Secondary storages. Supplier
intends to maintain RPO as <15 minutes for all application
and data at primary site as per solution.
A.2 Recovery Time Objective is maximum elapsed time
allowed to complete recovery of application processing at
DR site .In case of a disaster, the RTO shall be measured
from the time when the decision is finalized and
intimated to the supplier by purchaser to shift the operations
to DR site. The supplier shall ensure compliance to following
RTOs –
Application RTO
1 Oracle E-Business Suite
(EBS) R12.1.3
2 Hyperion 8 hours
3 Oracle Business
Intelligence Enterprise
Edition (OBIEE)
4 Domain Controller 4 hours
5 Proxy/Reverse Proxy 4 hours

The primary site must be able to recover from secondary site as per time lines (RTO)
mentioned in above table and Business Continuity Plan.
Supplier shall demonstrate the effective commissioning and system capability of DR
site in case of DC is not available for users. The supplier must provide at least one
time DR-Drill as mandatory before Sign-off
The Supplier shall ensure that following features of Oracle Data Guard shall be utilize
and provide the related reports to purchaser as and when required. Purchaser
reserves the rights to audit the same.
 Provides data replication to DR site at database, transactional/redo level.
 Ensures database level consistency, required for opening /starting the DR database.
 Requires lesser bandwidth for equivalent database transaction. (As transmits the
redo changes only).

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-203

 Part of Oracle enterprise edition hence no additional cost for third party replication
tool (at DB level).
 Provides graphical and integrated interface with Oracle enterprise manager.
 Provides synchronous and asynchronous replication based on the requirement and
performance.
 Lesser time to switch/fail over, as it is database aware.
 Provides physical and logical standby options.

xii. Security
 Security is the aspect of the service of providing confidentiality and non--repudiation
by authenticating the parties involved, encrypting messages, and providing access
control. The solution can have different approaches and levels of providing security,
depending on the service requester.
 Security Process will include:
(a) Audit of Network, Server and Application security mechanisms
(b) Assessment of authentication mechanism provided in the application /
components / modules.
(c) Assessment of data encryption mechanism
(d) Assessment of data access privileges, retention periods and archival
mechanisms
(e) Final outcome of this process would be a comprehensive audit report including
all the Network, Server and Application security features incorporated in the
project.

xiii. Design Considerations


All the users will access the application over a MPLS/SWAN Cloud or through VPN
over Internet.
Proposed solution should have adequate redundancies so as to have no single point
of failure for the complete solution. On failure of the primary application server, the
‘fail-over’ server should take over processing.
The solution landscape should be architected with following key drivers in mind:
 High Availability
 Scalability
 Load Sharing
 Performance Objectives
 Optimisation of Hardware
 Usage Requirements
 Integration Requirements
 Maintainability
 Platform Compatibility
 Cost Implications

MD/WZ/06/PUR/ADB/ERP-03
6-204 Section VI. Schedule of Supply

3.6. Delivery Schedule

Delivery Schedule for Data Centre

Activity Timelines
(in Weeks)

Effective Date T

Resource Mobilization T+2

Project Kick-off (Submission of Project Plan and Staffing details) T+3

Preparation and Submission of detailed design and layout of Data T+4


Centre

Site preparation, Data Centre and Disaster Recovery Centre building T + 12

Supply of items as per BOM T + 12

Pre-dispatch Testing, Installation and Operational Testing of Data T + 14


Centre components (Non IT)

Pre-dispatch Testing, Installation, Operational Testing of Data Centre T + 18


components (IT) and submission of documents and manuals and ATS
start (Except DR components).

Connectivity from bandwidth service provider and WAN formation T + 20

Training T + 22

User Acceptance Test T + 24

DC Go-Live T + 26

Warranty period (Except DR components) and FMS Start

Delivery Schedule for Disaster Recovery Centre: Supplier is required to schedule supply and
installation of DR components and ATS & AMC support for DR in such a way that the gap
between ATS & AMC start date of DC and DR date must be 1 year.
Note:
 This is a tentative delivery schedule for DC and DR. It will be finalised through mutual
discussion with the selected supplier at the time of signing the contract.
 The delivery period shall start as of from the Effective Date as per Article-3 of Section-IX
‘Contract Form’.

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-205

4. Technical Specifications

Item Name of Goods Technical Description,


No. or Specifications, and
Related Services Standards

Please refer to Annexure I for details.

MD/WZ/06/PUR/ADB/ERP-03
6-206 Section VI. Schedule of Supply

5. SLA
Please refer to Annexure IV for details.

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-207

6. Drawings
6.1. Server Architecture
(a) Overview

The Project-Win and Project-EPIC would be based on central and networked data processing
architecture. The data processing would be carried out at a respective location with a set of
servers to support the processing needs of the purchaser. The system is designed as to avoid the
single point failure to the extent possible. This central location of both purchasers would be
connected to the various departmental units through different network components along with a
disaster recovery site. A specialised cell shall manage the Centralised computing environment.

Figure 1Proposed Server Architecture

MD/WZ/06/PUR/ADB/ERP-03
6-208 Section VI. Schedule of Supply

(b) 3-Tier/N-Tier Client Server Architecture

The 3-tier architecture will be employed for organisation incorporating of three basic software
components – front-end software, middleware and server software.
In this architecture, the entire processing takes place in these three layers:
(i) Front-end software (client tier) will be responsible for the presentation of information to
purchaser’s user.
(ii) Middleware (application server tier) is the layer where all business rules will be defined.
(iii) Server Software (database server tier) will be responsible for the manipulation and storage
of data.
The figure below depicts a proposed 3-tier client server configuration.

Figure 2Layered Architecture

The solution architecture comprises of mainly four parts as described below,


(i) Client Layer: Client layer would contain web browser for external as well as purchaser
internal users. External user use Internet to send request to access purchaser services and
purchaser internal users would connect via LAN (Copper/Fibre) or Internet. All the users
located at remote locations would access the application/data either through MPLS/SWAN
or VPN.
(ii) Presentation Layer: Web server would be hosted on the presentation layer.
(iii) Application Layer: Application portal shall be hosted at the application layer. Apart from web

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-209

portal Payment gateway, Digital certification, Indexing and searching services shall hosted
on the application layer.
(iv) Database Layer: All the purchaser data shall reside on the Database layer. Apart from
purchaser data User profile, content repository and Metadata shall also reside on the
Database Layer.
The various components to be used in the proposed purchaser solution architecture are
described below; the details of which can be found in subsequent sections of this RFP.

S. No. Component/Service Description

1. Client Layer The Client layer of the purchaser portal would provide the
Internet/intranet browser that would initiate request to the
purchaser application server respectively and will display the
results of requests.

2. Application Server purchaser application server would serve raw content or forward
requests to the database Server

3. User Authentication These services will be used to register, authenticate and


Services manage users and their security privileges. These services will
authenticate the purchaser users and find out user-specific
privileges

4. Application Services including Database Analysis and Design, Data


Database Services Warehousing and Business Intelligence, Conversion.

5. Application Data Business-specific data that the application would track or


manage

6. System Monitoring the hardware across the architecture comprise the


Management system management capabilities.

7. Disaster Recovery A disaster recovery site will provide cover against disaster
situations with a separate set of Servers and backup
equipments. The DR site would replicate data and would be
updated on regular basis. The disaster recovery solution would
ensure that the primary site will be up as soon as possible.

MD/WZ/06/PUR/ADB/ERP-03
6-210 Section VI. Schedule of Supply

6.2. Network Architecture


A description of the Local Area Network (LAN) and Wide Area Network (WAN) requirement for
purchaser is presented in this section. Purchaser’s users are distributed throughout the region
catered by the company. Thus the users will be connected through MPLS/SWAN or intranet
through VPN.

(a) Proposed Remote Connectivity with Data Centre

The network architecture and layout for remote connectivity to Data Centre are proposed for
purchaser is presented in the figure below:

Figure 3 Remote Connectivity to Data Centre

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-211

(b) Proposed Connectivity at Remote Offices

The proposed Connectivity at remote offices desired is as per below. Supplier should align the
solution with the desired architecture as mentioned below.

Figure 4 Proposed Connectivity at Remote Offices

MD/WZ/06/PUR/ADB/ERP-03
6-212 Section VI. Schedule of Supply

(c) Proposed Remote Connectivity through VPN Tunnel

The proposed Remote Connectivity through VPN tunnel as per diagram below.
Supplier should align the solution with the architecture mentioned below.
VPN User initiates a VPN session to the Internet firewall using a specific VPN Group assigned
and VPN User lands on a separate subnet of the Internet firewall for secured communication over
public network. VPN Users will access ERP Applications through any Internet connections.
The Internet connections for VPN connectivity at remote locations are not in the scope of the
current RFP.

Figure 5 Proposed Connectivity through VPN Tunnel

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-213

6.3. Proposed Data Centre Architecture


The proposed Data Centre Architecture diagram desired is as per Figure 6 mentioned below. All
suppliers are requested not to deviate from the desired architecture mentioned below.
There shall be a separate distribution switch for connecting DR servers for both Discom. Supplier
must segregate the DR network using 2 Nos. of distribution switch keeping full redundancy.

Figure 6 Proposed ERP Data Centre Architecture

MD/WZ/06/PUR/ADB/ERP-03
6-214 Section VI. Schedule of Supply

6.4. Proposed Data Base Replication Architecture


The proposed Data Base Replication Architecture diagram desired is as per Figure 7 mentioned
below. The methodology of replication will employ database based replication using Oracle Data
Guard (part of Oracle Database Enterprise Edition). All suppliers are requested not to deviate
from the desired architecture mentioned below:

Figure 7 Oracle Data Guard Architecture

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-215

6.5. Proposed Indore and Jabalpur ERP DC-DR Storage Solution


The proposed DC-DR Storage Solution diagram desired is as per Figure 8 mentioned below. All
suppliers are requested not to deviate from the desired architecture mentioned below

Figure 8 Proposed Indore and Jabalpur ERP DC-DR Storage Solution

As mentioned in the figure above the Database at Indore/Jabalpur Data Centre will replicate with the
Database at Disaster Recovery Centre at Jabalpur/Indore. Indore/Jabalpur DR SAN Storage should be
connected via DC SAN switch of Jabalpur/Indore respectively. There will not be separate SAN switch for
both DR.

MD/WZ/06/PUR/ADB/ERP-03
6-216 Section VI. Schedule of Supply

6.6. Proposed CISC/RISC/EPIC (Linux/UNIX) Server Architecture (Standalone or


Virtualised server) for Data Centre
The Application, Database and Development servers must be as per the below mentioned proposed
architecture. All the suppliers are requested not to deviate from the desired architecture. Database nodes
must be in RAC and load balancing must be done in Application Servers using Application Load
Balancer.

Figure 9 Proposed CISC/RISC/EPIC (Linux/UNIX) Server Architecture (Standalone or Virtualised Server)


for DC

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-217

6.7. Proposed CISC/RISC/EPIC (Linux/UNIX) Server Architecture (Standalone or


Virtualised server) for Disaster Recovery Centre
The Application and Database servers must be as per the below mentioned proposed architecture. All the
suppliers are requested not to deviate from the desired architecture. Database nodes must be in RAC
and load balancing must be done in Application Servers using Application Load Balancer.

Figure 10 Proposed CISC/RISC/EPIC (Linux/UNIX) Server Architecture (Standalone or Virtualised server)


for DR

MD/WZ/06/PUR/ADB/ERP-03
6-218 Section VI. Schedule of Supply

6.8. Data Centre Building Architecture

Figure 11 Data Centre Building Architecture

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-219

6.9. Current Layout of proposed 60 KVA UPS Room – East Discom

Figure 12 Current Layout of proposed 60 KVA UPS Room

MD/WZ/06/PUR/ADB/ERP-03
6-220 Section VI. Schedule of Supply

6.10. Proposed layout for 60 KVA UPS Room

Figure 13 Proposed UPS Room Layout

MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-221

6.11. EAST DISCOM ERP Data Centre Layout

Figure 14 EAST DISCOM Data Centre layout

MD/WZ/06/PUR/ADB/ERP-03
PART 3 – Conditions of
Contract and Contract Forms
SECTION VII

General Conditions of Contract (GCC)


Section VII. General Conditions of Contract 7-1

Section VII. General Conditions of Contract

Table of Clauses

1. Definitions .............................................................................................................................7-3

2. Contract Documents ............................................................................................................7-4

3. Corrupt Practices .................................................................................................................7-4

4. Interpretation.........................................................................................................................7-5

5. Language...............................................................................................................................7-6

6. Joint Venture, Consortium or Association ........................................................................7-7

7. Eligibility................................................................................................................................7-7

8. Notices...................................................................................................................................7-7

9. Governing Law......................................................................................................................7-7

10. Settlement of Disputes.........................................................................................................7-7

11. Scope of Supply ...................................................................................................................7-8

12. Delivery..................................................................................................................................7-8

13. Supplier’s Responsibilities ...................................................................................................7-8

14. Purchaser’s Responsibilities ................................................................................................7-8

15. Contract Price .......................................................................................................................7-8

16. Terms of Payment ................................................................................................................7-9

17. Taxes and Duties ..................................................................................................................7-9

18. Performance Security ..........................................................................................................7-9

19. Copyright.............................................................................................................................7-10

20. Confidential Information ....................................................................................................7-10

21. Subcontracting.....................................................................................................................7-11

22. Specifications and Standards ...........................................................................................7-11

MD/WZ/06/PUR/ADB/ERP-03
7-2 Section VII. General Conditions of Contract

23. Packing and Documents ................................................................................................... 7-12

24. Insurance ............................................................................................................................ 7-12

25. Transportation ..................................................................................................................... 7-12

26. Inspections and Tests ....................................................................................................... 7-12

27. Liquidated Damages .......................................................................................................... 7-14

28. Warranty.............................................................................................................................. 7-14

29. Patent Indemnity ................................................................................................................ 7-15

30. Limitation of Liability ......................................................................................................... 7-16

31. Change in Laws and Regulations..................................................................................... 7-16

32. Force Majeure..................................................................................................................... 7-16

33. Change Orders and Contract Amendments .................................................................... 7-17

34. Extensions of Time ............................................................................................................ 7-18

35. Termination......................................................................................................................... 7-18

36. Assignment......................................................................................................................... 7-19

MD/WZ/06/PUR/ADB/ERP-03
Section VII. General Conditions of Contract 7-3

1. Definitions 1.1 The following words and expressions shall have the meanings
hereby assigned to them:
(a) “Contract” means the Agreement entered into between
the Purchaser and the Supplier, together with the
Contract Documents referred to therein, including all
attachments, appendices, and all documents incorporated
by reference therein.
(b) “Contract Documents” means the documents listed in
the Agreement, including any amendments thereto.
(c) “Contract Price” means the price payable to the Supplier
as specified in the Agreement, subject to such additions
and adjustments thereto or deductions therefrom, as may
be made pursuant to the Contract.
(d) “Day” means calendar day.
(e) “Delivery” means the transfer of the Goods from the
Supplier to the Purchaser in accordance with the terms
and conditions set forth in the Contract.
(f) “Completion” means the fulfilment of the Related
Services by the Supplier in accordance with the terms
and conditions set forth in the Contract.
(g) “Eligible Countries” means the countries and territories
eligible as listed in Section V.
(h) “GCC” means the General Conditions of Contract.
(i) “Goods” means all of the commodities, raw material, machin-
ery and equipment, and/or other materials that the Supplier is
required to supply to the Purchaser under the Contract.
(j) “Purchaser’s Country” is the country specified in the
Special Conditions of Contract (SCC).
(k) “Purchaser” means the entity purchasing the Goods and
Related Services, as specified in the SCC.
(l) “Related Services” means the services incidental to the
supply of the goods, such as insurance, installation,
training and initial maintenance and other similar
obligations of the Supplier under the Contract.
(m) “SCC” means the Special Conditions of Contract.

MD/WZ/06/PUR/ADB/ERP-03
7-4 Section VII. General Conditions of Contract

(n) “Subcontractor” means any natural person, private or


government entity, or a combination of the above, including
its legal successors or permitted assigns, to whom any part
of the Goods to be supplied or execution of any part of the
Related Services is subcontracted by the Supplier.
(o) “Supplier” means the natural person, private or government
entity, or a combination of the above, whose bid to
perform the Contract has been accepted by the Purchaser
and is named as such in the Agreement, and includes the
legal successors or permitted assigns of the Supplier.
(p) “The ADB” is the Asian Development Bank.
(q) “The Site,” where applicable, means the place named in the SCC.
2. Contract 2.1 Subject to the order of precedence set forth in the Agreement, all
Documents documents forming the Contract (and all parts thereof) are intended
to be correlative, complementary, and mutually explanatory.

3. Corrupt 3.1 ADB’s Anticorruption Policy requires borrowers (including


Practices beneficiaries of ADB-financed activity), as well as bidders,
suppliers, and contractors under ADB-financed contracts,
observe the highest standard of ethics during the procurement
and execution of such contracts. In pursuance of this policy,
the ADB:

(a) defines, for the purposes of this provision, the terms set
forth below as follows:

(i) “corrupt practice” means the offering, giving,


receiving, or soliciting, directly or indirectly, anything
of value to influence improperly the actions of
another party;
(ii) “fraudulent practice” means any act or omission,
including a misrepresentation, that knowingly or
recklessly misleads, or attempts to mislead, a party to
obtain a financial or other benefit or to avoid an
obligation;
(iii) “coercive practice” means impairing or harming, or
threatening to impair or harm, directly or indirectly,
any party or the property of the party to influence
improperly the actions of a party;
(iv) “collusive practice” means an arrangement between
two or more parties designed to achieve an improper
purpose, including influencing improperly the actions

MD/WZ/06/PUR/ADB/ERP-03
Section VII. General Conditions of Contract 7-5

of another party;
(b) will reject a proposal for award if it determines that the
bidder recommended for award has, directly or through an
agent, engaged in corrupt, fraudulent, collusive, or
coercive practices in competing for the Contract;
(c) will cancel the portion of the financing allocated to a
contract if it determines at any time that representatives of
the borrower or of a beneficiary of ADB-financing
engaged in corrupt, fraudulent, collusive, or coercive
practices during the procurement or the execution of that
contract, without the borrower having taken timely and
appropriate action satisfactory to ADB to remedy the
situation; and
(d) will sanction a firm or an individual, at any time, in
accordance with ADB’s Anticorruption Policy and
Integrity Principles and Guidelines (both as amended from
time to time)
(e) , including declaring ineligible, either indefinitely or for a
stated period of time, to participate in ADB-financed or
ADB-administered activities or to benefit from an ADB-
financed or ADB-administered contract, financially or
otherwise, if it at any time determines that the firm or
individual has, directly or through an agent, engaged in
corrupt, fraudulent, collusive, or coercive or other
prohibited practices.
3.2 The Supplier shall permit the ADB to inspect the Supplier’s
accounts and records relating to the performance of the
Supplier and to have them audited by auditors appointed by the
ADB, if so required by the ADB.

4. Interpretation 4.1 If the context so requires it, singular means plural and vice
versa.

4.2 Incoterms

(a) The meaning of any trade term and the rights and
obligations of parties thereunder shall be as prescribed
by Incoterms.

(b) EXW, CIF, CIP, and other similar terms, shall be


governed by the rules prescribed in the current edition of
Incoterms, published by the International Chamber of
Commerce at the date of the Invitation for Bids or as
specified in the SCC.

MD/WZ/06/PUR/ADB/ERP-03
7-6 Section VII. General Conditions of Contract

4.3 Entire Agreement

The Contract constitutes the entire agreement between the


Purchaser and the Supplier and supersedes all communications,
negotiations and agreements (whether written or oral) of
parties with respect thereto made prior to the date of Contract.

4.4 Amendment

No amendment or other variation of the Contract shall be valid


unless it is in writing, is dated, expressly refers to the Contract,
and is signed by a duly authorized representative of each party
thereto.

4.5 Nonwaiver

(a) Subject to GCC Sub-Clause 4.5(b) below, no relaxation,


forbearance, delay, or indulgence by either party in
enforcing any of the terms and conditions of the
Contract or the granting of time by either party to the
other shall prejudice, affect, or restrict the rights of that
party under the Contract, neither shall any waiver by
either party of any breach of Contract operate as waiver
of any subsequent or continuing breach of Contract.

(b) Any waiver of a party’s rights, powers, or remedies


under the Contract must be in writing, dated, and signed
by an authorized representative of the party granting
such waiver, and must specify the right and the extent to
which it is being waived.

4.6 Severability

If any provision or condition of the Contract is prohibited or


rendered invalid or unenforceable, such prohibition, invalidity
or unenforceability shall not affect the validity or
enforceability of any other provisions and conditions of the
Contract.

5. Language 5.1 The Contract as well as all correspondence and documents


relating to the Contract exchanged by the Supplier and the
Purchaser, shall be written in the language specified in the
SCC. Supporting documents and printed literature that are part
of the Contract may be in another language provided they are
accompanied by an accurate translation of the relevant
passages in the language specified in the SCC, in which case,

MD/WZ/06/PUR/ADB/ERP-03
Section VII. General Conditions of Contract 7-7

for purposes of interpretation of the Contract, this translation


shall govern.

5.2 The Supplier shall bear all costs of translation to the governing
language and all risks of the accuracy of such translation.

6. Joint Venture, 6.1 Unless otherwise specified in the SCC, if the Supplier is a joint
Consortium venture, consortium, or association, all of the parties shall be
or Association jointly and severally liable to the Purchaser for the fulfilment
of the provisions of the Contract and shall designate one party
to act as a leader with authority to bind the joint venture,
consortium, or association. The composition or the constitution
of the joint venture, consortium, or association shall not be
altered without the prior consent of the Purchaser.

7. Eligibility 7.1 The Supplier and its Subcontractors shall have the nationality
of an eligible country. A Supplier or Subcontractor shall be
deemed to have the nationality of a country if it is a citizen or
constituted or incorporated, and operates in conformity with
the provisions of the laws of that country.

7.2 All Goods and Related Services to be supplied under the


Contract and financed by the ADB shall have their origin in
Eligible Countries. For the purpose of this Clause, origin
means the country where the goods have been grown, mined,
cultivated, produced, manufactured, or processed; or through
manufacture, processing, or assembly, another commercially
recognized article results that differs substantially in its basic
characteristics from its imported components.

8. Notices 8.1 Any Notice given by one party to the other pursuant to the
Contract shall be in writing to the address specified in the SCC.
The term “in writing” means communicated in written form
with proof of receipt.

8.2 A Notice shall be effective when delivered or on the Notice’s


effective date, whichever is later.

9. Governing 9.1 The Contract shall be governed by and interpreted in


Law accordance with the laws of the Purchaser’s country, unless
otherwise specified in the SCC.

10. Settlement of 10.1 The Purchaser and the Supplier shall make every effort to
Disputes resolve amicably by direct informal negotiation any
disagreement or dispute arising between them under or in
connection with the Contract.

MD/WZ/06/PUR/ADB/ERP-03
7-8 Section VII. General Conditions of Contract

10.2 If the parties fail to resolve such a dispute or difference by


mutual consultation within twenty-eight (28) days from the
commencement of such consultation, either party may require
that the dispute be referred for resolution to the formal
mechanisms specified in the SCC.

11. Scope of 11.1 Subject to the SCC, the Goods and Related Services to be
Supply supplied shall be as specified in Section VI, Schedule of
Supply.

11.2 Unless otherwise stipulated in the Contract, the Scope of


Supply shall include all such items not specifically mentioned
in the Contract but that can be reasonably inferred from the
Contract as being required for attaining Delivery and
Completion of the Goods and Related Services as if such items
were expressly mentioned in the Contract.

12. Delivery 12.1 Subject to GCC Sub-Clause 33.1, the Delivery of the Goods
and Completion of the Related Services shall be in accordance
with the Delivery and Completion Schedule specified in the
Section VI, Schedule of Supply. The details of shipping and
other documents to be furnished by the Supplier are specified
in the SCC.

13. Supplier’s 13.1 The Supplier shall supply all the Goods and Related Services
Responsibilities included in the Scope of Supply in accordance with GCC
Clause 11, and the Delivery and Completion Schedule, as per
GCC Clause 12.

14. Purchaser’s 14.1 Whenever the supply of Goods and Related Services requires
Responsibilities that the Supplier obtain permits, approvals, and import and
other licenses from local public authorities, the Purchaser shall,
if so required by the Supplier, make its best effort to assist the
Supplier in complying with such requirements in a timely and
expeditious manner.

14.2 The Purchaser shall pay all costs involved in the performance
of its responsibilities, in accordance with GCC Sub-Clause
14.1.

15. Contract 15.1 The Contract Price shall be as specified in the Agreement
Price subject to any additions and adjustments thereto, or deductions
therefrom, as may be made pursuant to the Contract.

15.2 Prices charged by the Supplier for the Goods delivered and the
Related Services performed under the Contract shall not vary
from the prices quoted by the Supplier in its bid, with the

MD/WZ/06/PUR/ADB/ERP-03
Section VII. General Conditions of Contract 7-9

exception of any price adjustments authorized in the SCC.

16. Terms of 16.1 The Contract Price shall be paid as specified in the SCC.
Payment

16.2 The Supplier’s request for payment shall be made to the


Purchaser in writing, accompanied by invoices describing, as
appropriate, the Goods delivered and Related Services
performed, and by the documents submitted pursuant to GCC
Clause 12 and upon fulfilment of all the obligations stipulated
in the Contract.
16.3 Payments shall be made promptly by the Purchaser, no later
than sixty (60) days after submission of an invoice or request
for payment by the Supplier, and the Purchaser has accepted it.
16.4 The currency or currencies in which payments shall be made to
the Supplier under this Contract shall be specified in the SCC.
17. Taxes and 17.1 For goods supplied from outside the Purchaser’s country, the
Duties Supplier shall be entirely responsible for all taxes, stamp
duties, license fees, and other such levies imposed outside the
Purchaser’s country.
17.2 For goods supplied from within the Purchaser’s country, the
Supplier shall be entirely responsible for all taxes, duties,
license fees, etc., incurred until delivery of the contracted
Goods to the Purchaser.
17.3 If any tax exemptions, reductions, allowances or privileges
may be available to the Supplier in the Purchaser’s Country,
the Purchaser shall use its best efforts to enable the Supplier to
benefit from any such tax savings to the maximum allowable
extent.
18. Performance 18.1 The Supplier shall, within twenty-eight (28) days of the
Security notification of Contract award, provide a Performance Security
for the due performance of the Contract in the amounts and
currencies specified in the SCC.
18.2 The proceeds of the Performance Security shall be payable to the
Purchaser as compensation for any loss resulting from the
Supplier’s failure to complete its obligations under the Contract.
18.3 The Performance Security shall be denominated in the
currencies of the Contract, or in a freely convertible currency
acceptable to the Purchaser, and shall be in one of the forms
stipulated by the Purchaser in the SCC, or in another form

MD/WZ/06/PUR/ADB/ERP-03
7-10 Section VII. General Conditions of Contract

acceptable to the Purchaser.


18.4 The Performance Security shall be discharged by the Purchaser
and returned to the Supplier not later than twenty-eight (28)
days following the date of completion of the Supplier’s
performance obligations under the Contract, including any
warranty obligations, unless specified otherwise in the SCC.

19. Copyright 19.1 The copyright in all drawings, documents, and other materials
containing data and information furnished to the Purchaser by
the Supplier herein shall remain vested in the Supplier, or, if
they are furnished to the Purchaser directly or through the
Supplier by any third party, including suppliers of materials,
the copyright in such materials shall remain vested in such
third party.

20. Confidential 20.1 The Purchaser and the Supplier shall keep confidential and
Information shall not, without the written consent of the other party hereto,
divulge to any third party any documents, data, or other
information furnished directly or indirectly by the other party
hereto in connection with the Contract, whether such
information has been furnished prior to, during or following
completion or termination of the Contract. Notwithstanding
the above, the Supplier may furnish to its Subcontractor such
documents, data, and other information it receives from the
Purchaser to the extent required for the Subcontractor to
perform its work under the Contract, in which event the
Supplier shall obtain from such Subcontractor an undertaking
of confidentiality similar to that imposed on the Supplier under
GCC Clause 20.

20.2 The Purchaser shall not use such documents, data, and other
information received from the Supplier for any purposes
unrelated to the Contract. Similarly, the Supplier shall not use
such documents, data, and other information received from the
Purchaser for any purpose other than the design, procurement,
or other work and services required for the performance of the
Contract.

20.3 The obligation of a party under GCC Sub-Clauses 20.1 and


20.2 above, however, shall not apply to information that:

(a) the Purchaser or Supplier need to share with the ADB or


other institutions participating in the financing of the
Contract;

(b) now or hereafter enters the public domain through no

MD/WZ/06/PUR/ADB/ERP-03
Section VII. General Conditions of Contract 7-11

fault of that party;

(c) can be proven to have been possessed by that party at


the time of disclosure and which was not previously
obtained, directly or indirectly, from the other party; or

(d) otherwise lawfully becomes available to that party from


a third party that has no obligation of confidentiality.

20.4 The above provisions of GCC Clause 20 shall not in any way
modify any undertaking of confidentiality given by either of
the parties hereto prior to the date of the Contract in respect of
the Supply or any part thereof.

20.5 The provisions of GCC Clause 20 shall survive completion or


termination, for whatever reason, of the Contract.

21. Subcontracting 21.1 The Supplier shall notify the Purchaser in writing of all
subcontracts awarded under the Contract if not already
specified in the Bid. Subcontracting shall in no event relieve
the Supplier from any of its obligations, duties,
responsibilities, or liability under the Contract.

21.2 Subcontracts shall comply with the provisions of GCC Clauses


3 and 7.

22. Specifications 22.1 Technical Specifications and Drawings


and Standards
(a) The Supplier shall ensure that the Goods and Related
Services comply with the technical specifications and
other provisions of the Contract.

(b) The Supplier shall be entitled to disclaim responsibility


for any design, data, drawing, specification or other
document, or any modification thereof provided or
designed by or on behalf of the Purchaser, by giving a
notice of such disclaimer to the Purchaser.

(c) The Goods and Related Services supplied under this


Contract shall conform to the standards mentioned in
Section VI, Schedule of Supply and, when no applicable
standard is mentioned, the standard shall be equivalent
or superior to the official standards whose application is
appropriate to the country of origin of the Goods.

MD/WZ/06/PUR/ADB/ERP-03
7-12 Section VII. General Conditions of Contract

22.2 Wherever references are made in the Contract to codes and


standards in accordance with which it shall be executed, the
edition or the revised version of such codes and standards shall
be those specified in the Section VI, Schedule of Supply.
During Contract execution, any changes in any such codes and
standards shall be applied only after approval by the Purchaser
and shall be treated in accordance with GCC Clause 33.

23. Packing and 23.1 The Supplier shall provide such packing of the Goods as is
Documents required to prevent their damage or deterioration during transit
to their final destination, as indicated in the Contract. During
transit, the packing shall be sufficient to withstand, without
limitation, rough handling and exposure to extreme
temperatures, salt and precipitation, and open storage. Packing
case size and weights shall take into consideration, where
appropriate, the remoteness of the final destination of the
Goods and the absence of heavy handling facilities at all points
in transit.
23.2 The packing, marking, and documentation within and outside
the packages shall comply strictly with such special
requirements as shall be expressly provided for in the Contract,
including additional requirements, if any, specified in the SCC,
and in any other instructions ordered by the Purchaser.
24. Insurance 24.1 Unless otherwise specified in the SCC, the Goods supplied
under the Contract shall be fully insured, in a freely
convertible currency from an eligible country, against loss or
damage incidental to manufacture or acquisition,
transportation, storage, and delivery, in accordance with the
applicable Incoterms or in the manner specified in the SCC.
25. Transportation 25.1 Unless otherwise specified in the SCC, obligations for
transportation of the Goods shall be in accordance with the
Incoterms specified in Sections VI, Schedule of Supply.
26. Inspections 26.1 The Supplier shall at its own expense and at no cost to the
and Tests Purchaser carry out all such tests and/or inspections of the
Goods and Related Services as are specified in Sections VI,
Schedule of Supply.
26.2 The inspections and tests may be conducted on the premises of
the Supplier or its Subcontractor, at point of delivery, and/or at
the final destination of the Goods, or in another place in the
Purchaser’s country as specified in the SCC. Subject to GCC
Sub-Clause 26.3, if conducted on the premises of the Supplier
or its Subcontractor, all reasonable facilities and assistance,

MD/WZ/06/PUR/ADB/ERP-03
Section VII. General Conditions of Contract 7-13

including access to drawings and production data, shall be


furnished to the inspectors at no charge to the Purchaser.
26.3 The Purchaser or its designated representative shall be entitled
to attend the tests and/or inspections referred to in GCC Sub-
Clause 26.2, provided that the Purchaser bear all of its own
costs and expenses incurred in connection with such
attendance including, but not limited to, all travelling and
board and lodging expenses.
26.4 Whenever the Supplier is ready to carry out any such test and
inspection, it shall give a reasonable advance notice, including
the place and time, to the Purchaser. The Supplier shall obtain
from any relevant third party or manufacturer any necessary
permission or consent to enable the Purchaser or its designated
representative to attend the test and/or inspection.
26.5 The Purchaser may require the Supplier to carry out any test
and/or inspection not required by the Contract but deemed
necessary to verify that the characteristics and performance of
the Goods comply with the technical specifications, codes and
standards under the Contract, provided that the Supplier’s
reasonable costs and expenses incurred in the carrying out of
such test and/or inspection shall be added to the Contract Price.
Further, if such test and/or inspection impedes the progress of
manufacturing and/or the Supplier’s performance of its other
obligations under the Contract, due allowance will be made in
respect of the Delivery Dates and Completion Dates and the
other obligations so affected.
26.6 The Supplier shall provide the Purchaser with a report of the
results of any such test and/or inspection.
26.7 The Purchaser may reject any Goods or any part thereof that
fail to pass any test and/or inspection or do not conform to the
specifications. The Supplier shall either rectify or replace such
rejected Goods or parts thereof or make alterations necessary
to meet the specifications at no cost to the Purchaser, and shall
repeat the test and/or inspection, at no cost to the Purchaser,
upon giving a notice pursuant to GCC Sub-Clause 26.4.
26.8 The Supplier agrees that neither the execution of a test and/or
inspection of the Goods or any part thereof, nor the attendance
by the Purchaser or its representative, nor the issue of any
report pursuant to GCC Sub-Clause 26.6, shall release the
Supplier from any warranties or other obligations under the
Contract.

MD/WZ/06/PUR/ADB/ERP-03
7-14 Section VII. General Conditions of Contract

27. Liquidated 27.1 Except as provided under GCC Clause 32, if the Supplier fails
Damages to deliver any or all of the Goods or perform the Related
Services within the period specified in the Contract, the
Purchaser may without prejudice to all its other remedies under
the Contract, deduct from the Contract Price, as liquidated
damages, a sum equivalent to the percentage specified in the
SCC of the Contract Price for each week or part thereof of
delay until actual delivery or performance, up to a maximum
deduction of the percentage specified in the SCC. Once the
maximum is reached, the Purchaser may terminate the
Contract pursuant to GCC Clause 35.

28. Warranty 28.1 The Supplier warrants that all the Goods are new, unused, and
of the most recent or current models, and that they incorporate
all recent improvements in design and materials, unless
provided otherwise in the Contract.

28.2 Subject to GCC Sub-Clause 22.1, the Supplier further warrants


that the Goods shall be free from defects arising from any act
or omission of the Supplier or arising from design, materials,
and workmanship, under normal use in the conditions
prevailing in the country of final destination.

28.3 Unless otherwise specified in the SCC, the warranty shall


remain valid for twelve (12) months after the Goods, or any
portion thereof as the case may be, have been delivered to and
accepted at the final destination indicated in the SCC, or for
eighteen (18) months after the date of shipment or loading in
the country of origin, whichever period concludes earlier.

28.4 The Purchaser shall give Notice to the Supplier stating the
nature of any such defects together with all available evidence
thereof, promptly following the discovery thereof. The
Purchaser shall afford all reasonable opportunity for the
Supplier to inspect such defects.

28.5 Upon receipt of such Notice, the Supplier shall, within the
period specified in the SCC, expeditiously repair or replace the
defective Goods or parts thereof, at no cost to the Purchaser.

28.6 If having been notified, the Supplier fails to remedy the defect
within the period specified in the SCC, the Purchaser may
proceed to take within a reasonable period such remedial
action as may be necessary, at the Supplier’s risk and expense
and without prejudice to any other rights which the Purchaser

MD/WZ/06/PUR/ADB/ERP-03
Section VII. General Conditions of Contract 7-15

may have against the Supplier under the Contract.

29. Patent 29.1 The Supplier shall, subject to the Purchaser’s compliance with
Indemnity GCC Sub-Clause 29.2, indemnify and hold harmless the
Purchaser and its employees and officers from and against any
and all suits, actions or administrative proceedings, claims,
demands, losses, damages, costs, and expenses of any nature,
including attorney’s fees and expenses, which the Purchaser may
suffer as a result of any infringement or alleged infringement of
any patent, utility model, registered design, trademark, copyright,
or other intellectual property right registered or otherwise existing
at the date of the Contract by reason of:

(a) the installation of the Goods by the Supplier or the use


of the Goods in the country where the Site is located;
and

(b) the sale in any country of the products produced by the


Goods.

Such indemnity shall not cover any use of the Goods or any
part thereof other than for the purpose indicated by or to be
reasonably inferred from the Contract, neither any
infringement resulting from the use of the Goods or any part
thereof, or any products produced thereby in association or
combination with any other equipment, plant, or materials not
supplied by the Supplier, pursuant to the Contract.

29.2 If any proceedings are brought or any claim is made against


the Purchaser arising out of the matters referred to in GCC
Sub-Clause 29.1, the Purchaser shall promptly give the
Supplier a notice thereof, and the Supplier may at its own
expense and in the Purchaser’s name conduct such proceedings
or claim and any negotiations for the settlement of any such
proceedings or claim.

29.3 If the Supplier fails to notify the Purchaser within twenty-eight


(28) days after receipt of such notice that it intends to conduct
any such proceedings or claim, then the Purchaser shall be free
to conduct the same on its own behalf.

29.4 The Purchaser shall, at the Supplier’s request, afford all


available assistance to the Supplier in conducting such
proceedings or claim, and shall be reimbursed by the Supplier
for all reasonable expenses incurred in so doing.

MD/WZ/06/PUR/ADB/ERP-03
7-16 Section VII. General Conditions of Contract

29.5 The Purchaser shall indemnify and hold harmless the Supplier
and its employees, officers, and Subcontractors from and
against any and all suits, actions or administrative proceedings,
claims, demands, losses, damages, costs, and expenses of any
nature, including attorney’s fees and expenses, which the
Supplier may suffer as a result of any infringement or alleged
infringement of any patent, utility model, registered design,
trademark, copyright, or other intellectual property right
registered or otherwise existing at the date of the Contract
arising out of or in connection with any design, data, drawing,
specification, or other documents or materials provided or
designed by or on behalf of the Purchaser.

30. Limitation of 30.1 Except in cases of gross negligence or willful misconduct :


Liability
(a) neither party shall be liable to the other party for any
indirect or consequential loss or damage, loss of use,
loss of production, or loss of profits or interest costs,
provided that this exclusion shall not apply to any
obligation of the Supplier to pay liquidated damages to
the Purchaser; and

(b) the aggregate liability of the Supplier to the Purchaser,


whether under the Contract, in tort, or otherwise, shall
not exceed the amount specified in the SCC, provided
that this limitation shall not apply to the cost of repairing
or replacing defective equipment, or to any obligation of
the Supplier to indemnify the Purchaser with respect to
patent infringement.

31. Change in 31.1 Unless otherwise specified in the Contract, if after the date of
Laws and the Invitation for Bids, any law, regulation, ordinance, order or
Regulations bylaw having the force of law is enacted, promulgated,
abrogated, or changed in the place of the Purchaser’s country
where the Site is located (which shall be deemed to include
any change in interpretation or application by the competent
authorities) that subsequently affects the Delivery Date and/or
the Contract Price, then such Delivery Date and/or Contract
Price shall be correspondingly increased or decreased, to the
extent that the Supplier has thereby been affected in the
performance of any of its obligations under the Contract.
Notwithstanding the foregoing, such additional or reduced cost
shall not be separately paid or credited if the same has already
been accounted for in the price adjustment provisions where
applicable, in accordance with GCC Clause 15.

32. Force 32.1 The Supplier shall not be liable for forfeiture of its

MD/WZ/06/PUR/ADB/ERP-03
Section VII. General Conditions of Contract 7-17

Majeure Performance Security, liquidated damages, or termination for


default if and to the extent that its delay in performance or
other failure to perform its obligations under the Contract is the
result of an event of Force Majeure.

32.2 For purposes of this Clause, “Force Majeure” means an event


or situation beyond the control of the Supplier that is not
foreseeable, is unavoidable, and its origin is not due to
negligence or lack of care on the part of the Supplier. Such
events may include, but not be limited to, acts of the Purchaser
in its sovereign capacity, wars or revolutions, fires, floods,
epidemics, quarantine restrictions, and freight embargoes.

32.3 If a Force Majeure situation arises, the Supplier shall promptly


notify the Purchaser in writing of such condition and the cause
thereof. Unless otherwise directed by the Purchaser in writing,
the Supplier shall continue to perform its obligations under the
Contract as far as is reasonably practical, and shall seek all
reasonable alternative means for performance not prevented by
the Force Majeure event.

33. Change 33.1 The Purchaser may at any time order the Supplier through
Orders and Notice in accordance GCC Clause 8, to make changes within
Contract the general scope of the Contract in any one or more of the
Amendments following:
(a) drawings, designs, or specifications, where Goods to be
furnished under the Contract are to be specifically
manufactured for the Purchaser;
(b) the method of shipment or packing;
(c) the place of delivery; and
(d) the Related Services to be provided by the Supplier.

33.2 If any such change causes an increase or decrease in the cost


of, or the time required for, the Supplier’s performance of any
provisions under the Contract, an equitable adjustment shall be
made in the Contract Price or in the Delivery and Completion
Schedule, or both, and the Contract shall accordingly be
amended. Any claims by the Supplier for adjustment under
this Clause must be asserted within twenty-eight (28) days
from the date of the Supplier’s receipt of the Purchaser’s
change order.

33.3 Prices to be charged by the Supplier for any Related Services


that might be needed but which were not included in the
Contract shall be agreed upon in advance by the parties and

MD/WZ/06/PUR/ADB/ERP-03
7-18 Section VII. General Conditions of Contract

shall not exceed the prevailing rates charged to other parties by


the Supplier for similar services.

34. Extensions of 34.1 If at any time during performance of the Contract, the Supplier
Time or its Subcontractors should encounter conditions impeding
timely delivery of the Goods or completion of Related Services
pursuant to GCC Clause 12, the Supplier shall promptly notify
the Purchaser in writing of the delay, its likely duration, and its
cause. As soon as practicable after receipt of the Supplier’s
notice, the Purchaser shall evaluate the situation and may at its
discretion extend the Supplier’s time for performance, in
which case the extension shall be ratified by the parties by
amendment of the Contract.
34.2 Except in case of Force Majeure, as provided under GCC
Clause 32, a delay by the Supplier in the performance of its
Delivery and Completion obligations shall render the Supplier
liable to the imposition of liquidated damages pursuant to GCC
Clause 27, unless an extension of time is agreed upon, pursuant
to GCC Sub-Clause 34.1.

35. Termination 35.1 Termination for Default

(a) The Purchaser, without prejudice to any other remedy


for breach of Contract, by Notice of default sent to the
Supplier, may terminate the Contract in whole or in part:

(i) if the Supplier fails to deliver any or all of the


Goods within the period specified in the Contract,
or within any extension thereof granted by the
Purchaser pursuant to GCC Clause 34; or

(ii) if the Supplier fails to perform any other


obligation under the Contract.

(b) In the event the Purchaser terminates the Contract in


whole or in part, pursuant to GCC Clause 35.1(a), the
Purchaser may procure, upon such terms and in such
manner as it deems appropriate, Goods or Related
Services similar to those undelivered or not performed,
and the Supplier shall be liable to the Purchaser for any
additional costs for such similar Goods or Related
Services. However, the Supplier shall continue
performance of the Contract to the extent not terminated.

(c) if the Supplier, in the judgment of the Purchaser has


engaged in corrupt, fraudulent, collusive, or coercive
practices, as defined in GCC Clause 3, in competing for

MD/WZ/06/PUR/ADB/ERP-03
Section VII. General Conditions of Contract 7-19

or in executing the Contract.

35.2 Termination for Insolvency

The Purchaser may at any time terminate the Contract by


giving Notice to the Supplier if the Supplier becomes bankrupt
or otherwise insolvent. In such event, termination will be
without compensation to the Supplier, provided that such
termination will not prejudice or affect any right of action or
remedy that has accrued or will accrue thereafter to the
Purchaser.

35.3 Termination for Convenience

(a) The Purchaser, by Notice sent to the Supplier, may


terminate the Contract, in whole or in part, at any time
for its convenience. The Notice of termination shall
specify that termination is for the Purchaser’s
convenience, the extent to which performance of the
Supplier under the Contract is terminated, and the date
upon which such termination becomes effective.

(b) The Goods that are complete and ready for shipment
within twenty-eight (28) days after the Supplier’s receipt
of the Notice of termination shall be accepted by the
Purchaser at the Contract terms and prices. For the
remaining Goods, the Purchaser may elect:

(i) To have any portion completed and delivered at


the Contract terms and prices; and/or

(ii) to cancel the remainder and pay to the Supplier an


agreed amount for partially completed Goods and
Related Services and for materials and parts
previously procured by the Supplier.

36. Assignment 36.1 Neither the Purchaser nor the Supplier shall assign, in whole or
in part, their obligations under this Contract, except with prior
written consent of the other party.

MD/WZ/06/PUR/ADB/ERP-03
SECTION VIII

Special Conditions of Contract (SCC)


Section VIII. Special Conditions of Contract 8-1

Section VIII. Special Conditions of Contract

The following Special Conditions of Contract (SCC) shall supplement the General Conditions of
Contract (GCC). Whenever there is a conflict, the provisions herein shall prevail over those in the
GCC.

GCC 1.1(j) The Purchaser’s country is: India

GCC 1.1(k) The Purchaser are:


 Madhya Pradesh Paschim Kshetra Vidyut Vitaran Company Ltd.,
(MPPKVVCL, Indore), GPH Compound, Pologround, Indore, MP, India
 Madhya Pradesh Poorv Kshetra Vidyut Vitaran Company Ltd.,
(MPPKVVCL, Jabalpur), Block No.7, Basement, Shakti Bhawan, Rampur,
Jabalpur, MP, India.

GCC 1.1 (q) The Sites are: Region in Madhya Pradesh under -
 Madhya Pradesh Paschim Kshetra Vidyut Vitaran Company Limited
 Madhya Pradesh Poorv Kshetra Vidyut Vitaran Company Limited.

GCC 5.1 The language shall be: English

GCC 6.1 The individuals or firms in a joint venture, consortium or association shall be jointly
and severally liable.

MD/WZ/06/PUR/ADB/ERP-03
8-2 Section VIII. Special Conditions of Contract

GCC 8.1 For notices, the Purchaser’s address shall be:


1). West Discom:
Attention: Chief Engineer (Corporate Office)
Madhya Pradesh Paschim Kshetra Vidyut Vitaran Company Ltd.,
GPH Compound, Pologround, Indore, Madhya Pradesh
Telephone: +91 731 2421345
Facsimile number: +91 731 2421345
Email: mppkvvcl.erp@gmail.com

2). East Discom:


Chief Engineer-ADB
Madhya Pradesh Poorv Kshetra Vidyut Vitaran Company Ltd.,
Block No.11, Basement, Shakti Bhawan, Rampur,
Jabalpur, Madhya Pradesh, India – 482 008
Telephone: +91 761 2702478
Facsimile number: +91 761 2660128
Email: ceadb.jbp@gmail.com

GCC 9.1 The governing law shall be: Laws of India.

GCC 10.2 The formal mechanism for the resolution of disputes shall be:
1) Any disputes under this contract, shall be referred to a sole independent
Arbitrator to be appointed by Secretary, Energy Department, Government
of Madhya Pradesh.
2) Arbitration Law:
a) Supplier from Purchaser’s country: The dispute shall be settled by
arbitration in accordance with the Indian Arbitration and Conciliation
Act of 1996.
b) Supplier from outside Purchaser’s country: the dispute shall be settled
by arbitration in accordance with the provisions of the United Nations
Commission on International Trade Law (UNCITRAL) Arbitration
Rules.
3) The Arbitrator’s decision shall be final and binding on both the parties.
4) The arbitrator’s fees shall be shared equally by both the parties.

GCC 11.1
The scope of supply shall be as defined in: “Section VI, Schedule of Supply”. At the
time of awarding the Contract, the Purchaser shall specify any change in the Scope
of supply with respect to Section VI, Schedules of Supply included in the Bidding
document. Such changes may be due, for instance, if the quantities of Goods and
Related Services are increased or decreased at the time of award.

GCC 12.1 1. The Supplier shall manufacture or procure and transport all IT Products and/or

MD/WZ/06/PUR/ADB/ERP-03
Section VIII. Special Conditions of Contract 8-3

Services in an expeditious and orderly manner to the Project Site.


2. Delivery of the IT Products and/or Services shall be made by the Supplier in
accordance with the Section VI Schedule of Supply and Annexure-II Office
Locations.
3. Early or partial deliveries require the explicit written consent of the Purchaser,
which consent shall not be unreasonably withheld.
4. Transportation
4.1. The Supplier shall bear responsibility for and cost of transport to the Project
Sites in accordance with the terms and conditions used in the specification of
prices in the Contract, including the terms and conditions of the associated
Incoterms.
4.2. The Supplier shall be free to use transportation through carriers registered in
any Eligible Country and to obtain insurance from any Eligible Country.
5. Any change in Site or Site conditions or technological requirement changes
shall be binding on the Bidder and no extra claim on this account shall be
entertained.
6. Details of shipping and documents to be furnished by the Supplier shall be:
6.1. FOR GOODS SUPPLIED FROM ABROAD AS PER INCOTERM CIF:
Upon shipment, the Supplier shall notify the Purchaser and the Insurance
Company by telex or fax the full details of the shipment, including Contract
number, description of Goods, quantity, the vessel, the bill of loading number
and date, port of loading, date of shipment, port of discharge, etc. The Supplier
shall send the following documents to the Purchaser, with a copy to the
Insurance Company.
(a) Copy of the Supplier’s invoice showing the description of the Goods
quantity, unit CIF price and total amount;
(b) Copy of on board bill of landing marked “freight prepaid”
(c) Copy of the packing list identifying contents of each package;
(d) Insurance certificate;
(e) Copy of test certificate approval issued by the Purchaser;
(f) Certificate of Origin;
(g) Manufacturer’s or Supplier’s Warranty Certificate.
The Purchaser shall receive the above documents at least two weeks
before arrival of the Goods at the port or place of arrival and, if not received
the Supplier will be responsible for any consequent expenses.
6.2. FOR GOODS FROM WITHIN THE PURCHASER’S COUNTRY
INCOTERMS EXW PLUS INLAND FRIGHT & INSURANCE CHARGES.
Upon delivery of the Goods to the transporter, the Supplier shall notify the
Purchaser and send the following documents to the Purchaser:
(a) Copy of the Supplier’s invoice showing the description of the Goods,

MD/WZ/06/PUR/ADB/ERP-03
8-4 Section VIII. Special Conditions of Contract

quantity, unit ex-works price and total amount;


(b) Copy of Motor Transport Receipt (MTR) of a transport contractor
approved by Indian Bankers Association
(c) Copy of test certificate approval issued by the Purchaser
(d) Copy of packing list identifying contents of each package
(e) Insurance certificate
(f) Manufacturer’s or Supplier’s Warranty Certificate
(g) Dispatch instructions issued by the Purchaser.
The Purchaser shall receive the above documents before the arrival of the
Goods and, if not received, the Supplier will be responsible for any
consequent expenses.

GCC 16.1 The Contract Price shall be paid as specified in ‘Agreement’ of Section IX, ‘Contract
Forms’.

MD/WZ/06/PUR/ADB/ERP-03
Section VIII. Special Conditions of Contract 8-5

GCC 16.2 Schedule and Procedure of Payments

The Payment as per the Schedule and Procedure will be made by the respective
entity as per the Table below:

For Goods and Related Services supplied from within the Purchaser’s
country:
Hardware (Hardware Price excluding FMS/ATS/AMC cost)

Payment milestone Percentage of Document Requirement


contract price
excluding
support cost
(FMS, ATS,
AMC)

Mobilization Advance 10% Advance Security

Delivery of all hardware 20% (30% in Delivery documents and


and software to be case advance completion report to be submitted
supplied at Data Centre is not drawn by SI and verified by ERP
and Successful by Bidder) Implementation Partner
commissioning of Data
Centre Facilities.

Successful Installation of 20% Installation completion report to


all Hardware and be submitted by SI and verified by
Software at DC and all ERP Implementation Partner
remote sites

Operational Acceptance 20% Operational Acceptance report by


of live Data Centre and ERP Implementation Partner and
establishment of WAN Training completion certificate
and completion of issued by purchaser.
Training

Operational Acceptance 30% Report by ERP Implementation


and establishment of live Partner
DR.

MD/WZ/06/PUR/ADB/ERP-03
8-6 Section VIII. Special Conditions of Contract

FMS, ATS and AMC services


Payment milestone Description Document
Requirement

FMS Pro-rata At the end of each Invoice


quarter

ATS Pro-rata Annual Advanced Invoice

AMC Pro-rata At the end of each Invoice


quarter

For Goods and Related Services supplied from outside the Purchaser’s
country:

Hardware (Hardware Price excluding FMS/ATS/AMC cost)

Payment milestone Percentage of Document Requirement


contract price
excluding
support cost
(FMS, ATS,
AMC)

Mobilization Advance 10% Advance Security

Delivery of all hardware 20%(30% in Delivery documents and


and software to be case advance completion report to be submitted
supplied at Data Centre is not drawn by SI and verified by ERP
and Successful by Bidder) Implementation Partner
commissioning of Data
Centre Facilities.

Successful Installation of 20% Installation completion report to


all Hardware and be submitted by SI and verified by
Software at DC and all ERP Implementation Partner
remote sites

Operational Acceptance 20% Operational Acceptance report by


of live Data Centre and ERP Implementation Partner and
establishment of WAN Training completion certificate
and completion of issued by purchaser.
Training

Operational Acceptance 30% Report by ERP Implementation


and establishment of live Partner
DR.

MD/WZ/06/PUR/ADB/ERP-03
Section VIII. Special Conditions of Contract 8-7

FMS, ATS and AMC services


Payment milestone Description Document
Requirement

FMS Pro-rata At the end of each Invoice


quarter

ATS Pro-rata Annual Advanced Invoice

AMC Pro-rata At the end of each Invoice


quarter

Payment Procedure:
a. The Contract Price shall be paid as specified in ‘Agreement’ of Section IX,
‘Contract Forms’ as per Clause 16.1 of Section VIII, ‘Special Conditions of
Contract’.
b. Four copies of each invoice along with the respective documents need to be
submitted upon completion of each milestone for processing the payment.
c. Project Manager [Purchaser] shall issue acceptance certificates to the Supplier
for the milestones and documents submitted by the Supplier, unless otherwise
advised by the Purchaser.
d. Advance Payment Security valid throughout the contract period, as per the
format provided in Section IX, ‘Contract Forms’.
e. All payments shall be made after adjusting penalty amount payable, if any. In
case there are any penalties / liquidated damages to be levied and are
recoverable as per contract, the Project Manager [Purchaser] shall issue a
certificate specifying the amount of Liquidated Damages recoverable as per
contract.
f. Payments shall be made by the Purchaser through Letter of Credit / direct
payment, after submission of an invoice along with the required documents or
request for payment by the Supplier, and the Purchaser has validated and
accepted it. Please refer to Clause 16.3 of Section VIII, ‘Special Conditions of
Contract’.
g. Please refer to Clause GCC 17 of Section VIII, ‘Special Conditions of Contract’
for details related to taxes.
Note: 1. Taxes, duties, levies etc. will be paid as per prevailing rate
2. Payment will be made after adjusting penalty amount payable (if any)
3. The Supplier shall submit project progress report for each fortnight within
seven days after completion of the fortnight, failing which the payment
may be withheld till the respective progress reports are submitted.

MD/WZ/06/PUR/ADB/ERP-03
8-8 Section VIII. Special Conditions of Contract

CONSIGNEE for West Discom:


a) The consignee of all the items, to be delivered in Corporate office, Indore
and Regional office Indore, shall be S.E and Project Manager (ERP) of
Corporate office, for Regional office Ujjain, designated SE (Office) Ujjain,
for Circle Head Quarters, designated EE (Office) of the concerned Circle,
and for other locations the consignee shall be respective designated EE
(O&M/City).
b) Immediately after delivery of material to consignee’s office, the material
shall be handed over by consignee, back to the supplier for installation and
commissioning at end locations. Operational acceptance shall only be
provided by consignee after successful commissioning of the material at
site. Certificate of the same duly signed by concerned office-in-charge
should be attached with the invoices.
c) The responsibility of transit risk shall vest with the supplier, till successful
installation of the equipment, at end location.
d) The installed material including electrical work should be entered in the
Measurement Book/Prescribed Record by the concerned Consignee.
e) The Operational acceptance certificates verified and approved by
concerned Consignee and forwarded to S.E and Project Manager (ERP),
O/o MD-WZ after successful installation for onward processing for payment.

CONSIGNEE for East Discom:


a) The consignee of all the items, to be delivered in Corporate office, Jabalpur
and Regional office Jabalpur, shall be S.E and Project Manager (ERP) of
Corporate office, for Regional office Sagar/Satna, designated SE (Office)
Sagar/Satna, for Circle Head Quarters, designated EE (Office) of the
concerned Circle, and for other locations the consignee shall be respective
designated EE (O&M/City).
b) Immediately after delivery of material to consignee’s office, the material
shall be handed over by consignee, back to the supplier for installation and
commissioning at end locations. Operational acceptance shall only be
provided by consignee after successful commissioning of the material at
site. Certificate of the same duly signed by concerned office-in-charge
should be attached with the invoices.
c) The responsibility of transit risk shall vest with the supplier, till successful
installation of the equipment, at end location
d) The installed material including electrical work should be entered in the
Measurement Book/Prescribed Record by the concerned Consignee.
e) The Operational acceptance certificates verified and approved by
concerned Consignee and forwarded to S.E and Project Manager (ERP),
O/o MD-EZ after successful installation for onward processing for payment

MD/WZ/06/PUR/ADB/ERP-03
Section VIII. Special Conditions of Contract 8-9

GCC 16.3 Payments shall be made promptly by the Purchaser, through Letter of Credit / direct
payment, within sixty (60) days after submission of an invoice along with the
required documents or request for payment by the Supplier, and the Purchaser has
validated and accepted it.

In case of payment through Letter of Credit, the charges for opening Letter of Credit
(including but not limited to commitment charges, negotiating charges, etc.) shall be
borne by the Supplier, upon advice by Purchaser. In the event of delay of payment
for any reason, no interest shall be payable to the Supplier.

No payment made by the Purchaser herein shall be deemed to constitute


acceptance by the Purchaser of the solution (products and/or services or any
part(s) thereof.

GCC 16.4 The currencies for payments shall be: the currency or currencies stated in the Bid of
the successful Bidder.

GCC 17 In addition to the sub-clauses under GCC 17 of Section VII, this clause is to be read
along with GCC 15.2 of Section VII. For the purpose of the Contract, it is agreed
that the Contract Price specified in the Contract Agreement is based on the taxes,
duties, levies and charges prevailing at the date twenty-eight (28) days prior to the
date of bid submission in the country where the Site is located. If any rates of tax
are increased or decreased, a new tax is introduced, an existing tax is abolished, or
any change in interpretation or application of any tax occurs in the course of the
performance of Contract, which was or will be assessed on the Supplier, Sub
Suppliers or their employees in connection with performance of the Contract, an
equitable adjustment of the Contract Price shall be made to fully take into account
any such change by addition to the Contract Price or deduction therefrom, as the
case may be, in accordance with GCC Clause 33 hereof.

Entry tax is payable in the state of MP, in accordance with the provision of Entry
Tax Act. Following provisions shall apply regarding Entry Tax.

a.)The bidder must indicate the cost of Entry Tax separately in appropriate column
of the price schedule (even if the entry tax is payable by the purchaser).It may be
noted that unless Entry-Tax-Paid goods are supplied by the vendor, the amount of
Entry Tax At the applicable rates will be deducted by the purchaser from the supply
bill of the vendor, and remitted to the department under TIN number of the
Purchaser.

MD/WZ/06/PUR/ADB/ERP-03
8-10 Section VIII. Special Conditions of Contract

b.) In case, entry-tax-paid goods are supplied, the vendor would be required to affix
a duly authenticated rubber stamp on the supply-bill as ENTRY TAX PAID GOODS,
and attach proof of payment of ET with the bill. IN such case, Purchaser would not
deduct / make any additional payment towards Entry Tax.

It is specially clarified that if any liability is raised on the purchaser, by the


concerned Tax department, on account of Entry Tax at a later date, the amount of
liability will be Recovered from the vendor’s pending bills/ security deposit, or
recovered in any other Manner as may deem fit.

Taxes and Duties should include all applicable Taxes, Duties, Levies such as
Octroi, M.P Entry Tax etc. and all documentary evidence shall be submitted to the
Purchaser as and when requested.

Being ADB sponsored project, the benefit of exemption from excise duty on the
purchases would be available to the supplier, subject to fulfilment of Terms and
Conditions in this regard. However, it is clarified that the responsibility for ensuring
compliance with Terms and Conditions and completing all formalities with the
authorities of the Excise and Customs Department to obtain the Exceptions shall
entirely rest with the supplier. The purchaser shall only furnish the documents and
certification/declaration as per applicable provisions for enabling Excise Duty
exemption, but assumes no responsibility if the supplier is not able to obtain the
exception from Excise Duty. The bidders are advised to quote their rates after
consideration of this aspect.

In case any bidder submits any conditional bid regarding making available
compensation to the bidder by the Purchaser towards deemed export benefit due to
change in policy, variation in rates etc., all such bids shall be treated as non-
responsive and will be rejected.

GCC 18.1 The Supplier shall provide a Performance Security of Ten Percent (10%) of the
Contract Price. The amount of Performance Security shall be specified at the time
of awarding the contract to successful bidder.

GCC 18.3 The Performance Security shall be in the following form: A bank guarantee issued
by a reputable bank located in the Purchaser’s country or abroad, acceptable to the
Purchaser, in the format included in Section IX, Contract Forms. In case the
institution issuing the security is located outside India, it shall have a correspondent
financial institution located in the territory of India to make it enforceable.

GCC 23.2 The Supplier shall provide such packing of the IT Products and/or Services as is
required to prevent their damage or deterioration during shipment. The packing,
marking (Printing of Mono & serial number on Hardware), and documentation within
and outside the packages shall comply strictly with the Purchaser’s instructions to
the Supplier.

MD/WZ/06/PUR/ADB/ERP-03
Section VIII. Special Conditions of Contract 8-11

GCC 24.1 Pursuant to GCC, Sub-Clause 24.1, the Supplier must insure the Goods in an
amount equal to 110 percent of the CIF, CIP or EXW price of the Goods from
“Supplier Warehouse” to “Consignee Store” on “All Risks” basis, including War
Risks and Strikes.

Installation All Risks Insurance

Covering physical loss or damage to the IT Products and/or Services at the Site,
occurring prior to Completion of the Facilities, with an extended maintenance
coverage for the Supplier’s liability in respect of any loss or damage occurring
during the Defect Liability Period while the Supplier is on the Site for the purpose of
performing its obligations during the Defect Liability Period.

Third Party Liability Insurance

Covering bodily injury or death suffered by third Parties including the Supplier’s and
their subcontractor’s personnel, and loss of or damage to property occurring in
connection with the supply and installation of the IT Products and/or Services.

Workers’ Compensation

Purchaser’s liability as applicable to the Supplier in accordance with the statutory


requirements applicable where the Contract or any part thereof is executed.

Supplier’s Liability

Purchaser’s liability as applicable to the Supplier in accordance with the statutory


requirements applicable where the Contract or any part thereof is executed.

GCC 25.1 This clause is to be read along with GCC 12.

GCC 26.2 Tests and inspections specified in the acceptance Testing and Delivery Schedule in
Section-VI, Schedule of supply, shall be carried out at the following times or
milestones, and places: at the respective locations/final destination, and delivery
dates given in the delivery and completion schedule specified in Section VI,
Schedule of Supply.
GCC 27.1 The applicable rate for liquidated damages for delay shall be: 0.5 Percent of the
contract price per week or part thereof.
The maximum amount of liquidity damages shall be: 10 Percent of the contract
price.
GCC 28.3 Warranty (comprehensive) shall be period of 12 months from the date of
operational acceptance certificate.
GCC 28.5 The Supplier shall correct any defects covered by the Warranty as per the Scope
of Work (Section VI Schedule of Supply and SLA indicated in Annexure IV).
GCC 30.1 The amount of aggregate liability shall be: 100% of the total Contract Price.

MD/WZ/06/PUR/ADB/ERP-03
8-12 Section VIII. Special Conditions of Contract

GCC 33.1 In addition to the sub-clauses under GCC 33.1 of Section VII, this clause is to be
added:
(e) The quantities of the individual items and services may vary to any extent
without any cap during the execution of contract. Payment will be allowed as per
actual quantities supplied and as per actual work done provided that the total
payment does not exceed contract price by 20%. However, DISCOM shall seek
ADB’s no objection to the proposed change order.

MD/WZ/06/PUR/ADB/ERP-03
SECTION IX

Contract Forms
Section IX. Contract Forms 9-1

Section IX. Contract Forms

Table of Forms
DRAFT CONTRACT AGREEMENT (West Discom) .........................................................................9-2

DRAFT CONTRACT AGREEMENT (East Discom) ..........................................................................9-6

Performance Security .....................................................................................................................9-10

Advance Payment Security ............................................................................................................9-11

MD/WZ/06/PUR/ADB/ERP-03
9-2 Section IX. Contract Forms

Note: West and East Discom will sign separate contracts with successful
bidder for their respective scope and price. Supplier needs to deploy
two different teams/services for implementation of both separate
projects.

DRAFT CONTRACT AGREEMENT (West Discom)

THIS AGREEMENT made the …. day of …………….,


BETWEEN
(1) Madhya Pradesh Paschim Kshetra Vidyut Vitaran Company Ltd., a
corporation incorporated under the laws of India and having its principal place
of business at GPH Compound, Polo Ground, Indore – 452003. M.P. India
(hereinafter called “the Employer”),
and
(2) _____________________________ of ______________________________
(hereinafter “the Supplier”), of the other part.

WHEREAS the Employer desires to engage the Contractor to deliver, install,


complete and commission certain Facilities, viz. Contract for “Supply, Installation
and Support of Servers, Network Equipment, Data Centre Infrastructure and Related
Software” vide Award No. ……………………, Dated: ………….. (“the Facilities”)
and the Contractor have agreed to such engagement upon and subject to the terms
and conditions hereinafter appearing.

NOW IT IS HEREBY AGREED as follows:


Article 1: Contract Documents
1.1.1 Contract Documents (Reference GCC Clause 2)
The following documents shall constitute the Contract between the Employer
and the Contractor, and each shall be read and construed as an integral part
of the Contract:
(a) This Contract Agreement and the Appendices hereto
(b) Award of Contract No. ……………, Dated: …………….
(c) Form 3. Price Schedule
(d) Project Plan (Subject to amendment approved by MPPKVVCL, Indore)
(e) Special Conditions
(f) General Conditions
(g) Scope of Work including technical & functional requirements
(h) Schedule of Supply
(i) Other completed Bidding Forms submitted with the Letter of Bid

MD/WZ/06/PUR/ADB/ERP-03
Section IX. Contract Forms 9-3

(j) Bid document as submitted by the Bidder including qualification of


resources, standards of performance
(k) Any other documents shall be added here
1.2 Order of Precedence (Reference GCC Clause 2)
In the event of any ambiguity or conflict between the Contract Documents
listed above, the order of precedence shall be the order in which the Contract
Documents are listed in Article 1.1 (Contract Documents) above.
1.3 Definitions (Reference GCC Clause 1)
Capitalized words and phrases used herein shall have the same meanings as
are ascribed to them in the General Conditions.

Article 2: Contract Price and Terms of Payment


2.1 Contract Price (Reference GCC Clause 15)
The Employer hereby agrees to pay to the Contractor the Contract Price in
consideration of the performance by the Contractor of its obligations
hereunder. The Contract Price shall be the aggregate of Rs: ……………… (In
words Rs. …………………………) as specified in Form 3. Price Schedule,
or such other sums as may be determined in accordance with the terms and
conditions of the Contract.
2.2 Terms of Payment (Reference GCC Clause 16)
The terms and procedures of payment according to which the Employer will
make payment the Contractor are given in the Appendix (Terms and
Procedures of Payment) hereto.

Article 3: Effective Date


3.1 Effective Date
The Effective Date upon which the period until the Time for Completion of the
Facilities shall be counted from is the date when all of the following conditions
have been fulfilled:
(a) This Contract Agreement has been duly executed for and on behalf of the
Employer and the Contractor;
(b) The Contractor has submitted to the Employer the performance security
and the advance payment guarantee;
(c) The Employer has paid the Contractor the advance payment

Each party shall use its best efforts to fulfill the above conditions for which it is
responsible as soon as practicable.

If the conditions listed under article 3.1 are not fulfilled within one (1) month
from the date of this Contract notification because of reasons not attributable
to the Contractor, the parties shall discuss and agree on an equitable
adjustment to the Contract Price and the Time for Completion and/or other
relevant conditions of the Contract.

MD/WZ/06/PUR/ADB/ERP-03
9-4 Section IX. Contract Forms

• Failure to submit the advance payment guarantee within 21 days of the


Letter of Award would be construed as if the Contractor does not desire to
avail advance payment facility. In such case, the Effective date will be
counted from the date the other conditions in sub clause (a) and (b) are
fulfilled.
• The laws applicable to this Contract shall be the laws in force in India.
The Courts of Indore shall have exclusive jurisdiction in all matters arising
under this Contract.

Article 4: Communication Address


4.1 The address of the Employer for notice purposes, pursuant to GCC 8.1 is:
Attention: C.I.O. & Project Director (ADB)
Street Address: M.P. Paschim Kshetra Vidyut Vitaran Co. Ltd.,
GPH Compound, Polo Ground, Indore,
City: Indore. PIN Code: 452 003
Country: India.
Telephone: 0731-……… (Ext……)
Facsimile number: 0731-……../……….
Electronic mail address: mppkvvcl.erp@gmail.com

4.2 The address of the Contractor for notice purposes, pursuant to GCC 8.1 is:
………………………………
………………………………
………………………………
Article 5: Appendices
5.1 The Appendices listed in the attached List of Appendices shall be deemed to
form an integral part of this Contract Agreement.
Reference in the Contract to any Appendix shall mean the Appendices
attached hereto, and the Contract shall be read and construed accordingly.

IN WITNESS WHEREOF the Employer and the Contractor have caused this
Agreement to be duly executed by their duly authorized representatives the day and
year first above written.
Signed by, for and on behalf of the Employer
……………………………….
Name : ………………..
Designation : ………………..
Employer : ………………..

in the presence of

1. ………………………. 2. …………………………

MD/WZ/06/PUR/ADB/ERP-03
Section IX. Contract Forms 9-5

Name : ……………….. Name : ………………..


Designation : ……………….. Designation :……………..
Employer : ……………….. Employer : ………………..
Signed by, for and on behalf of the Contractor
…………………………………
Name : …………………………………………….
Designation : …………………………………………….
Firm Name : …………………………………………….
in the presence of
1. ………………….. 2. ……………………….
APPENDICES
Appendix 1 - Terms and Procedures of Payment
Appendix 2 - Project Plan (Subject to amendment approved by MPPKVVCL, Indore)
Appendix 3 – SLA and Liquidated damages & penalty

MD/WZ/06/PUR/ADB/ERP-03
9-6 Section IX. Contract Forms

DRAFT CONTRACT AGREEMENT (East Discom)

THIS AGREEMENT made the …. day of …………….,


BETWEEN
(3) Madhya Pradesh Poorv Kshetra Vidyut Vitaran Company Ltd., a
corporation incorporated under the laws of India and having its principal place
of business at Block No.7, Shakti Bhawan, Rampur, Jabalpur, MP, India
(hereinafter called “the Employer”),
and
(4) __________________________________ of
______________________________ (hereinafter “the Supplier”), of the other
part.

WHEREAS the Employer desires to engage the Contractor to deliver, install,


complete and commission certain Facilities, viz. Contract for “Supply, Installation
and Support of Servers, Network Equipment, Data Centre Infrastructure and Related
Software” vide Award No. ……………………, Dated: ………….. (“the Facilities”)
and the Contractor have agreed to such engagement upon and subject to the terms
and conditions hereinafter appearing.

NOW IT IS HEREBY AGREED as follows:


Article 1: Contract Documents
1.1.2 Contract Documents (Reference GCC Clause 2)
The following documents shall constitute the Contract between the Employer
and the Contractor, and each shall be read and construed as an integral part
of the Contract:
(a) This Contract Agreement and the Appendices hereto
(b) Award of Contract No. ……………, Dated: …………….
(c) Form 3. Price Schedule
(d) Project Plan (Subject to amendment approved by MPPKVVCL, Jabalpur)
(e) Special Conditions
(f) General Conditions
(g) Scope of Work including technical & functional requirements
(h) Schedule of Supply
(i) Other completed Bidding Forms submitted with the Letter of Bid
(j) Bid document as submitted by the Bidder including qualification of
resources, standards of performance
(k) Any other documents shall be added here
1.2 Order of Precedence (Reference GCC Clause 2)

MD/WZ/06/PUR/ADB/ERP-03
Section IX. Contract Forms 9-7

In the event of any ambiguity or conflict between the Contract Documents


listed above, the order of precedence shall be the order in which the Contract
Documents are listed in Article 1.1 (Contract Documents) above.
1.4 Definitions (Reference GCC Clause 1)
Capitalized words and phrases used herein shall have the same meanings as
are ascribed to them in the General Conditions.

Article 2: Contract Price and Terms of Payment


2.1 Contract Price (Reference GCC Clause 15)
The Employer hereby agrees to pay to the Contractor the Contract Price in
consideration of the performance by the Contractor of its obligations
hereunder. The Contract Price shall be the aggregate of Rs: ……………… (In
words Rs. …………………………) as specified in Form 3. Price Schedule,
or such other sums as may be determined in accordance with the terms and
conditions of the Contract.
2.2 Terms of Payment (Reference GCC Clause 16)
The terms and procedures of payment according to which the Employer will
make payment the Contractor are given in the Appendix (Terms and
Procedures of Payment) hereto.

Article 3: Effective Date


3.1 Effective Date
The Effective Date upon which the period until the Time for Completion of the
Facilities shall be counted from is the date when all of the following conditions
have been fulfilled:
(d) This Contract Agreement has been duly executed for and on behalf of the
Employer and the Contractor;
(e) The Contractor has submitted to the Employer the performance security
and the advance payment guarantee;
(f) The Employer has paid the Contractor the advance payment

Each party shall use its best efforts to fulfill the above conditions for which it
is responsible as soon as practicable.

If the conditions listed under article 3.1 are not fulfilled within one (1) month
from the date of this Contract notification because of reasons not attributable
to the Contractor, the parties shall discuss and agree on an equitable
adjustment to the Contract Price and the Time for Completion and/or other
relevant conditions of the Contract.
• Failure to submit the advance payment guarantee within 21 days of the
Letter of Award would be construed as if the Contractor does not desire to
avail advance payment facility. In such case, the Effective date will be
counted from the date the other conditions in sub clause (a) and (b) are
fulfilled.

MD/WZ/06/PUR/ADB/ERP-03
9-8 Section IX. Contract Forms

• The laws applicable to this Contract shall be the laws in force in India.
The Courts of Indore shall have exclusive jurisdiction in all matters arising
under this Contract.
Article 4: Communication Address
4.1 The address of the Employer for notice purposes, pursuant to GCC 8.1 is:
Attention: C.I.O. & Project Director (ADB)
Street Address: M.P. Poorva Kshetra Vidyut Vitaran Co. Ltd.,
Block No.11, Basement, Shakti Bhawan,
Vidyut Nagar, Rampur,
City: Jabalpur. PIN Code: 482 008
Country: India.
Telephone: 0761-……… (Ext……)
Facsimile number: 0761-……../……….
Electronic mail address: ceadb.jbp@gmail.com

4.2 The address of the Contractor for notice purposes, pursuant to GCC 8.1 is:
………………………………
………………………………
………………………………
Article 5.: Appendices
5.1 The Appendices listed in the attached List of Appendices shall be deemed to
form an integral part of this Contract Agreement.
Reference in the Contract to any Appendix shall mean the Appendices
attached hereto, and the Contract shall be read and construed accordingly.

IN WITNESS WHEREOF the Employer and the Contractor have caused this
Agreement to be duly executed by their duly authorized representatives the day and
year first above written.
Signed by, for and on behalf of the Employer

……………………………….

Name : ………………..
Designation : ………………..
Employer : ………………..

in the presence of

1. ………………………. 2. …………………………

Name : ……………….. Name : ………………..


Designation : ……………….. Designation :……………..
Employer : ……………….. Employer : ………………..

MD/WZ/06/PUR/ADB/ERP-03
Section IX. Contract Forms 9-9

Signed by, for and on behalf of the Contractor

…………………………………

Name : …………………………………………….
Designation : …………………………………………….
Firm Name : …………………………………………….

in the presence of

1. ………………….. 2. ……………………….
APPENDICES
Appendix 1 - Terms and Procedures of Payment
Appendix 2 - Project Plan (Subject to amendment approved by MPPKVVCL,
Jabalpur)
Appendix 3 – SLA and Liquidated damages & penalty

MD/WZ/06/PUR/ADB/ERP-03
9-10 Section IX. Contract Forms

Performance Security

Date:

Contract Name and No.:

To:

WHEREAS _______________________________________ (hereinafter “the


Supplier”) has undertaken, pursuant to Contract No. ____________ dated
________________, _______ to supply
__________________________________________ (hereinafter “the Contract”).

AND WHEREAS it has been stipulated by you in the aforementioned Contract that
the Supplier shall furnish you with a security ____________________ issued by a
reputable guarantor for the sum specified therein as security for compliance with the
Supplier’s performance obligations in accordance with the Contract.

AND WHEREAS the undersigned _________________________________


______________________, legally domiciled in _________________________
____________________________________________, (hereinafter “the
Guarantor”), have agreed to give the Supplier a security:

THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on


behalf of the Supplier, up to a total of
____________________________________________________ and we undertake
to pay you, upon your first written demand declaring the Supplier to be in default
under the Contract, without cavil or argument, any sum or sums within the limits of
__________ ____________ as aforesaid, without your needing to prove or to show
grounds or reasons for your demand or the sum specified therein.

This security is valid until the ___________________ day of ________________.

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

MD/WZ/06/PUR/ADB/ERP-03
Section IX. Contract Forms 9-11

Advance Payment Security

Date:

Contract Name and No.:

To:

In accordance with the payment provision included in the Contract, in relation to


advance payments, _________________________________________________
(hereinafter called “the Supplier”) shall deposit with the Purchaser a security
consisting of ____________________, to guarantee its proper and faithful
performance of the obligations imposed by said Clause of the Contract, in the
amount of ___________________________.

We, the undersigned ________________________________________________,


legally domiciled in __________________________________________________
(hereinafter “the Guarantor”), as instructed by the Supplier, agree unconditionally
and irrevocably to guarantee as primary obligor and not as surety merely, the
payment to the Purchaser on its first demand without whatsoever right of objection
on our part and without its first claim to the Supplier, in the amount not exceeding
__________________________________
_________________________________________________________.

This security shall remain valid and in full effect from the date of the advance
payment received by the Supplier under the Contract until
_________________________, _______.

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

MD/WZ/06/PUR/ADB/ERP-03
PART 4 – Annexures
ANNEXURE 1
Technical Requirement Specifications
Annexure I - Technical Requirements A1-1

Annexure I - Technical Requirement


Table of Contents
1 Hardware ................................................................................................................................. A1-3
1.1 Application and Database Server ......................................................................................A1-3
1.2 Development and QA Server............................................................................................. A1-4
1.3 Peripheral Servers (Antivirus Server, Directory Server, EMS/NMS Server, Patch
management Server, SAN Management and Backup server, Proxy Server, Reverse Proxy and
Web Server) .............................................................................................................................. A1-6
1.4 SAN Switch ........................................................................................................................A1-7
1.5 SAN Storage (12 TB).........................................................................................................A1-8
1.6 Tape Library.......................................................................................................................A1-9
1.7 Application Load Balancer ............................................................................................... A1-10
1.8 Server Rack .....................................................................................................................A1-10
1.9 KVM Switch .....................................................................................................................A1-11
1.10 Cheque Printers...............................................................................................................A1-12
1.11 Barcode Printers ..............................................................................................................A1-12
1.12 Barcode Scanner .............................................................................................................A1-12
1.13 UPS for Data Centre........................................................................................................A1-13
1.14 Work Station ....................................................................................................................A1-14
1.15 A3 – Colour Printer ..........................................................................................................A1-17
1.16 Laser Network Printer ......................................................................................................A1-18
2 Networking Equipment Specifications............................................................................... A1-19
2.1 Core Router .....................................................................................................................A1-19
2.2 Internet Router.................................................................................................................A1-20
2.3 MPLS Firewall..................................................................................................................A1-22
2.4 Internet Firewall ...............................................................................................................A1-24
2.5 Intrusion Prevention System (IPS) ..................................................................................A1-26
2.6 Core Switch .....................................................................................................................A1-27
2.7 Distribution Switch ...........................................................................................................A1-29
2.8 DMZ Switch .....................................................................................................................A1-30
2.9 Access switch ..................................................................................................................A1-32
2.10 Failover Switch ................................................................................................................A1-34
2.11 Remote Offices Router ....................................................................................................A1-35
2.12 Remote Office Switch ......................................................................................................A1-36
2.13 Network Rack – 42U........................................................................................................A1-38
2.14 HQ LAN & NOC Network Rack – 6U...............................................................................A1-38
3 Data Centre Cabling Specifications (Passive Material) .................................................... A1-39
3.1 24 Port Modular Patch Panel........................................................................................... A1-39
3.2 Information Outlet ............................................................................................................A1-39
3.3 Faceplates .......................................................................................................................A1-40
3.4 Patch Cord (1 Meter, 2 Meter and 3 Meter Length) ........................................................A1-40
3.5 Category 6 Horizontal Cabling in plastic casing and capping .........................................A1-40
4 Software Specifications ....................................................................................................... A1-42
4.1 Directory Software ...........................................................................................................A1-42
4.2 Backup Management Software .......................................................................................A1-42
4.3 Antivirus & AntiSpam .......................................................................................................A1-44

MD/WZ/06/PUR/ADB/ERP-03
A1-2 Annexure I - Technical Requirements

4.4 High Availability OS Clustering Software (DB and Application Servers) ........................ A1-47
4.5 Enterprise Management System & Network Management System (EMS/NMS) ........... A1-48
5 Non-IT Infrastructure Technical Specifications .................................................................A1-57
5.1 Data Cabinet – 370 Liters ............................................................................................... A1-57
5.2 Civil and Furnishing Work ............................................................................................... A1-57
5.3 600 KVA or Higher DG SET with all the auxiliaries......................................................... A1-59
5.4 Electrical Work ................................................................................................................ A1-61
5.5 Schedule of rates for Lightning protection for the building.............................................. A1-65
5.6 Precision Air conditioning system for Server room – 6 TR ............................................. A1-65
5.7 Precision Air conditioning system for Server room – 8.5 TR .......................................... A1-66
5.8 Comfort Air Conditioning system..................................................................................... A1-67
5.9 Fire Detection System ..................................................................................................... A1-67
5.10 FM 200 Fire Suppression & Safety System .................................................................... A1-68
5.11 Fire extinguisher and Safety related Items ..................................................................... A1-68
5.12 Security Access Control System ..................................................................................... A1-68
5.13 CCTV System.................................................................................................................. A1-69
5.14 Water Leak Detection System......................................................................................... A1-73
5.15 Rodent Repellent System ............................................................................................... A1-73
5.16 Building Management System ........................................................................................ A1-74
5.17 Public Address System ................................................................................................... A1-75
5.18 Intrusion detection system .............................................................................................. A1-75
5.19 Temperature Sensor ....................................................................................................... A1-75
5.20 Cables ............................................................................................................................. A1-75
5.21 Cables Termination ......................................................................................................... A1-76
5.22 Point Wiring ..................................................................................................................... A1-76
5.23 Wiring for Electrical Points .............................................................................................. A1-76
5.24 Onsite Support & AMC of Non-IT Infrastructure of the Data Centre............................... A1-77

MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-3

The specification provided below is minimum and Mandatory

1 Hardware
1.1 Application and Database Server

(Will be virtualized or standalone to create- E-Business Application, Oracle


Database, Hyperion Planning, OBIEE Production Servers)
Item and Specification
i. Virtualization: The Server should be supplied with minimum 13,00,000 tpmC/815
Spectint extendable to minimum 26,00,000 tpmC/1625 Specint .

Stand alone: The Data base server should be supplied with minimum 3,00,000
tpmC/190 Specint extendable to minimum 6,00,000 tpmC/375 Specint, the Oracle
EBS R12.1.3 application server should be supplied with 6,00,000 tpmC/375 Specint
extendable to minimum 2,00,000 tpmC/750 Specint and Hyperion & OBIEE servers
should be supplied with ,00,000 tpmC/250 Specint extendable to minimum
8,00,000 tpmC/500 Specint respectively.
Every core should have minimum 50,000 tpmC or 32 Specint in both cases
(virtualization or standalone).
All Specint results must compliance to SPEC CINT2006 Result.
ii. In case of virtualization, the virtualization software must be certified to run Oracle
Database 11gR2 and Oracle EBS R12.1.3 and must offer below features:
Virtualization Software features:
 The partitions/VMs should be able to move from one server to other Server
Seamlessly without shutdown or restart of the partition and management
console should be able to do this
 Each partition should be able to utilize any combination of dedicated
(specifically assigned) and shared (virtual) I/O adapters (fibre channel,
Ethernet and SCSI/SAS).Dedicated adapters should be under the direct
control of the partition's operating system
iii. Virtualization: Should have at least 4 free PCI-Express IO slots after installing all the
necessary cards.
Standalone: Should have at least 1 free PCI-Express IO slots after installing all the
necessary cards.
iv. Virtualization: Should have minimum 8 GB DDR-3 RAM per Core and scalable to at
least 75% more of the supplied memory.
Standalone: Should have minimum 8 GB DDR-3 RAM per Core and scalable to at
least 50% more of the supplied memory.
v. SAS RAID Controller supporting RAID 0, 1 & 5 with minimum 512 MB cache in case
of CISC and 128 MB in case of RISC servers for RAID operations
vi. Virtualization: The server shall be configured with minimum 8 numbers of 1Gbps or
higher Ethernet ports. In case of Ethernet ports on card, there should not be more
than 2 Ethernet ports per card.
Standalone: The server shall be configured with minimum 4 numbers of 1Gbps or
higher Ethernet ports. In case of Ethernet ports on card, there should not be more

MD/WZ/06/PUR/ADB/ERP-03
A1-4 Annexure I - Technical Requirements

Item and Specification


than 2 Ethernet ports per card.
vii. The server must be provided with management port/module.
viii. SAS/SATA DVD-ROM drive
ix. Virtualization: Should have minimum 2 * dual redundant 4/8 Gbps FC Ports HBA or
better bandwidth connectivity adaptor like HCA.
Standalone: Should have minimum 1 * dual redundant 4/8 Gbps FC Ports HBA or
better bandwidth connectivity adaptor like HCA.
x. Virtualization: Minimum 2x146 GB SAS Hot plug HDDs (15K RPM or higher) and
Minimum 4 x 300 GB SAS Hot plug HDDs (15K RPM or higher) and scalable to 6x
300 GB 15K or higher RPM SAS internal HDD
Standalone: Minimum 3x300 GB SAS Hot plug HDDs (10K RPM or higher) and
scalable to 4x300 GB SAS Hot plug HDDs (10K RPM or higher).
xi. The future roadmap of the offered processor needs to be submitted
xii. Both servers at DC & DR shall be of the same make and platform.
xiii. Server OEM's System Management utilities with all required device driver software as
per above configuration for OS Installation, System Configuration and for server
management.
xiv. 19” Rack mountable server with Redundant Power Supplies & FANs.
xv. OS should be UNIX/Linux or equivalent version complied for 64-Bit Architecture, with
unlimited Systems user license, should support IPV6.( Should be certified for Oracle
E-Business Suite R12.1.3)
xvi. Should have Complete Browser Based management of Servers over TCP/IP with SSL
encryption
Integrated Management Log (IML)
Pre-Failure Alert / Warranty (Covering processors, SAS hard drives and memory)
xvii. Integrated Graphic Controller with external VGA port or hardware management
console.
xviii. 1 year onsite warranty and 3 years onsite AMC on all hardware, software and licenses.
Pre failure warranty on CPU, Memory and Hard disks. Further, the Purchaser may
extend the contract for an additional period of three (3) calendar years on pre approved
prices.

1.2 Development and QA Server

(Will be virtualized to create- E Business Suite Development Server, Hyperion


Development Server, OBIEE Development Server, E Business Suite QA Server,
Hyperion QA Server, OBIEE QA Server, E Business Suite Test Server, Database
Server for Development & QA)
Item and Specification
i. Virtualization: The Server should be supplied with minimum 16,00,000 tpmC/1000
Specint extendable to minimum 24,00,000 tpmC/1515 Specint .

MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-5

Item and Specification


Standalone: The Database server for application Development and QA should be
supplied with minimum 2,00,000 tpmC/125 Specint extendable to minimum
3,00,000 tpmC/190 Specint, the EBS Development server should be supplied with
minimum 4,00,000 tpmC/250 Specint extendable to minimum 6,00,000 tpmC/375
Specint, EBS QA server should be supplied with minimum 2,00,000 tpmC/ 125
Specint extendable to minimum 3,00,000 tpmC/190 Specint, the Hyperion and
OBIEE Development & QA servers should be supplied with minimum 2,00,000
tpmC/125 Specint extendable to minimum 3,00,000 tpmC/190 Specint
respectively.
Every core should have minimum 50,000 tpmC or 32 Specint in both cases
(virtualization or standalone).
All Specint results must compliance to SPEC CINT2006 Result.
ii. In case of virtualization, the virtualization software should support Oracle Database
11gR2 and Oracle EBS R12.1.3.
iii. Virtualization: Should have at least 4 free PCI-Express IO slots after installing all the
necessary cards.
Standalone: Should have at least 1 free PCI-Express IO slots after installing all the
necessary cards.
iv. Virtualization: Should have minimum 8 GB DDR-3 RAM per Core and scalable to at
least 75% more of the supplied memory.
Standalone: Should have minimum 8 GB DDR-3 RAM and scalable to at least 50%
more of the supplied memory.
v. SAS RAID Controller supporting RAID 0, 1 & 5 with minimum 512 MB cache in case
of CISC and 128 MB in case of RISC servers for RAID operations
vi. Virtualization: The server shall be configured with minimum 8 numbers of 1Gbps
Ethernet ports. In case of Ethernet ports on card, there should not be more than 2
Ethernet ports per card.
Standalone: The server shall be configured with minimum 4 numbers of 1Gbps
Ethernet ports. In case of Ethernet ports on card, there should not be more than 2
Ethernet ports per card.
vii. The server must be provided with management port/module.
viii. SAS/SATA DVD-ROM drive
ix. Virtualization: Should have minimum 2 * dual redundant 4/8 Gbps FC Ports HBA or
better bandwidth connectivity adaptor like HCA.
Standalone: Should have minimum 1 * dual redundant 4/8 Gbps FC Ports HBA or
better bandwidth connectivity adaptor like HCA.
x. Virtualization: Minimum 2x146 GB SAS Hot plug HDDs (15K RPM or higher) and
Minimum 4x300 GB SAS Hot plug HDDs (15K RPM or higher) and scalable to 6x300
GB 15K RPM SAS internal HDD
Standalone: Minimum 3x300 GB SAS Hot plug HDDs (10K RPM or higher) and
scalable to 4x300 GB SAS Hot plug HDDs (10K RPM or higher).
xi. Server OEM's System Management utilities with all required device driver software as
per above configuration for OS Installation, System Configuration and for server

MD/WZ/06/PUR/ADB/ERP-03
A1-6 Annexure I - Technical Requirements

Item and Specification


management.
xii. 19” Rack mountable server with Redundant Power Supplies & FANs.
xiii. OS should be UNIX/Linux or equivalent version complied for 64-Bit Architecture, with
unlimited Systems user license, should support IPV6.( Should certified for Oracle E-
Business Suite R12.1.3)
xiv. Should have Complete Browser Based management of Servers over TCP/IP with SSL
encryption
Integrated Management Log (IML)
Pre-Failure Alert / Warranty (Covering processors, SAS hard drives and memory)
xv. Integrated Graphic Controller with external VGA port or hardware management
console.
xvi. 1 year onsite warranty and 3 years onsite AMC on all hardware, software and licenses.
Pre failure warranty on CPU, Memory and Hard disks. Further, the Purchaser may
extend the contract for an additional period of three (3) calendar years on pre approved
prices.

1.3 Peripheral Servers (Antivirus Server, Directory Server, EMS/NMS Server, Patch
management Server, SAN Management and Backup server, Proxy Server,
Reverse Proxy and Web Server)

Item and Specification


i. Latest generation x86-64 processor:
2* Intel Hex Core Processors with 2.90 GHz, 15MB L3 Cache, based on Intel Xeon
E5-2600 chipset or 2* AMD 16 Core Processor with 2.6 Ghz, 16 MB L3 Cache,
based on AMD Opteron 6282SE or equivalent
ii. Should have initial 32 GB 1333/ 1600Mhz DDR-3 memory and scalable to 256 GB
DDR-3 Fully Buffered DIMMs.
Advanced ECC with multi-bit error protection supporting memory mirroring.
iii. Minimum 2x146 GB SAS Hot plug HDDs (10K RPM or higher) and Minimum
8x300 GB SAS Hot plug HDDs (10K RPM or higher) and scalable to 10*300 GB
10K RPM SAS internal HDD
iv. SAS Raid Controller with RAID 0, 1 & 5 with 256/512MB battery backed write
cache (onboard or in a PCI Express slot)
v. Two Dual Port Multifunction Gigabit Server Adapters (four ports total) with TCP/IP
One additional 10/100 NIC dedicated for remote management.
vi. USB 2.0 support With 5 total ports: (2) ports up front; (2) ports in back; (1) port
internal
vii. At least 5 PCI-Express slots, optional mixed PCI-X / PCI-Express or x16 PCI
configurations
Should have dual ported 8 GBPS Fibre channel HBA and should be compatible
with supplied SAN switch

MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-7

viii. SAS/SATA DVD-ROM drive


ix. Integrated Graphic Controller with external VGA port
x. Redundant, fully populated Power supply and fans
xi. ACPI 2.0 Compliant; PCI 2.2 Compliant; WOL Support; USB 2.0 Support
xii. Should support Microsoft Windows Server, Red Hat Enterprise Linux
(RHEL),SUSE Linux Enterprise Server (SLES), Oracle Enterprise Linux (OEL),
Vmware, Citrix XenServer
xiii. The Systems Management software should provide Role-based security.
Should help provide proactive notification of actual or impending component failure
alerts on critical components like CPU, Memory and HDD. Should support
scheduled execution of OS commands, batch files, scripts and command line apps
on remote nodes
System remote management software should support browser based Graphical
Remote Console; Virtual Power button, Remote boot using USB / CD/ DVD Drive
and should be capable to offer upgrade of software and patches from a remote
client using Media / image/folder; server power capping and historical reporting.
xiv. 1 year onsite warranty and 3 years onsite AMC on all hardware, software and
licenses. Pre failure warranty on CPU, Memory and Hard disks. Further, the
Purchaser may extend the contract for an additional period of three (3) calendar
years on pre approved prices.

1.4 SAN Switch

Item and Specification


i. Minimum Dual SAN switches shall be configured where each SAN switch shall be
configured with minimum of 40 Ports scalable to 48 ports
ii. Required scalability shall not be achieved by cascading the number of switches and
shall be offered within the common chassis only
iii. Should deliver 8 Gbit/Sec Non-blocking architecture with 1:1 performance for up to 40
ports in a energy-efficient fashion
iv. Should protect existing device investments with auto-sensing 1, 2, 4, and 8 Gbit/sec
capabilities
v. The switch shall support different port types such as FL_Port, F_Port, M_Port, E_Port,
U_Port, F_Port & NPIV-enabled N_Port
vi. The switch should be rack mountable
vii. Non disruptive Microcode/ firmware Upgrades and hot code activation.
viii. The switch shall provide Aggregate bandwidth of 320 Gbit/sec or higher.
ix. Switch shall have support for web based management and should also support CLI.
x. The switch should have functionality for firmware download, save, and configuration
upload/download.
xi. Offered SAN switches shall be highly efficient in power consumption.
xii. Switch shall support POST and online/offline diagnostics, including environmental
monitoring, non-disruptive daemon restart, FC ping and Pathinfo (FC traceroute), port
mirroring (SPAN port).
xiii. Offered SAN switch shall support services such as Quality of Service (QoS) to help
optimize application performance in consolidated, virtual environments. It should be

MD/WZ/06/PUR/ADB/ERP-03
A1-8 Annexure I - Technical Requirements

possible to define high, medium and low priority QOS zones to expedite high-priority
traffic
xiv. The switch shall be able to support ISL trunk up to 64 Gbit/sec between a pair of
switches for optimal bandwidth utilization and load balancing
xv. SAN switch shall support to restrict data flow from less critical hosts at preset
bandwidth.
xvi. It should be possible to isolate the high bandwidth data flows traffic to specific ISLs by
using simple zoning
xvii. The Switch should be configured with the Zoning and shall support ISL Trunking
features when cascading more than 2 numbers of SAN switches into a single fabric
xviii. Offered SAN switches shall support to measure the top bandwidth-consuming traffic in
real time for a specific port or a fabric which should detail the physical or virtual device.
xix. The SAN Switch should have redundant power supplies.
xx. The SAN Switch should support LUN Zoning, and Port zoning.
xxi. The switch shall be guaranteed to be fully compatible for HBAs, Clustering Solution
and OD offered with the servers.
xxii. 1 year of onsite warranty and 3 years onsite AMC on all hardware, software and
licenses. The Purchaser may extend the contract for an additional period of three (3)
calendar years on pre approved prices.

1.5 SAN Storage (12 TB)

Item and Specification


i. Storage should be configured with 12 TB of Usable capacity in RAID 1+0 configuration
on FC/SAS Disks with at least 15K RPM, The storage system should be based on
industry standard components, a single RAID group should not exceed more than 10
drives. Offered storage system should be configured with dual controller in active-
active configuration with minimum 16 GB Cache across the controllers and an IOPS of
12000 with 70:30 read: write ratio from the offered RAID configuration. Offered storage
shall be configured with Global spare space as per industry practice with minimum 5%
spare of the total storage capacity. The supplied storage must be scalable up to 20TB
of Usable capacity in RAID 1+0 configuration on FC/SAS Disks with at least 15K RPM.
ii. The storage system should provide hybrid storage architecture - combining SSD and
FC / SAS-2 disk drives.
iii. The storage system must deliver superior performance and capacity at lower cost and
energy Consumption. The storage system should have redundant power supplies.
iv. The quoted storage subsystem should be compatible with the offered Database
servers
v. The quoted storage must be offered with minimum Dual controller. There should be
two or more 4/8 Gbps FC port per controller.
vi. The storage system must provide diagnosis of all system components like storage
processor, cache, adaptor modules, disks, fans, power supplies, etc.
vii. The storage system should support simple software upgrade maintaining older copies
of the storage software i.e. the storage should support non-disruptive firmware
upgrade.
viii. The storage system must help administrators to quickly diagnose and resolve
performance issues in production systems.
ix. The storage system must be supplied with storage management suite. The storage
system must make provisioning and management is dramatically simplified for system
installation, configuration and tuning.

MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-9

x. The storage system must support scalability in total storage capacity to meet the
application needs
xi. The storage system should support 300GB/ 450GB/ 600GB FC/SAS 15K RPM drives.
xii. The offered storage should have Ethernet port on each controller for management
activities.
xiii. The storage system should provide support to add any new protocol and data service
in the future by simple firmware upgrade
xiv. The storage system must support block level protocol like ISCSI and FC
xv. The storage system must provide real-time analysis and monitoring functionality, at
almost no performance impact to the running production applications
xvi. The storage system should support front-accessible and hot-swappable disk drives
xvii. The storage system should support discovery, management and configuration using
the iSNS or standard protocol
xviii. The storage system must provide data security through checksum data and metadata
xix. The storage system must support RAID0 / RAID1 /RAID5/ RAID6/ RAID10. It should
be possible to migrate to any RAID type while the storage is online.
xx. The storage system must support NDMP/SAN based backups to FC/SCSI tape drives
connected to itself (direct connect) or via a backup server (remote connect)/FC Switch
xxi. The storage system should support role base access control
xxii. Storage system must supply with Rack. The rack should be capable of carrying SAN
storage, SAN Switch & Tape Library.
xxiii. The offered SAN storage must be supplied with required licenses for snapshot/Local
Copy for complete capacity of the offered storage, automatic movement of data
between SSD and SAS disk and LUN Expansion.
xxiv. The offered SAN storage must be bundled with all the required licenses as per the
solution.
xxv. 1 year of onsite warranty and 3 years onsite AMC on all hardware, software and
licenses. The Purchaser may extend the contract for an additional period of three (3)
calendar years on pre-approved prices.

1.6 Tape Library

Item and Specification


i. The offered tape library shall be offered with 24 slots and up to 2 full height Tape
Drives. The system should be scalable up to 48 slots and additional 2 nos. of FC based
LTO-5 drives.
ii. It should support LTO4 , LTO 5 drives with 140MB /sec & 120MB/sec respectively
iii. It should support 8 Gb fibre channel robotic control interfaces.
iv. Bar code reader facility must be installed & bar code labels shall also be provided.
v. It should provide operator panel for configuration, status and viewing.
vi. It should provide sufficient Configurable cleaning cartridge slot for tape drive cleaning
and must be supplied with minimum 2 cleaning cartridge
vii. It should support automatic self discovery and calibration.
viii. It should support Hot-swappable drives and supplied with redundant, hot-swappable
power supplies and fans.
ix. The offered tape library must be provided with partitioning feature with at least 4
partitions.

MD/WZ/06/PUR/ADB/ERP-03
A1-10 Annexure I - Technical Requirements

x. It should support diagnostics and reporting features.


xi. It should support Windows, Linux, UNIX like Solaris, AIX, HP-UX Operating systems.
xii. The tape library should be connected to the SAN System with redundant FC Links
xiii. 1 year of onsite warranty and 3 years onsite AMC on all hardware, software and
licenses. The Purchaser may extend the contract for an additional period of three (3)
calendar years on pre approved prices.

1.7 Application Load Balancer

Item and Specification


i. Nominal Throughput : Up to 1 GBPS or higher
ii. Compression : 100 Mbps or better
iii. Routing Protocols : OSPF, RIP, RIP II
iv. Processor : Quad-core 2.6 GHz or higher
v. Memory : Up to 8 GB
vi. 1000Base-T Port: At least 6 Nos.
vii. Device should be 19” rack mountable.
viii. Should support 1000 concurrent users and sessions expected on servers.
ix. USB Port : Available as per requirement
x. Should support 500 concurrent SSL sessions.
xi. RS-232C Console : RJ-45 / DB-9 serial connection
xii. Load Balancing Algorithms: Server latency, adaptive weighted server latency, least
connections, weighted least connections, round robin, weighted round robin, direct
server measurement.
xiii. Supported Applications : Must support Oracle application R12.1.3
xiv. Should have internal/external Redundant Power Supply.
xv. Persistence Methods: Cookies, client IP, client network, header match rules
xvi. Should support DNS based redirection
xvii. Should support HTTP redirection
xviii. In case of Server / Application failure device should detect it in not more than 30
seconds
xix. In case of Server failure, traffic should be diverted to another Server automatically.
xx. Should provide individual health check for each Server & Application
xxi. 1 year of onsite warranty and 3 years onsite AMC on all hardware, software and
licenses. The Purchaser may extend the contract for an additional period of three (3)
calendar years on pre approved prices.
xxii. All necessary cables, software, manuals should be provided along with the device.

1.8 Server Rack

Item and Description


i. Unified Enclosed Cabinet 19” Server Rack, with lockable doors, side panels,
Universal Square holes, grounding kits, Cage nuts, 1U Universal fillers and other

MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-11

rack accessories.
ii. Minimum 42U, adjustable mounting depth and cable management channels as
suggested by vendor (Side channels, Rings, Brackets, Trays, Arms, Organizers etc)
iii. Preferred single colour for Rack, Server monitor and keyboard
iv. Rack air removal unit, with adequate blanking panels to ensure proper air flow
v. Side Panels Rack Power Distribution Units (PDUs)
vi. Single Rack mounted Slide out 15” TFT monitor or higher (High quality, ball bearing
slide rails) included with full size keyboard, mouse/ trackpad, Cable management
arm, Compatible with KVM switches, USB, PS/2 for all servers. (As per specifications
mentioned in section of KVM Switch Specification)
vii. Server rack must have rack stabilizer to prevent the rack from tipping over.
viii. Doors and sides are removable, lockable, and reversible with redundant keys.
ix. Casters, levelling feet included
x. Cable pass-through in top & bottom of rack

1.9 KVM Switch

Item and Description


i. Computer Connections : 8
ii. LEDs : Bank and Active Port Display
iii. Client/Host Connectors: Keyboard: 6-pin Mini-DIN Female PS/2/USB
iv. Mouse: 6-pin Mini-DIN Female PS/2/USB
v. Monitor Connector: HDDB 15-pin Female VGA, SVGA, XGA, Multisync
vi. Daisy-Chain Connector: Two 6-pin Mini-DIN + One 15-pin HDDB (Standard KVM
Cable minimum 12 feet)
vii. Monitor Resolution Support: Up to 1920 x 1440 or higher
viii. Keyboard State: Saved and Restored
ix. On Screen Display: Yes; Password Protected
x. PC Control: Keyboard, Hot Key, Push Button
xi. Switching Confirmation: Buzzer
xii. Daisy-Chain Level: 8
xiii. Max. PC Control: 64 or more
xiv. Bandwidth: 200MHz
xv. Form Factor: 1U Rack Mountable
xvi. Compliances: CE, FCC Class B, VCCI
xvii. 1 year of onsite warranty and 3 years onsite AMC on all hardware, software and
licenses (whichever is applicable). The Purchaser may extend the contract for an
additional period of three (3) calendar years on pre approved prices.

MD/WZ/06/PUR/ADB/ERP-03
A1-12 Annexure I - Technical Requirements

1.10 Cheque Printers

Item and Description


i. 12 CPI printable Column pitch
ii. Paper Handling
Manual Insertion Front or rear in, top out
Push Tractor Front or rear in, top out
Pull Tractor Front, rear or bottom in, top out
Cut Sheet Feeder Rear in, top out
iii. 1 Hi-Speed USB2.0 port, Wired and wireless network interfaces
iv. 1 x Full Capacity Ribbon Cartridge
v. Should have standard cut sheet feeder, Roll paper holder
vi. Should have 4.23mm or programmable Line Spacing
vii. Should have printer driver and utility
viii. 1 year of onsite warranty and 3 years onsite AMC on all hardware, software and
licenses (whichever is applicable). The Purchaser may extend the contract for an
additional period of three (3) calendar years on pre approved prices.

1.11 Barcode Printers

Item and Description


i. Printing method: Direct Thermal/Thermal Transfer
ii. Print speed: 4 IPS (102 mm/sec)
iii. Resolution:200 DPI and above
iv. Maximum print width:104 mm (4.09)
v. Maximum print length:1016 mm (40)
vi. Physical dimensions: (L x W x H)288 mm x 232 mm x 156 mm
vii. Ribbon capacity:300 m
viii. Interfaces: Parallel / Serial or USB / Serial
ix. Should have printer driver and utility
x. 1 year of onsite warranty and 3 years onsite AMC on all hardware, software and
licenses (whichever is applicable). The Purchaser may extend the contract for an
additional period of three (3) calendar years on pre approved prices.

1.12 Barcode Scanner

Item and Description


i. Weight: Should not be more than 200 gm
ii. Power source : Host power or external power supply
iii. Light Source: 650 nm visible laser diode
iv. Scan Rate: Upto 70 scans per seconds
v. Print Contrast: 30% minimum reflective difference
vi. Normal working distance: The bar code laser scanner shall be provided which should
be able to read Barcodes for length upto 200mm.
vii. Operating Temp.: 0 to 45 Deg C
viii. Interfaces: Parallel / Serial or USB / Serial
ix. Should have printer driver and utility

MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-13

x. 1 year of onsite warranty and 3 years onsite AMC on all hardware, software and
licenses (whichever is applicable). The Purchaser may extend the contract for an
additional period of three (3) calendar years on pre approved prices.

1.13 UPS for Data Centre

Item and Description


General Specification:
i. True On-Line Double Conversion UPS: 2 Nos. of 60 kVA UPS in 1+1 configuration,
3 phase input & 3 phase output in parallel redundant operation with 1 hour battery
backup.
ii. Technology: IGBT based PWM switching
iii. 1 Hr back-up with 12V SMF batteries: Separate battery bank of reputed make for
each ups system comprising one hour backup on 60kVA load. Battery sizing
calculation sheet as per IEEE 485 standard considering 10% age factor, 15% design
factor, temperature factor & K factor should be furnished.
iv. Battery Ckt Breakers: Separate battery ckt breakers [MCCB] should be installed
with each battery bank with electronic tripping for deep discharge; over current & over
voltage.
v. Advanced battery management system with programmable battery testing:
Constantly monitors the health of the battery bank & keeping the battery healthy to
avoid surprise breakdowns.
vi. Small footprint & convenient maintenance access: Mention the dimensions &
weight.
vii. Isolation Transformer: Integrated Isolation Transformer should be Inbuilt. However
Transformer with 1:1 ratio at inverter output or separate unit at output will not be
considered.
viii. As per IEEE guidelines, Surge Protecting Device of 100KA capacity, to be installed
externally at input of UPS System.
ix. LCD MIMIC Display:
Rectifier: input voltage; Frequency.
Battery: Voltages, temperature, charge/discharge current in Amperes, remaining
autonomy time.
Inverter: output voltage, output frequency, Output Current per phase
Bypass: input voltage (Ph-Ph), input frequency,
Load: load level in % (each phase), load current/phase in A, Load power in KVA/KW
UPS: serial number, software version
x. Over Load & Short circuit capacity: The Inverter shall be able to sustain an
overload across its output terminals up to 150% with +/- 2% output voltage regulation.
The inverter section shall be capable to supplying at least 150% current for short
circuit conditions. If the short circuit sustains for a period up to 5 m secs, the load
should be transferred to bypass source.
xi. Maintenance bypass: Maintenance bypass shall be based on a pair of manually
operated load switches which allow the electrical isolation of the UPS from the load,
while still supplying the load with power directly from the utility.
xii. System Description:
One rectifier/charger.SCR based rugged type with super filter for low harmonics &
high power factor.
One static inverter with K rated Zigzag isolation Transformer.
One no-break Bi-Directional static transfer switch.
One maintenance bypass switch.

MD/WZ/06/PUR/ADB/ERP-03
A1-14 Annexure I - Technical Requirements

One separate battery circuit breaker for the battery bank.


Two battery banks for 60 mints backup on full load.
Electrical characteristics
INPUT:
(i). Voltage - 380/400/415V
(ii). Frequency - 50 Hz
(iii). Voltage Window - +15% & -15%
(iv). Input PF - 0.93 minimum at full load
(v). Input THD - <6%
OUTPUT:
(i). Output Power - 60kVA /48 KW.
(ii). Voltage - 380/400/415V
(iii). Frequency - 50 Hz
Voltage distortion:
Linear Load - 1% typical
Non-Linear Load - 5% max (with 3:1 crest factor)
Overload Capacity - Three-phase 110% for 60 mins,125% for 10 mins,150%for 1 min
Maximum permissible Power - 100% (with 3:1 crest factor) for Non Linear load &
unbalanced load.
Unbalanced Voltage – For balanced load 1% & unbalance Load 2%
Voltage Transients –
(i). At 50% load step. +/- 3%
(ii). At 100% load step. +/-5%
(iii). Static 100% load.+/-1%
(iv). By mains recovery.+/-1%
Warranty: 1 year onsite warranty on UPS, Accessories and batteries and 3 years
replicable onsite AMC on UPS, Batteries and all accessories. The Purchaser may
extend the contract for an additional period of three (3) calendar years on pre
approved prices.

1.14 Work Station

Item and Description


Architecture
i. Vertical Tower Type or Ultra Small /Small Form Factor Desktop Type
ii. Bus type / architecture should be PCI
Processor
i. CPU should be 2nd Generation Intel Core i7 Processor
ii. Processor internal clock speed should be 3.2 GHz or higher
iii. 6 Cores or more.
iv. L3 Cache should be 12 MB or higher
Memory
i. Memory (RAM) 8 GB (2 nos. of 4 GB DIMMs)
ii. Memory (RAM) max expandability up to 32 GB or more
iii. RAM speed 1333/1600 MHz or higher
iv. RAM slots total 3 or more (in Dual Channel; 2DIMMS /channel or more)
v. RAM type DDR3

MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-15

vi. Packaging should be DIMM


Mother Board
Mother Board with OEM logo (OEM Logo is required in either sticker or embossed format)
HDD
i. 1 TB @ 7200RPM or better, Sync Transfer Rate 3 GBPS
ii. Hard disk controller should be Integrated SERIAL ATA II
iii. Should have Option to add 2nd Serial ATA HDD-Required
Graphics subsystem
i. Built-in on the chipset
ii. Shared Video RAM
iii. 1024x768 or better Resolution
iv. Integrated Graphics Media accelerator Graphics bus interface
Monitor (Asset Controlled)
21" TFT, Min. Resolution 1280 x 1024
Keyboard
PS/2 or USB Std Keyboard
Mouse
2 button OPTICAL scroll Mouse, OEM
DVD ROM-RW
i. DVD-RW (8X or higher) with CD-RW- (8X or higher)
ii. SATA Implemented OEM make
Ports and Interfaces
i. 1 Serial Port
ii. At least 4 Serial ATA Interface
iii. USB ver. 2.0 (At least 6 port out of which 2 on front)
iv. 1 Mouse port
v. 1 Keyboard port
vi. Graphic Media Accelerator Display
vii. 1 Audio stereo input
viii. Audio stereo output
ix. Microphone
Expansion options
i. Minimum 1 PCI slot
ii. Minimum 1 Free PCI Express x1 Slot
iii. Minimum 1 free PCI Express x16 Slot
iv. 1 or more 3.5 inch bays -accessible
v. 1 or more 3.5 inch bays - not accessible
vi. 1 or more 5.25 inch bays -accessible
Manageability & Standards
i. Plug & Play support required
ii. Power management features ACPI 1.0 should be available

MD/WZ/06/PUR/ADB/ERP-03
A1-16 Annexure I - Technical Requirements

iii. should be EPA Energy Star or Version 5.0 specification of Energy Star (as approved by
Bureau of Energy Efficiency) compliant
Security features
i. Boot sequence control should be available
ii. Power on/ Boot password feature required
iii. Configuration Password is Optional
iv. Setup password should be available
Audio
i. Integrated 2 channel High Definition audio
ii. Internal Speakers To be provided
Network Connectivity
i. Integrated Gigabit N/W Connection Ethernet
ii. Wake on LAN support
iii. RJ45 Connector
Software
1. Open office version 3.3 or latest
2. 7-Zip latest version
3. Acrobat reader Version 10 or latest
4. .net framework 4 or latest
5. Java 6 or latest
6. Preloaded Hindi & English Tutorial of Open Office, Windows(Original CD)
7. Hindi fonts
8. Copy of original drivers on local disk.
OS: Present and proposed Systems of purchaser are Window (OS) compatible thus,
Preloaded Genuine Windows 7 Professional Edition 64 bit with OS media and restore
media is required.
Mandatory Industry Standard Certifications: Windows Certified Compliance, UL,
RoHS Compliant

Manageability Features * (All related Client Licenses as applicable to be provided)

i. Tools for asset Tracking including serial number tracking of system, manufacturer name &
model, board, CPU, with details of NIC, OS Etc to be provided by OEM
ii. OEM health monitoring/ diagnostic tools
iii. Monitoring & Pre failure alerts for the Hard Disk
Additional Information to be provided by supplier
BIOS Type to be indicated by supplier
Power Supply:
Power Supply Wattage to be indicated by supplier (But not less than 300W)
Note (Mandate for all the above mentioned specification)
The supplier will supply the workstation with all the above mentioned specification or

MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-17

equivalent.

Warranty:
1 year of onsite warranty and 3 years onsite AMC on all hardware, software, OS and
licenses (whichever is applicable). The Purchaser may extend the contract for an
additional period of three (3) calendar years on pre approved prices.

1.15 A3 – Colour Printer

Item and Description


i. Function: Colour printing, colour copying, colour digital sending
ii. Print Speed Black, Normal Quality
A4: Up to 30 PPM or more
A3: Up to 15 PPM or more
iii. Print Speed Colour, Normal Quality
A4: Up to 30 PPM or more
A3: Up to 15 PPM or more
iv. Processor speed: At least 800 MHz or Higher
v. Hard Disk Drive : 50 GB or more
vi. RAM : 512 MB or more
vii. Printing:
First page out, A4 size: not more than 15 Sec.
First page out (Colour, A4 size) : not more than 10 Sec
Print Quality (Black, Normal Quality) : Up to 600 x 600 dpi
Print Quality (Colour, Best Quality) : Up to 1200 x 600 dpi
Duplex Print Options : Automatic (standard)
viii. Coping :
Maximum copy speed (colour, A4) : Up to 30 cpm
Maximum copy speed (black, A4) : Up to 30 cpm
Maximum Number of Copies : Up to 999
Copy Resolution (Black Graphics): Up to 600 x 600 dpi
Copier Resize: 25 to 200%
Copy Resolution (Colour Text and Graphics): Up to 600 x 600 dpi
ix. Scanning:
Scan type : Flatbed
Optical Scanning Resolution: Up to 600 dpi
Maximum Scanning Size: Up to 25 x 40 cm
Scan Size, Minimum Metric: at least 12 x 12 cm
Colour Scanning : Yes
Gray Scale Levels : 256
Scan File Format: PDF, JPEG, TIFF, MTIFF
x. Paper handling / media:
Auto Document Feeder Capacity: Standard, 50 sheets
Standard Paper Trays : 2 or more
Media Types supported : Paper (bond, recycled, glossy, mid-weight, heavy, heavy

MD/WZ/06/PUR/ADB/ERP-03
A1-18 Annexure I - Technical Requirements

glossy, extra heavy, extra heavy glossy, tough, rough), transparencies, labels,
envelopes, cardstock
Standard Input Capacity: Up to 1000
Standard Media Sizes : All trays: A3, A4, A4-R, A5, B4 (JIS), B5 (JIS), Executive
(JIS), 8K, 16K, A6, B6 (JIS), D-postcard, B5, C5, C6, DL Envelope. RA3, SRA3
Custom Media Sizes: Tray can be customized as per media input
xi. Standard Connectivity: Built-in Hi-Speed USB 2.0 port & 1 port for Ethernet
connectivity & 1 port for Fax connectivity.
xii. Duty Cycle: Up to 18000 pages per month
xiii. OS Compatibility: Microsoft Windows 7, Windows XP
xiv. Toner: 1 x Full Capacity Toner
xv. Software included: Print, FAX and Scan drivers and installation software on OEM
CD
xvi. Accessories: The printer must comes with all the accessories required to run all the
functions of printer like cables, driver CD, software CD, etc.
xvii. 1 year of onsite warranty and 3 years onsite AMC on all hardware and software. The
Purchaser may extend the contract for an additional period of three (3) calendar years
on pre approved prices.

1.16 Laser Network Printer

Item and Description

i. Print speed : Up to 16 ppm (A4)


ii. First-Page-Out: Up to 10 sec
iii. Resolution: 1200 dpi effective
iv. Duty Cycle: Up to 4500 pages per month
v. Input:150-sheet input tray
vi. Output: 100-sheet face-down bin
vii. Interfaces: 1 x Hi-Speed USB 2.0 port
viii. Toner Standard : 1 x Full Capacity Toner
ix. Print speed : Up to 16 ppm (A4)
x. Network: Printer should be supplied with network interface (10/100)
xi. 1 year of onsite warranty and 3 years onsite AMC on all hardware and software. The
Purchaser may extend the contract for an additional period of three (3) calendar years
on pre approved prices.

MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-19

2 Networking Equipment Specifications


2.1 Core Router

Item and Specification


Router Architecture Requirements:
i. Modular Chassis providing flexibility to use the appropriate choice of interface.
ii. Should be 19” Rack mountable
iii. Support at least 8 slots
iv. Support for multiple interface types within each slot (mix and match of LAN, WAN
interfaces)
v. High Processing Power – Minimum of 400 Kpps forwarding performance using 64
byte packet size.
vi. At least 256 MB SDRAM and should be scalable to 1 GB
vii. At least 128 MB Flash Memory and should be scalable to 256 MB or Flash should be
capable of carrying router software image with 50% free space.
Interface requirement:
i. Router should have minimum of four 1000BASE-T Gigabit Ethernet interface.
ii. Should have at least two numbers of Fast (10/100) Ethernet interfaces.
Security Features:
i. The router should support hardware-based encryption techniques.
ii. The router should support encryption acceleration capabilities using encryption
methods such as DES, 3DES and AES
iii. The router should support security features such as advanced firewall, L2TP, MPLS,
IPSec VPNs, SSL VPNs,SSHv2 and SNMPv3.
iv. The router should support the following tunnels:-
a) Point to Point
b) Point to multi Point
c) GRE
d) IPSec VPN
e) SSL VPN
v. Support for Access Control Lists for network security
vi. ACLs on the following: source and destination IP address, protocol port number, etc.
vii. Ability to generate logging information for security violations testing.
viii. Support for restricting the number of Telnet/FTP/TFTP sessions to the Router
High Availability Requirements:
i. Should support and supplied with internal/external Redundant power supply

MD/WZ/06/PUR/ADB/ERP-03
A1-20 Annexure I - Technical Requirements

ii. Hot swapping of interface module, power supply.


iii. Support for standards based VRRP to ensure standby operation of routers or
equivalent.
iv. Support MPLS fast Re-route
Bandwidth Optimization
i. Support for Integrated routing
ii. Support for QOS configuration / Queuing configuration capabilities

Multicast Support:
i. Multicast support using Multicast routing protocols like PIM-SM,DM,IGMP V2/V3
ii. Should support Multicast VPN capabilities over MPLS backbone
Routing Protocol support:
The router should support the following L3 protocols - Static Route / RIP / OSPFv2 /
IS-ISv2 / BGPv4 / RIPng / OSPFv3 / IS-IS for IPv6 / BGPv4+
Interface Support Requirement:
i. Support for interfaces ADSL, ISDN, Wi-Fi and 3G on the same router by adding
modules
ii. Support for transport of IP over ATM, Frame Relay, HDLC and PPP encapsulations
iii. MPLS Capabilities
iv. MPLS TE and RSVP
Management & Maintenance:
i. Configuration through command line or console port
ii. Configuration and remote maintenance via Telnet (Ethernet port) and Modem dial-up
(AUX port)
iii. Manage through SNMP (v1, v2c and v3)
iv. RMON, System log, Layered alarms, PING and Tracert
Warranty:
1 year of onsite warranty and 3 years onsite AMC on all hardware, software and
licenses (whichever is applicable). The Purchaser may extend the contract for an
additional period of three (3) calendar years on pre approved prices.
Others:
All necessary cables, software, manuals should be provided along with the router.

2.2 Internet Router

Item and Specification


Router Architecture Requirements:

MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-21

i. Modular Chassis providing flexibility to use the appropriate choice of interface.


ii. Support at least 8 slots
iii. Should be 19” Rack mountable
iv. Support for multiple interface types within each slot (mix and match of LAN, WAN
interfaces)
v. High Processing Power – Minimum of 400 Kpps forwarding performance using 64
byte packet size.
vi. At least 256 MB SDRAM and should be scalable to 1 GB
vii. At least 128 MB Flash Memory and should be scalable to 256 MB or Flash should be
capable of carrying router software image with 50% free space.
Interface requirement:
i. Router should have minimum of four 1000BASE-T Gigabit Ethernet interface.
ii. Should have at least two numbers of Fast (10/100) Ethernet interfaces.
Security Features:
i. The router should support hardware-based encryption techniques.
ii. The router should support encryption acceleration capabilities using encryption
methods such as DES, 3DES and AES
iii. The router should support security features such as advanced firewall, L2TP, MPLS,
IPSec VPNs, SSL VPNs,SSHv2 and SNMPv3.
iv. The router should support the following tunnels:-
a) Point to Point
b) Point to multi Point
c) GRE
d) IPSec
e) SSL VPN
v. Support for Access Control Lists for network security
vi. ACLs on the following: source and destination IP address, protocol port number, etc.
vii. Ability to generate logging information for security violations testing.
viii. Support for restricting the number of Telnet/FTP/TFTP sessions to the Router
High Availability Requirements:
i. Should support and supplied with internal/external Redundant power supply
ii. Hot swapping of interface module, power supply.
iii. Support for standards based VRRP to ensure standby operation of routers or
equivalent.
iv. Support MPLS fast Re-route
Bandwidth Optimization:

MD/WZ/06/PUR/ADB/ERP-03
A1-22 Annexure I - Technical Requirements

i. Support for Integrated routing


ii. Support for QOS configuration / Queuing configuration capabilities
Multicast Support:
i. Multicast support using Multicast routing protocols like PIM-SM,DM,IGMP V2/V3
ii. Should support Multicast VPN capabilities over MPLS backbone
Routing Protocol support:
The router should support the following L3 protocols - Static Route / RIP / OSPFv2 / IS-
ISv2 / BGPv4 / RIPng / OSPFv3 / IS-IS for IPv6 / BGPv4+
Interface Support Requirement:
i. Support for interfaces ADSL, ISDN, Wi-Fi and 3G on the same router by adding
modules
ii. Support for transport of IP over ATM, Frame Relay, HDLC and PPP encapsulations
iii. MPLS Capabilities
iv. MPLS TE and RSVP
Management & Maintenance:
i. Configuration through command line or console port
ii. Configuration and remote maintenance via Telnet (Ethernet port) and Modem dial-up
(AUX port)
iii. Manage through SNMP (v1, v2c and v3)
iv. RMON
v. System log
vi. Layered alarms
vii. PING and Tracert
Warranty:
1 year of onsite warranty and 3 years onsite AMC on all hardware, software and
licenses (whichever is applicable). The Purchaser may extend the contract for an
additional period of three (3) calendar years on pre approved prices.
Others:
All necessary cables, software, manuals should be provided along with the router.

2.3 MPLS Firewall

Item and Specification


General requirements:
i. The appliance based security platform should be simultaneously capable of providing
firewall, IPSec & SSL VPN.
ii. Firewall, IPSec and SSL VPN services should be provided by a single device.
iii. The appliance should have in-built support for IPSec VPNs with DES, 3DES, AES

MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-23

(128 & 256bit encryption).


iv. Devices should support MD5 and SHA-1 authentication.
v. The platform should support for Static & Dynamic Network Address Translation and
also Port Address Translation
vi. Appliance should support Network Time Protocol (NTPv3) client
vii. The firewall will have to provide QoS service to ensure guaranteed bandwidth, delay
and jitter for real-time and mission critical traffic like voice, video over other non-
mission critical traffic.
viii. Should provide application inspection services for applications like HTTP, FTP,
SNMP, DNS, SMTP, NFS, LDAP etc.
ix. Devices should support AAA using RADIUS or TACACS
x. Devices should support Packet Filters
xi. Devices should have Stateful Firewalling
xii. Devices should support Network attack detection
xiii. Devices should support DoS and DDoS protections
xiv. Should support site-to-site and remote access IPSec VPN & SSL VPN, L2TP
xv. Device should be 19” Rack mountable
xvi. Device should have at least 2 GB SDRAM.
xvii. Device should have at least 256 MB Flash memory or Flash should be capable of
carrying firewall software image with 50% free space.
Hardware and Interface Requirements:
Firewall should have at least 8 x 10/100/1000 ports and 1 x 10/100 port for Ethernet
switching, which may be provided as an external module.
Performance Requirements:
i. The device should have minimum firewall throughput of 600 Mbps
ii. The device should have a minimum forwarding capacity of 500 Kpps
iii. The device should have a minimum VPN throughput of 300 Mbps.
iv. The device should support minimum 5000 IPSec VPN Peers
v. The device should support 2500 SSL base VPN (Web VPN)
vi. The device should support minimum of 3, 50,000 concurrent sessions and 25000
connections per second.
vii. Should support at least 200 VLANs
High Availability requirement:
i. Should support Active/Standby or Active/Active failover Mode.
ii. On power up the platform should use built-in system monitoring & diagnostics before
going online to detect failure of hardware.
iii. IKE keepalive should be supported that allows the devices to detect a dead remote
peer for IPSec redundancy.
iv. It should be possible to upgrade the software of the appliance without disrupting the
services.
v. The software on the platform should support online software reconfiguration to ensure
that changes made to a platform configuration take place with immediate effect
vi. Should support and supplied with internal/external Redundant power supply
Routing Protocol Support:
i. The device should support IPv4 and IPv6 routing
ii. The device should support VRRP or equivalent.
iii. The device should support Static Routes

MD/WZ/06/PUR/ADB/ERP-03
A1-24 Annexure I - Technical Requirements

iv. The device should support RIPv1 & RIPv2


v. The device should have OSPFv2. OSPFv3 and IS-IS routing features
vi. The device should support BGP & BGPv4+
vii. The device should support Policy Based Routing
Multicast Features:
Should support IP Multicast through IGMP and PIM to support secure real-time
multicast application which will have to access through the firewall.
MPLS Features:
i. Devices should support L2 & L3 VPN
ii. Devices should support LDP
Management and Troubleshooting:
i. Device should have Console, Telnet and Web for management
ii. Devices should support SNMPv2 and SNMPv3
iii. Real-time traffic-interface/sub interface statistics.
iv. Real-Time Performance Monitor—service-level agreement verification probes/alerts
Warranty:
1 year of onsite warranty and 3 years onsite AMC on all hardware, software and
licenses (whichever is applicable). The Purchaser may extend the contract for an
additional period of three (3) calendar years on pre approved prices.
Others:
All necessary cables, software, manuals should be provided along with the firewall.

2.4 Internet Firewall

Item and Specification


General requirements:
i. The appliance based security platform should be simultaneously capable of providing
firewall, IPSec & SSL VPN.
ii. Firewall, IPSec and SSL VPN services should be provided by a single device
iii. The appliance should have in-built support for IPSec VPNs with DES, 3DES, AES
(128 & 256bit encryption).
iv. Devices should support MD5 and SHA-1 authentication.
v. The platform should support for Static & Dynamic Network Address Translation and
also Port Address Translation
vi. Appliance should support Network Time Protocol (NTPv3) client
vii. The firewall will have to provide QoS service to ensure guaranteed bandwidth, delay
and jitter for real-time and mission critical traffic like voice, video over other non-
mission critical traffic.
viii. Should provide application inspection services for applications like HTTP, FTP,
SNMP, DNS, SMTP, NFS, LDAP etc.
ix. Devices should support AAA using RADIUS or TACACS
x. Devices should support Packet Filters
xi. Devices should have Stateful Firewalling
xii. Devices should support Network attack detection
xiii. Devices should support DoS and DDoS protections
xiv. Should support site-to-site and remote access IPSec VPN & SSL VPN, L2TP

MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-25

xv. Device should be 19” Rack mountable


xviii. Device should have at least 2 GB SDRAM.
xix. Device should have at least 256 MB Flash memory or Flash should be capable of
carrying firewall software image with 50% free space.
Hardware and Interface Requirements:
i. Firewall should have at least 8 x 10/100/1000 ports and 1 x 10/100 port for Ethernet
switching, which may be provided as an external module.
Performance Requirements:
i. The device should have minimum firewall throughput of 600 Mbps
ii. The device should have a minimum forwarding capacity of 500 Kpps
iii. The device should have a minimum VPN throughput of 300 Mbps.
iv. The device should support minimum 5000 IPSec VPN Peers
v. The device should support 2500 SSL base VPN (Web VPN)
vi. The device should support minimum of 3, 50,000 concurrent sessions and 25000
connections per second.
vii. Should support at least 200 VLANs
High Availability requirement:
i. Should support Active/Standby or Active/Active failover Mode.
ii. On power up the platform should use built-in system monitoring & diagnostics before
going online to detect failure of hardware.
iii. IKE keepalive should be supported that allows the devices to detect a dead remote
peer for IPSec redundancy.
iv. It should be possible to upgrade the software of the appliance without disrupting the
services.
v. The software on the platform should support online software reconfiguration to ensure
that changes made to a platform configuration take place with immediate effect
vi. Should support and supplied with internal/external Redundant power supply
Routing Protocol Support:
i. The device should support IPv4 and IPv6 routing
ii. The device should support VRRP or equivalent.
iii. The device should support Static Routes
iv. The device should support RIPv1 & RIPv2
v. The device should have OSPFv2. OSPFv3 and IS-IS routing features
vi. The device should support BGP & BGPv4+
vii. The device should support Policy Based Routing
Multicast Features:
Should support IP Multicast through IGMP and PIM to support secure real-time
multicast application which will have to access through the firewall.
Management and Troubleshooting:
i. Device should have Console, Telnet and Web for management
ii. Devices should support SNMPv2 and SNMPv3
iii. Real-time traffic-interface/sub interface statistics.
iv. Real-Time Performance Monitor—service-level agreement verification probes/alerts
Warranty:
1 year of onsite warranty and 3 years onsite AMC on all hardware, software and
licenses (whichever is applicable). The Purchaser may extend the contract for an

MD/WZ/06/PUR/ADB/ERP-03
A1-26 Annexure I - Technical Requirements

additional period of three (3) calendar years on pre approved prices.


Others:
All necessary cables, software, manuals should be provided along with the firewall.

2.5 Intrusion Prevention System (IPS)

Item and Specification


General requirements:
The appliance based security platform should be simultaneously capable of providing
Intrusion Detection and Prevention System.
Hardware and Interface Requirements:
Device should have at least 4 x 10/100/1000 ports & scalable to 8 x 10/100/1000 ports
and 1 x 10/100 port or higher.
Performance Requirements:
i. The device should have minimum performance of 250 Mbps
ii. It should not add latency more than 200 ms
iii. Should support at least 4,00,000 Concurrent sessions
General Features:
i. The device must support time-critical signature file updates and alerts feature.
ii. The device must offer a comprehensive security service for latest updates
iii. The device must accurately identify and stop/prevent the malicious or damaging traffic
and threats.
iv. IPS should support real time threat protection
v. IPS must have support for Signature-based detection and Protocol Analysis
vi. IPS must have Centralized management
vii. It should support deep packet inspection
viii. IPS should support Denial of service protection
ix. Support for IPv4 & IPv6
x. Should support Rate Limiting.
xi. Automatically detect malicious traffic and prevent it.
xii. Should support IP in IP detection.
xiii. Should support Layer 2 Detection
xiv. Should support Protocol Analysis, Traffic Anomaly Detection, Protocol Anomaly
Detection, Application Policy Enforcement, Anti-IPS Evasion Techniques and
Customizable Policies.
xv. Should support traffic anomaly detection and protocol anomaly detection
xvi. Should support application policy enforcement and Customizable Policies.

MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-27

xvii. The device must be 19” rack mountable.


xviii. Should support and supplied with internal/external Redundant power supply
Management and Troubleshooting:
i. Device should have Console, Telnet and Web for management
ii. Devices should support SNMPv2 and SNMPv3
iii. Real-time traffic-interface/sub interface statistics.
iv. Real-Time Performance Monitor
Warranty:
1 year of onsite warranty and 3 years onsite AMC on all hardware, software and
licenses (whichever is applicable). The Purchaser may extend the contract for an
additional period of three (3) calendar years on pre approved prices.
Others:
All necessary cables, software, licenses and manuals should be provided along with the
IPS.

2.6 Core Switch

Item and Specification


General Features:
The switch should be capable of all the advanced routing protocols, security &QoS
related features that ensure that any future applications support.
Common Features:
i. Switch should have at least 48 RJ-45 autosensing 10/100/1000 ports with 4 number of
10/100/1000BASE-T.
ii. At least one console port for CLI based configuration
iii. Should support and supplied with Internal/external redundant power supply.
iv. The device should be 19” mountable.
Memory:
i. At least 256 MB SDRAM and should be scalable to 1 GB
ii. At least 128 MB Flash and should be scalable to 256 MB or Flash should be capable of
carrying switch software image with 50% free space.
Performance:
i. Should have at least 150 Gbps of switching fabric capacity or more
ii. Should have at least 100 Mpps packet switching throughput
iii. The switch should support L3 feature like OSPFv3, BGP, RIPng, IS-ISv6, and BGP4+
for IPv6, PIM-DM/SM/SSM, IPv6 full functionality.
iv. Support for VRRP or equivalent.
v. Should support Link Aggregation Control Protocol (LACP) (IEEE 802.3ad) support to

MD/WZ/06/PUR/ADB/ERP-03
A1-28 Annexure I - Technical Requirements

aggregate uplinks to the different LAN Switches.


vi. All the relevant hardware should be loaded to achieve the required wire speed
performance.
vii. Should support port mirroring i.e. mirror ports from and to any other switch in the
network
viii. Should support policy base routing
ix. Port / Protocol / Subnet / MAC / Voice VLAN support
x. Should support minimum 4000 nos of VLANs ids and shall be capable of min 1000
active VLANs
xi. Should support MAC-based VLANs / Voice VLAN / GVRP based VLANs
xii. Should support QinQ mechanism / Private-VLAN
xiii. Switch should support STP, MSTP, RSTP, STP Root Guard / BPDU Guard
Security Features:
i. IP + MAC + Physical Port binding
ii. Support minimum 12000 MAC address
iii. Standard and advance Port-based and VLAN-based, Time based ACL support.
iv. MAC address based port level filtering support
v. Storm control and suppression based on packet per second and percentage rate per
port.
Bandwidth Optimization (QoS):
Support for QOS configuration / Queuing configuration capabilities
Multicast Support:
i. Multicast support using Multicast routing protocols like PIM-SM,DM,IGMP V2/V3
ii. Should support CAR for 64kbps onward to the max port speed
Management Features:
i. Should support Configuration via CLI, Telnet, and Console port.
ii. Should support software/configuration upgrade using various methods like Trivial File
Transfer Protocol (TFTP), XModem, and File Transfer Protocol (FTP) from trusted
source only.
iii. SSH v2, SNMP v1/v2c/v3, RMON I, VLANs, GUI, Web based interface
iv. Compatibility with network management with auto discovery & management.
v. Manageability on per port basis.
vi. TFTP & NTP support
Warranty:
1 year of onsite warranty and 3 years onsite AMC on all hardware, software and
licenses (whichever is applicable). The Purchaser may extend the contract for an

MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-29

additional period of three (3) calendar years on pre approved prices.


Others:
All necessary cables, software, manuals should be provided along with the switch.

2.7 Distribution Switch

Item and Specification


General Features:
The switch should be capable of all the advanced routing protocols, security & QoS
related features that ensure that any future applications support.
Common Features:
i. Switch should have at least 48 RJ-45 autosensing 10/100/1000 ports with 4 number of
10/100/1000BASE-T.
ii. At least one console port for CLI based configuration
iii. Should support and supplied with Internal/external redundant power supply.
iv. Device should be 19” rack mountable
Memory:
i. At least 256 MB SDRAM and should be scalable to 1 GB
ii. At least 128 MB Flash and should be scalable to 256 MB or Flash should be capable of
carrying switch software image with 50% free space.
Performance:
i. Should have at least 150 Gbps of switching fabric capacity or more
ii. Should have at least 100 Mpps packet switching throughput
iii. The switch should support L3 feature like OSPFv3, BGP, RIPng, IS-ISv6, and BGP4+
for IPv6, PIM-DM/SM/SSM, IPv6 full functionality.
iv. Support for VRRP or equivalent.
v. Should support Link Aggregation Control Protocol (LACP) (IEEE 802.3ad) support to
aggregate uplinks to the different LAN Switches.
vi. All the relevant hardware should be loaded to achieve the required wire speed
performance.
vii. Should support port mirroring i.e. mirror ports from and to any other switch in the
network
viii. Should support policy base routing
ix. Port / Protocol / Subnet / MAC / Voice VLAN support
x. Should support minimum 4000 nos of VLANs ids and shall be capable of min 1000
active VLANs
xi. Should support MAC-based VLANs / Voice VLAN / GVRP based VLANs

MD/WZ/06/PUR/ADB/ERP-03
A1-30 Annexure I - Technical Requirements

xii. Should support QinQ mechanism / Private-VLAN


xiii. Switch should support STP, MSTP, RSTP, STP Root Guard / BPDU Guard
Security Features:
i. IP + MAC + Physical Port binding
ii. Support minimum 12000 MAC address
iii. Standard and advance Port-based and VLAN-based, Time based ACL support.
iv. MAC address based port level filtering support
v. Storm control and suppression based on packet per second and percentage rate per
port.
Bandwidth Optimization (QoS):
Support for QOS configuration / Queuing configuration capabilities
Multicast Support:
i. Multicast support using Multicast routing protocols like PIM-SM,DM,IGMP V2/V3
ii. Should support CAR for 64kbps onward to the max port speed
Management Features:
i. Should support Configuration via CLI, Telnet, and Console port.
ii. Should support software/configuration upgrade using various methods like Trivial File
Transfer Protocol (TFTP), XModem, and File Transfer Protocol (FTP) from trusted
source only.
iii. SSH v2, SNMP v1/v2c/v3, RMON I, VLANs, GUI, Web based interface
iv. Compatibility with network management with auto discovery & management.
v. Manageability on per port basis.
vi. TFTP & NTP support
Warranty:
1 year of onsite warranty and 3 years onsite AMC on all hardware, software and
licenses (whichever is applicable). The Purchaser may extend the contract for an
additional period of three (3) calendar years on pre approved prices.
Others:
All necessary cables, software, manuals should be provided along with the switch.

2.8 DMZ Switch

Item and Specification


General Features:
The switch should be capable of all the advanced routing protocols, security & QoS
related features that ensure that any future applications support.

MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-31

Common Features:
i. Switch should have at least 24 RJ-45 autosensing 10/100/1000 ports with 2 number of
10/100/1000BASE-T.
ii. At least one console port for CLI based configuration
iii. Should support and supplied with Internal/external redundant power supply.
iv. Device should be 19” rack mountable.
Memory:
i. At least 64 MB SDRAM and should be scalable to 128 MB
ii. At least 64 MB Flash and should be scalable to 128 MB or Flash should be capable of
carrying switch software image with 30% free space.
Performance:
i. Should have at least 90 Gbps of switching fabric capacity or more
ii. Should have at least 65 Mpps packet switching throughput
iii. The switch should support L3 feature like OSPFv3, BGP, RIPng, IS-ISv6, and BGP4+
for IPv6, PIM-DM/SM/SSM, IPv6 full functionality.
iv. Support for VRRP or equivalent.
v. Should support Link Aggregation Control Protocol (LACP) (IEEE 802.3ad) support to
aggregate uplinks to the different LAN Switches.
vi. All the relevant hardware should be loaded to achieve the required wire speed
performance.
vii. Should support port mirroring i.e. mirror ports from and to any other switch in the
network
viii. Should support policy base routing
ix. Port / Protocol / Subnet / MAC / Voice VLAN support
x. Should support minimum 2000 nos of VLANs ids and shall be capable of min 200
active VLANs
xi. Should support MAC-based VLANs / Voice VLAN / GVRP based VLANs
xii. Should support QinQ mechanism / Private-VLAN
xiii. Switch should support STP, MSTP, RSTP, STP Root Guard / BPDU Guard
Security Features:
i. IP + MAC + Physical Port binding
ii. Support minimum 6000 MAC address
iii. Standard and advance Port-based and VLAN-based, Time based ACL support.
iv. MAC address based port level filtering support
v. Storm control and suppression based on packet per second and percentage rate per
port.

MD/WZ/06/PUR/ADB/ERP-03
A1-32 Annexure I - Technical Requirements

vi. Bandwidth Optimization (QoS):


vii. Support for QOS configuration / Queuing configuration capabilities
Multicast Support:
i. Multicast support using Multicast routing protocols like PIM-SM,DM,IGMP V2/V3
ii. Should support CAR for 64kbps onward to the max port speed
Management Features:
i. Should support Configuration via CLI, Telnet, and Console port.
ii. Should support software/configuration upgrade using various methods like Trivial File
Transfer Protocol (TFTP), XModem, and File Transfer Protocol (FTP) from trusted
source only.
iii. SSH v2, SNMP v1/v2c/v3, RMON I, VLANs, GUI, Web based interface
iv. Compatibility with network management with auto discovery & management.
v. Manageability on per port basis.
vi. TFTP & NTP support
Warranty:
1 year of onsite warranty and 3 years onsite AMC on all hardware, software and
licenses (whichever is applicable). The Purchaser may extend the contract for an
additional period of three (3) calendar years on pre approved prices.
Others:
All necessary cables, software, manuals should be provided along with the switch.

2.9 Access switch

Item and Specification


General Features:
i. Device Type: Switch should be 19 inch Rack mountable
ii. Should have at least 15 Gbps of switching fabric capacity or more.
iii. Should have at least 6 Mpps packet switching throughput or more
Memory:
i. At least 64 MB Flash or Flash should be capable of carrying switch software image
with 30% free space.
ii. At least 128 MB SDRAM
Power:
i. Power Device: Should support and supplied with Internal/External Power supply
ii. Voltage Required: AC 100-240 VAC ( 50 Hz )
Interface / Expansion slots:
Interface: Should be supplied with at least 24 autosensing 10/100 ports (IEEE 802.3
Type 10BASE-T, IEEE 802.3u Type 100BASE-TX) and 2 dual-personality ports auto-

MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-33

sensing 10/100/1000Base-T.
Layer 2 Features:
i. Should support 8000 MAC address table size or more.
ii. Should support IEEE based 802.1ad QinQ, GARP , Port based VLAN, Management
VLAN and Guest VLANs
iii. Should support IEEE 802.1Q, with 4000 simultaneous VLAN IDs; supports port-based
VLANs, MAC-based VLANs, and protocol-based VLANs
iv. Should support IPv6 management features.
v. Should Support Network QoS and Convergence features
vi. Auto-sensing per device, DHCP support, auto-negotiation, ARP support, VLAN
support, auto-uplink (auto MDI/MDI-X), IGMP snooping, Syslog support, traffic shaping,
Broadcast Storm Control, IPv6 support,
Multicast Support:
i. Multicast support using Multicast routing protocols like PIM-SM,DM,IGMP V2/V3
ii. Should support CAR for 64kbps onward to the max port speed
Security Features:
i. Should support Access control lists to provide Layer 2 to Layer 4 traffic filtering for IPv4
and IPv6 Packets by offering Standard ACL, Extended ACL, VLAN ACL, Port based
ACL, and Time based ACL
ii. Should support Port to IP to MAC based binding
iii. Should support Port traffic monitoring
iv. Should support Full Network Access Control features to push Dynamic VLAN and Port
based profile to the user ports based on the AAA, LDAP, AD, Radius server
authenticated response.
v. Should support Guest VLAN, and should restrict access to specific users or devices
based on MAC address learned or statically defined.
vi. Should support BPDU port protection, Root Guard, DHCP ARP protection, IP Source
Guard etc.
Manageability Features:
i. Shall support SNMPv1/v2c/v3
ii. Shall support RMON providing advanced monitoring and reporting capabilities
iii. Shall have Full-featured console port providing complete control of the switch with a
familiar command-line interface (CLI)
iv. Shall support command-line interface (CLI) and Web Interface for switch configuration
v. Shall allow assignment of descriptive names to ports
Warranty:
1 year of onsite warranty and 3 years onsite AMC on all hardware, software and
licenses (whichever is applicable). The Purchaser may extend the contract for an
additional period of three (3) calendar years on pre approved prices.
Others:
All necessary cables, software, manuals should be provided along with the switch.

MD/WZ/06/PUR/ADB/ERP-03
A1-34 Annexure I - Technical Requirements

2.10 Failover Switch

Item and Specification


General Features:
i. Device Type: Switch should be 19 inch Rack mountable
ii. Should have at least 40 Gbps of switching fabric capacity or more.
iii. Should have at least 30 Mpps packet switching throughput or more
Memory:
i. At least 64 MB Flash or Flash should be capable of carrying switch software image
with 30% free space.
ii. At least 128 MB SDRAM
Power:
i. Power Device: Should support and supplied with Internal/External Power supply
ii. Voltage Required: AC 100-240 VAC ( 50 Hz )
Interface / Expansion slots:
Interface: Should be supplied with at least 24 autosensing 10/100/1000 BaseT ports
with 2 dual-personality ports auto-sensing 10/100/1000Base-T.
Layer 2 Features:
i. Should support 8000 MAC address table size or more.
ii. Should support IEEE based 802.1ad QinQ, GARP , Port based VLAN, Management
VLAN and Guest VLANs
iii. Should support IEEE 802.1Q, with 4000 simultaneous VLAN IDs; supports port-based
VLANs, MAC-based VLANs, and protocol-based VLANs
iv. Should support IPv6 management features.
v. Should Support Network Qos and Convergence features
vi. Auto-sensing per device, DHCP support, auto-negotiation, ARP support, VLAN
support, auto-uplink (auto MDI/MDI-X), IGMP snooping, Syslog support, traffic
shaping, Broadcast Storm Control, IPv6 support,
Multicast Support:
i. Multicast support using Multicast routing protocols like PIM-SM,DM,IGMP V2/V3
ii. Should support CAR for 64kbps onward to the max port speed
Security Features:
i. Should support Access control lists to provide Layer 2 to Layer 4 traffic filtering for IPv4
and IPv6 Packets by offering Standard ACL, Extended ACL, VLAN ACL, Port based
ACL, and Time based ACL
ii. Should support Port to IP to MAC based binding
iii. Should support Port traffic monitoring
iv. Should support Full Network Access Control features to push Dynamic VLAN and Port
based profile to the user ports based on the AAA, LDAP, AD, Radius server
authenticated response.

MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-35

v. Should support Guest VLAN, and should restrict access to specific users or devices
based on MAC address learned or statically defined.
vi. Should support BPDU port protection, Root Guard, DHCP ARP protection, IP Source
Guard etc.
Manageability Features:
i. Shall support SNMPv1/v2c/v3
ii. Shall support RMON providing advanced monitoring and reporting capabilities
iii. Shall have Full-featured console port providing complete control of the switch with a
familiar command-line interface (CLI)
iv. Shall support command-line interface (CLI) and Web Interface for switch configuration
v. Shall allow assignment of descriptive names to ports
Warranty:
1 year of onsite warranty and 3 years onsite AMC on all hardware, software and
licenses (whichever is applicable). The Purchaser may extend the contract for an
additional period of three (3) calendar years on pre approved prices.
Others:
All necessary cables, software, manuals should be provided along with the switch.

2.11 Remote Offices Router

Item and Specification


Router Architecture requirements:
i. Modular Hardware Architecture
ii. Should be 19” Rack mountable
iii. High Processing Power Minimum 70 Kpps forwarding rate performance – 64 byte
packet size
iv. Should support and supplied with internal/external Redundant power supply
Interface / Slots:
i. Should have at least 4 Ethernet Port - 10/100 Mbps
ii. Should support minimum 1 service slots for small and high density wan modules
iii. Support for interfaces ADSL, ISDN, Wi-Fi and 3G On the router itself by adding
additional module.
iv. Should have Console port
v. At least 128 MB SDRAM and should be scalable to 256 MB
vi. At least 32 MB Flash and should be scalable to 128 MB or Flash should be capable of
carrying router software image with 30% free space.
Software Features:
i. The following standard IP routing protocols should be available:
Static Routing, RIP, OSPFv3, RIPng, Policy Routing, BGP4 Plus and IS-IS for IPv6.
ii. Should support IP, MPLS etc.
Security Features:
i. GRE/IP Sec 3DES/AES VPN for configuration of VPN tunnels

MD/WZ/06/PUR/ADB/ERP-03
A1-36 Annexure I - Technical Requirements

ii. Support for IPSEC Site-to-Site and Remote Access VPNs. Should provide a hardware
assisted IPSec 3DES encryption.
iii. Should support NAT, PAT, Access control - Multilevel
iv. Support ACL’s to provide supervision and control.
v. Multiple Privilege Levels for managing & monitoring
vi. Support for Standard Access Lists to provide supervision and control.
vii. PPP CHAP support. PAP (optional)
viii. Should support SSL VPN
Protocols Support:
i. Should support PPP, Multi-link PPP, Load Balancing Protocol, Support for URL
Filtering, IPv4, should support IPv6, MPLS L2 & L3, VRRP or equivalent.
ii. Shall support IPv6 features: DHCPv6, IPv6 QoS, IPv6 Multicast support, Multicast
VPN, PIM SSM (Source Specific Multicast), IPv6 PIMv2 Sparse Mode, IPv6 PIMv2
Source-Specific Multicast
iii. FTP, TFTP, and SFTP support
QoS Features:
Support for QOS configuration / Queuing configuration capabilities
Management Features:
i. Accessibility using Telnet, SSH, Console access.
ii. Software upgrades using FTP, TFTP, etc.
iii. SNMP Support for v1, v2c , v3
Warranty:
1 year of onsite warranty and 3 years onsite AMC on all hardware, software and
licenses (whichever is applicable). The Purchaser may extend the contract for an
additional period of three (3) calendar years on pre approved prices.
Others:
All necessary cables, software, manuals should be provided along with the router.

2.12 Remote Office Switch

Item and Specification


General Features:
i. Device Type: Switch should be 19 inch Rack mountable
ii. Should have at least 15 Gbps of switching fabric capacity or more.
iii. Should have at least 6 Mpps packet switching throughput or more
Memory:
i. At least 64 MB Flash or Flash should be capable of carrying switch software image
with 30% free space.
ii. At least 128 MB SDRAM

MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-37

Power:
i. Power Device: Should support and supplied with Internal/External Power supply
ii. Voltage Required: AC 100-240 VAC ( 50 Hz )
Interface / Expansion slots:
Interface: Should be supplied with at least 24 autosensing 10/100 ports (IEEE 802.3
Type 10BASE-T, IEEE 802.3u Type 100BASE-TX) and 2 dual-personality ports auto-
sensing 10/100/1000Base-T.
Layer 2 Features:
i. Should support 8000 MAC address table size or more.
ii. Should support IEEE based 802.1ad QinQ, GARP , Port based VLAN, Management
VLAN and Guest VLANs
iii. Should support IEEE 802.1Q, with 4000 simultaneous VLAN IDs; supports port-based
VLANs, MAC-based VLANs, and protocol-based VLANs
iv. Should support IPv6 management features.
v. Should Support Network QoS and Convergence features
vi. Auto-sensing per device, DHCP support, auto-negotiation, ARP support, VLAN
support, auto-uplink (auto MDI/MDI-X), IGMP snooping, Syslog support, traffic shaping,
Broadcast Storm Control, IPv6 support,
Multicast Support:
i. Multicast support using Multicast routing protocols like PIM-SM,DM,IGMP V2/V3
ii. Should support CAR for 64kbps onward to the max port speed
Security Features:
i. Should support Access control lists to provide Layer 2 to Layer 4 traffic filtering for IPv4
and IPv6 Packets by offering Standard ACL, Extended ACL, VLAN ACL, Port based
ACL, and Time based ACL
ii. Should support Port to IP to MAC based binding
iii. Should support Port traffic monitoring
iv. Should support Full Network Access Control features to push Dynamic VLAN and Port
based profile to the user ports based on the AAA, LDAP, AD, Radius server
authenticated response.
v. Should support Guest VLAN, and should restrict access to specific users or devices
based on MAC address learned or statically defined.
vi. Should support BPDU port protection, Root Guard, DHCP ARP protection, IP Source
Guard etc.
Manageability Features:
i. Shall support SNMPv1/v2c/v3
ii. Shall support RMON providing advanced monitoring and reporting capabilities
iii. Shall have Full-featured console port providing complete control of the switch with a
familiar command-line interface (CLI)
iv. Shall support command-line interface (CLI) and Web Interface for switch configuration
v. Shall allow assignment of descriptive names to ports
Warranty:

MD/WZ/06/PUR/ADB/ERP-03
A1-38 Annexure I - Technical Requirements

1 year of onsite warranty and 3 years onsite AMC on all hardware, software and
licenses (whichever is applicable). The Purchaser may extend the contract for an
additional period of three (3) calendar years on pre approved prices.
Others:
All necessary cables, software, manuals should be provided along with the switch.

All the network equipments (Routers & Switches) should be from single OEM.
2.13 Network Rack – 42U

Item and Description


i. Unified enclosed 19” Network Rack, with lockable doors, side panels, grounding kits
and other rack accessories.
ii. Minimum 42U, adjustable mounting depth and cable management channels as
suggested by vendor (Side channels, Rings, Brackets, Trays, Arms, Organizers etc)
iii. Preferred single colour for Rack
iv. Provided with cooling fan.
v. Rack air removal unit, with adequate blanking panels to ensure proper air flow
vi. Switched Rear Rack Power Distribution Units (PDUs)
vii. 19" cable manager: Used for routing cables horizontally at the front end of the
cabinet. This is an open system of cable management with the use of fibre loops in
the form of casing-capping.
viii. Front panel mounting hardware: A set of hardware comprises of cage nut M6, captive
screw M6, plastic cup washer provided in a packet of 20 sets. These are required to
mount rack mount equipments onto the cabinet.

2.14 HQ LAN & NOC Network Rack – 6U

Item and Description


i. Unified Enclosed Network Rack, with lockable doors.
ii. Must be supplied with 24 Port Cat 6 Modular Patch Panel. Metallic high strength and
1U height
iii. Minimum 6U, adjustable mounting depth and cable management channels as
suggested by vendor (Side channels, Rings, Brackets, Trays, Arms, Organizers, etc)
iv. Preferred single colour for Rack
v. Cooling: Roof mounted fan housing units with exhaust axial type fan of 90 CFM
capacity or 19" rack mounted fan trays with 2/4 fan capacity to take care of heat
pockets at specific locations.
vi. Rack air removal unit, with adequate blanking panels to ensure proper air flow
vii. A/C Power: In the form of horizontal 19" rack mountable A/c distribution box.
viii. 19" cable manager: Used for routing cables horizontally at the front end of the
cabinet. This is an open system of cable management with the use of fibre loops in
the form of casing-capping.
ix. Front panel mounting hardware: A set of hardware comprises of cage nut M6, captive
screw M6, plastic cup washer provided in a packet of 5 sets. These are required to
mount rack mount equipments onto the cabinet.
Note: - Vendor must ensure that all the network, server and storage hardware must support
supplied EMS/NMS.

MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-39

3 Data Centre Cabling Specifications (Passive Material)


3.1 24 Port Modular Patch Panel

Item and Description


i. Should confirm or exceed TIA/EIA-568-B.1 and IEC 60603-7-4 standards
requirements for CAT 6

ii. Metallic high strength and 1U height

iii. UL Listed approvals

iv. Easy Quick Snap Installation accepts unscreened and screened Jacks

v. High visibility magnifying, scratch/fade resistant port labelling system

vi. Lightweight, High strength steel

vii. ANSI/TIA/EIA-568-C.2 transmission performance

viii. ANSI/TIA/EIA-568-B.2:T568A & T568B ISO/IEC 11801 2nd Ed.: 8-position pin/pair
assignment (1-2/3-6/4-5/7-8) WIRING SCHEME

ix. 22-24 AWG (0.644-0.511 mm) WIRE GAUGE

x. Minimum 25 Years of performance warranty

3.2 Information Outlet

Item and Description


i. Available in Cat6 T568 A T568 B wiring; 8-position pin/pair assignment (1-2/3-6/4-5/7-
8)

ii. Transmission Performance: Meets EIA/TIA 568 Cat6 Specification

iii. Easy to be terminated & Low attenuation loss

iv. 22-24 AWG (0.644-0.511 mm) wire gauge

v. Exclusive stagger conductors guide design reduces near end cross talk

vi. Standard keystone footprint

vii. Minimum 25 Years performance warranty

MD/WZ/06/PUR/ADB/ERP-03
A1-40 Annexure I - Technical Requirements

3.3 Faceplates

Item and Description


i. Surface Mount Face Plate & Box with CAT6 Work Area Data I/O Outlet (RJ45)
ii.
The outlets may preferably have a spring loaded dust covers and compatible with
supplied Information Outlet.
iii. Type 1-port: White surface box
Material: ABS / UL 94 V-0
No. of ports: One

3.4 Patch Cord (1 Meter, 2 Meter and 3 Meter Length)

Item and Description


i. ANSI/TIA/EIA-568-C.2: category 6 (1-250 MHz) specifications ISO/IEC 11801 2nd
Ed.: category 6 (1-250 MHz) specifications

ii. Jacket diameter: < 6.35 mm (0.25 in)


Construction: 4 pairs, 7 strands 26 AWG, UTP,
high density polyethylene insulation,
fire retardant PVC compound jacket

iii. ANSI/TIA/EIA-568-B.2:T568A & T568B ISO/IEC 11801 2nd Ed.: 8-position pin/pair
assignment (1-2/3-6/4-5/7-8)

iv. 22Assembly: FCC Part 68 Subpart F


Housing: UL listed 94V-0 flame retardant polycarbonate

v. Retention: 50 N (11 lbf) for 60±5 s


Mating cycle life: min 750 cycles
Tensile strength: ≥ 20 N per wire

vi. Insulation resistance: min 500 MOhm @ 100 Vdc

vii. Minimum 25 Years performance warranty

3.5 Category 6 Horizontal Cabling in plastic casing and capping

Item and Description

i. Horizontal cabling shall be 100-Ohm, 4-pair UTP; UL/NEC CMR rated, round design,
round solid filler, non-bonded pairs, in white PVC jacket

ii. Cable jacketing shall be lead-free.

MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-41

iii. Cable performance characterized up to 600MHz.

iv. Cable shall meet or exceed the performance requirements of ANSI/TIA/EIA-568B.2-1.


Must be confirmed by independent testing laboratory

v. Must be Gigabit Ethernet Zero-bit Error Rate tested and confirmed by independent
testing facility

vi. Network Supported - 10/100 Ethernet, 155 Mbps ATM, 1000 Mbps IEEE 802.3ab
Ethernet, and proposed Cat 6 Gigabit Ethernet

vii. Operating temperature - -20 Deg. C to +60 Deg. C

viii. Packing – Box of 305 Meters.

ix. Minimum 25 Years performance warranty

Note: Plastic casing and capping (1 inch. Width) will be installed for the cabling of NOC and HQ LAN.
Data Centre cabling will be laid on the cable trenches. Supplier/SI must provide 1 year of onsite
warranty and 3 years onsite AMC on above mentioned complete passive material. The Purchaser
may extend the contract for an additional period of three (3) calendar years on pre approved prices.

MD/WZ/06/PUR/ADB/ERP-03
A1-42 Annexure I - Technical Requirements

4 Software Specifications
4.1 Directory Software

Item and Specification


i. The Directory Server should be LDAP v3 Compliant
ii. Should support partitioning into multiple LDAP Repository architectures for
scalability.
iii. The Directory Server should have out of the box integration with the e-mail server.
iv. Should support LDAP servers in multi master configuration
v. LDAP server should be able to replicate data between servers and support
cascading replication.
vi. SNMP support for flexible network monitoring and management.
vii. Support for Access Control Lists (ACLs).
viii. Support for controlling access to the directory, a sub tree, entries, attributes by
setting permissions for users, groups, roles and location information like IP
addresses.
ix. Support for user authentication through user ID/password, X.509v3 public-key
certificates, or Anonymous authentication
x. Ability to keep Replicas in Synch & to enforce Replication updates
xi. Should have support for open standards [LDAP v.3, XML]
xii. Should have support for integrated authentication mechanism across operating
system, messaging services.
xiii. Should support directory services integrated DNS zones for ease of management
and administration/replication.
xiv. The directory service should support features for health monitoring and verifying
replication.
xv. The directory service should provide support for Group policies and software
restriction policies.
xvi. 1 year of onsite warranty and 3 years onsite AMC on all software and licenses. The
Purchaser may extend the contract for an additional period of three (3) calendar
years on pre approved prices.

4.2 Backup Management Software

Item and Description


i. The proposed backup solution should be available on various OS platforms such as
Windows, UNIX& Linux platforms including supplied OS support and be capable of
supporting SAN based backup / restore from above mentioned OS platforms.
ii. The proposed backup solution shall support industry leading cluster solution such as

MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-43

MSCS, MC Service Guard, Veritas Cluster.


iii. The proposed backup solution shall have same GUI across heterogeneous platform
to ensure easy administration.
iv. The proposed backup solution software has inbuilt Java / Web based GUI for
centralized management of backup domain.
v. The proposed backup solution should support tape mirroring of the same job running
concurrently with primary backup.
vi. The proposed backup solution should allow creating tape clone facility after the
backup process.
vii. The proposed backup solution should support LAN & SAN based data backup and
Disk to Disk to Tape based backup.
viii. The proposed backup solution shall be licensed for all the offered Oracle Database
Servers (clustered with RAC) for both SAN/LAN based backup.
ix. The proposed backup solution should be licensed for all the offered Oracle EBS
Application Servers, Hyperion Server, OBIEE Server, Antivirus Servers and
EMS/NMS Servers for both SAN/LAN based backup.
x. Online backup agents for LAN free backup for all Oracle database servers should be
quoted
xi. The proposed backup solution supports the capability to write up to 32 data streams
to a single tape device or multiple tape devices in parallel from multiple clients to
leverage the throughput of the drives using multiplexing technology.
xii. The proposed backup solution support de-multiplexing of data cartridge to another
set of cartridge for selective set of data for faster restores operation to client/servers.
xiii. The proposed backup solution has in-built media management and supports cross
platform device and media sharing in SAN environment. It provides a centralized
scratched pool thus ensuring backups never fail for media.
xiv. The proposed backup solution has in-built frequency and calendar based scheduling
system
xv. The proposed backup solution has certified “hot-online” backup solution for different
type of databases such as Oracle, MS SQL, Sybase etc.
xvi. The proposed backup software must support open file support for Windows and
Novell Netware.
xvii. The proposed backup solution must be able to rebuild the backup database/catalog
from tapes in the event of catalog loss/corruption.
xviii. The proposed backup solution shall provide granularity of single file restore.
xix. The backup software should support object level restore.
xx. The proposed backup solution shall support synthetic full backup so that an
incremental forever approach may be implemented, where an actual full backup is no
longer necessary as it can be constructed directly from the disk/tape based
incremental backups.
xxi. The proposed backup solution must support at least AES 256-bit encryption

MD/WZ/06/PUR/ADB/ERP-03
A1-44 Annexure I - Technical Requirements

capabilities.
xxii. The internal backup catalogue database should not have a big foot print
xxiii. The backup software should support object based restore option which is one of the
most granular options available with any backup software vendor.
xxiv. The backup software should support instant recovery of SQL and Oracle databases.
xxv. The backup software must be compatible with the Tape Library.
xxvi. The software should support auto detection and configuration of Tape Libraries
xxvii. 1 year of onsite warranty and 3 years onsite AMC on all software and licenses. The
Purchaser may extend the contract for an additional period of three (3) calendar
years on pre approved prices.

4.3 Antivirus & AntiSpam

Item and Description


i. The antivirus solution should provide enhanced antivirus protection for desktops &
servers.
ii. Should have a Centralized Management Console
iii. Should be a Single, Configurable Installation with centralized configuration & policy
management.
iv. Should have a Common Distribution Mechanism via combination of push & pull
Technology for better BW management
v. Should have logical group based on IP addresses (Subnets).
vi. Should support Policy Enforcement
vii. Should have Common, Extensible Scanning Engine
viii. Should have Configurable Scanning.
ix. Should have Unknown Virus Detection & Repair. Should have behavioural &
heuristic scanning to protect from unknown viruses. Should have buffer overflow
protection integrated with AV scan engine for protection from threats/exploits that
uses buffer overflow vulnerability regardless of presence of signature / OS patches
x. Should have Compressed File Detection and Repair
xi. Should have Research Centres for proper updates as well as technologies to support
the outbreak
xii. Should have 24*7 Global Technical Support
xiii. Should ensure security policy enforcement by integrating and centralizing installation,
deployment, management & updating
xiv. Should conserve n/w b/w by updating virus definitions with incremental updates.
Should support daily update for definition files. Size of daily update should be optimal
xv. Should be able to support the Platforms of desktops and servers of the utility

MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-45

xvi. Anti-Virus Software must have the capability to detect and clean Virus
xvii. Should be able to detect new classes of viruses by normal virus definition update
mechanisms
xviii. Should be able to update definitions & scan engine on the fly, without a need for
reboot or stopping of services on servers.
xix. Should be able to add files, folders or extensions to an exclude list so that they are
not scanned on access.
xx. Should enable automatic submissions of unknown/suspected virus samples to
vendor and automatic response/delivery of the cure.
xxi. It should recognize a missed event on a machine, which was switched off, and
restart the same when machine is turned on.
xxii. The anti-virus software should be able to automatically detect and update definitions
and scan engine form the nearest Distributed repository in the network.
xxiii. Should be able to set and monitor client server configuration remotely.
xxiv. Should be able to lock down all anti-virus configurations at the desktop.
xxv. Should be able to view all servers and clients from one console.
xxvi. Should be able to initiate virus sweeps remotely (central command to scan all
machines in case of an outbreak should support folder/directory/share lockdown
centrally to contain virus outbreak.
xxvii. Should support blocking of files based on their name to stop spreading of new
viruses whose signatures are not released. Should support port blocking for unknown
processes (e.g. port 25 is blocked for every process except Outlook.exe). Should
support to automatically block traffic coming to a clean system from malicious /
infected system)
xxviii. Must provide centralized event logging to locate and cure virus problems.
xxix. Alerts on virus activity should be passed on to administrator
xxx. OS installer support- should be incorporated for a standards-based installation.
Should support installation of software package in both format OS Installer & EXE file
xxxi. Should enables administrators to identify which machine has generated a threat that
is spreading by an open file share (for example, Nimda or CodeRed).
xxxii. Should enable administrators to easily move clients (who have changed
departments, for example) from one physical parent server to another simply by
dragging and dropping through the central management console.
xxxiii. Should store event data generated while a client is disconnected from the corporate
network and forwards it when the client reconnects.
xxxiv. Should enables administrators to launch an immediate Live Update session on single
or multiple clients during an outbreak.
xxxv. Should enable administrators to select the events that clients forward to their parent
servers and those secondary servers forward to primary servers.
xxxvi. Should extends virus, worm, and Trojan horse detection capabilities to include

MD/WZ/06/PUR/ADB/ERP-03
A1-46 Annexure I - Technical Requirements

certain non-virus threats, such as Sypware, Trackware, Adware, Dialers, Joke


Programs, Remote Access, and Hack Tools, which can be used with malicious intent.
xxxvii. Should scan the body text and attachments of incoming e-mail messages that are
delivered through POP3 / IMAP mail clients
xxxviii. Auto Protect should be loaded on system startup, and then unloaded on system
shutdown to help protect against viruses, such as Fun Love.
xxxix. Should scan in-memory processes on disk for threats. If a threat is detected, the
running process can be terminated
xl. Should automatic remove Spyware and Adware for easy disposal of security risks.
xli. Should have Side-effect repair to clean up registry entries, files, and browser settings
after hard-to-find Spyware infection.
xlii. Should have enhanced tamper protection that guards against unauthorized access
and attacks, protecting users from viruses that attempt to disable security measures.
xliii. Should use a multi-layered anti-spam approach to combine various blacklisting and
white listing techniques, as well as heuristic detection to stop spam at the earliest
point of network entry providing maximum detection with minimal false positives.
xliv. Should dynamically analyze and tag spam messages by appending custom text, e.g.
“SPAM”, to the subject line. Should provide a high degree of reliability in detecting
spam messages, especially compared to traditional content filtering techniques.
xlv. Should enable administrators to exclude known and trusted domains from real-time
blacklists and heuristic scanning.
xlvi. Should have mechanism to detect and block different threats like polymorphic
viruses, Blended Viruses
xlvii. Should support spam based filtering rules.
xlviii. Should protect against new virus classes that traditional virus definitions alone
cannot address. The engine updates should be automatically applied as
administrators download new virus definitions—without stopping or restarting
scanning services.
xlix. Should have central server management for virus and Spam mails. The central
server should have web-based GUI for administrators to access these quarantine
mails for further inspection
l. Should incorporate intelligent, rules-based content filtering to prevent unwanted
content from entering and confidential information from leaving the network.
li. Should update automatically with new virus definitions from internet to keep your
protection up-to-date.
lii. Should protect against new viruses without requiring re-installation of software,
helping to reduce the cost of ownership.
liii. User/Group Based Rules - User/Group based rules should provide the ability to
assign rules to only apply to a certain group of users or create global rules with
exceptions. Users and groups can be taken from active directory or they can be
entered using full email addresses or wild cards.

MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-47

liv. Attachment Content Scanning – Should scan for content contained within most file
types including Microsoft Office documents, Adobe Acrobat, text, RTF, and database
files.

lv. True-file Typing for Multimedia and Executables – Should block/Quarantine


multimedia and/or executable files based on true file type (regardless of file
extension). One of the following dispositions should be applicable: delete attachment,
delete message, quarantine file, or log only.
lvi. Graphical Reports– Reports should be generated that include charts and graphs to
provide a clear picture of virus, filtering, and spam activity within an organization.
lvii. Should have different log database for detection event and product. Should provide
multiple scanning options like – proactive scanning, Background scanning,
Transport level scanning. Should provide scanning of nested archived files for at
least 30 times
lviii. 1 year of onsite warranty and 3 years onsite AMC on all software and licenses. The
Purchaser may extend the contract for an additional period of three (3) calendar
years on pre approved prices.

4.4 High Availability OS Clustering Software (DB and Application Servers)

Item and Description


i. Database server shall be in high availability cluster
ii. Cluster Based File system is required for each of the node within the cluster.
iii. The cluster solution must be able to provide fail-over to the other system for any
failure arising in one of the system due to:
 Hardware
 Operating System
 Oracle Database
 Server failure
 Any other failure
iv. Dedicated Physical/virtualized server for Database failover is mandatory as per
CISC/RISC/EPIC server Architecture mentioned in section vi.
v. The High Availability cluster shall be with adequate redundancy and with equal
performance and configuration, and will have access to the same database and
storage.
vi. There shall be independent, redundant heartbeat for each cluster.
vii. The solution shall provide for all the necessary hardware and software components,
licenses required for high availability and clustering as per proposed
CISC/RISC/EPIC (Linux/UNIX) Server Architecture (Standalone or Virtualized server)
for DC and DR.
viii. Once the failed system comes up there should revert back to the original
configuration automatically. Option for reverting back manually should also be
available

MD/WZ/06/PUR/ADB/ERP-03
A1-48 Annexure I - Technical Requirements

ix. No committed transactions should be lost in case of failure of clustered component.


x. The proposed solution of implementing the fail-over must be explained in detail in the
technical proposal along with logical diagrams. The documentation should identify
the failure scenarios (for ex. Failure of a partition, failure of a server with multiple
components).
xi. Necessary software for automatic cluster failover to be supplied. It should be
seamless failover without manual intervention. The users should be transparent to
this switching.
xii. 1 year of onsite warranty and 3 years onsite AMC on all software and licenses. The
Purchaser may extend the contract for an additional period of three (3) calendar
years on pre approved prices.

4.5 Enterprise Management System & Network Management System (EMS/NMS)

Item and Description


General
i. The Solution shall provide future scalability of the whole system without major
architectural changes.
ii. Solution shall support Web Interface
iii. Solution shall be open, distributed, scalable, and multi-platform and open to third
party integration
iv. All the proposed EMS and NMS solution should be from a single vendor
v. The Configuration Management Data Base (CMDB) should further have out of the
box integrations with all the other proposed components.
vi. Service Level Management (SLM) to quantify Service Level Agreements (SLA). The
SLM should also have capabilities to apportion appropriate priority from infrastructure
components and service components to compute SLAs.
vii. The solution should have capability to integrate with ITIL V3 based help desk.
viii. Professional services of OEM to be included for supporting the installation, software
support, upgrades & updates.
ix. All the required database licenses will be supplied as per given EMS/NMS solution.
Vendor will bundle the price of database licenses cost with the cost of supplied
module.
x. Oracle Database should be monitor through EMS/NMS Oracle Database
Performance Monitoring software and supplier should provide the required
number of EMS/NMS licenses to monitor the offered database.
xi. All the offered server should be monitor through EMS/NMS Server Management
and monitoring software and supplier should provide the required number of
EMS/NMS licenses as per the offered servers.
xii. Vender must ensure that the EMS/NMS solution must be inline with the supplied
items eg. if the vendor is supplying the server hardware based on virtualization
than the EMS/NMS solution must be provided with suitable product to support
virtualization without any extra cost and for the standalone servers EMS/NMS
must be as per standalone solution.

MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-49

Network Fault Management


i. The Proposed Network Fault Management consoles must provide web based
topology map view from a single central console. The system should provide
discovery & inventory of heterogeneous physical SNMP enabled network devices like
Layer-2 & Layer-3 switches, Routers and do mapping of LAN & WAN connectivity
with granular visibility up to individual ports level.
ii. The discovery should be able to identify and model router redundancy using vendor-
specific protocols (like VRRP or equivalent) so that alarms generated from these
virtual addresses are automatically excluded.
iii. The proposed system must support multiple types of discovery to discover network
devices
iv. The system must deduce the root cause of the problem and in topology it should
visually pinpoint single impacting device, as well as other impacted devices in
different colour each.
v. Proposed Fault management must provide Spotlight views for Router Redundancy,
VLAN list and VPN list. When clicked on a particular VLAN from VLAN List,
participating devices only for that particular VLAN gets listed.
vi. Proposed fault management should display connecting link between two devices and
port labels in same web GUI once clicked on a particular link. If there are multiple
links between two devices all the multiple links between two devices and their
connected port labels must be visible in same web GUI.
vii. Synchronized Discovery is required in order to reduce effort to discover devices again
in performance management engine. Devices once discovered in groups in Fault
Management should be imported directly into groups inside performance
management engine without a need to run separate discovery in performance
management engine.
viii. The system should provide capability to measure & report on response time for
common TCP/IP applications using test on routers: HTTP, HTTPS, DNS, FTP, SNMP,
ICMP
ix. The system should support secure device configuration capture and upload and
thereby detect inconsistent “running” and “startup” configurations.
x. The proposed system should be able to administer configuration changes to network
elements by providing toolkits to automate the following administrative tasks of
effecting configuration changes to network elements like Capture running & startup
configuration, Upload configuration , Upload firmware , Write startup configuration.
xi. The proposed tool should display configuration changes differences in GUI showing
modified, remove, masked lined from last captured network configurations for routers
and switches. Also this should be able to identify which user has made changes or
modifications to device configurations through Fault Management Tool.
xii. The proposed service management system should provide a detailed business
service dashboard view indicating the health of each of the departments / offices in
the organization and the health of the services they rely on as well as the SLAs.
xiii. The system should provide an outage summary that gives a high level health
indication for each service as well as the details and root cause of any outage.
xiv. The system must be capable of managing IT resources in terms of the business
services they support, specify and monitor service obligations, and associate
users/Departments/ Organizations with the services they rely on and related
Service/Operational Level Agreements.

MD/WZ/06/PUR/ADB/ERP-03
A1-50 Annexure I - Technical Requirements

xv. Proposed solution must support defining services; SLA’s, guarantee and associate
them to service definition.
xvi. SLA violation alarms must be generated to notify whenever an agreement is violated
or is in danger of being violated.
Network Performance Management
i. The Network Performance Management consoles must provide a consistent report
generation interface from a single central console.
ii. This central console will also provide all required network performance reports
(including latency, threshold violations, packet errors, availability, bandwidth utilization
etc.) for the network infrastructure.
iii. The proposed system shall collect, analyze and summarize management data from
LAN/WAN, MIB-II interfaces and various servers for performance management.
iv. The proposed system shall provide Performance of Network devices like CPU,
memory & buffers etc, LAN and WAN interfaces and network segments.
v. The proposed system shall provide easy to read representations of health, utilization,
latency and availability.
vi. It shall provide Real time network monitoring and Measurement offend-to-end
Network performance & availability to define service levels and further improve upon
them.
vii. The proposed system must have a report authoring tool built-in which will enable
complete customization flexibility of performance reports for network devices and
monitored servers.
viii. The tool should provide a live exceptions list displaying the various health and
threshold exceptions that are occurring in the managed infrastructure.
ix. The tool should provide an integrated performance view for all the managed systems
and networks along with the various threshold violations alarms in them. It should be
possible to drill-down into the performance view to execute context specific reports
x. The tool should have the capability to configure different polling speeds for different
devices in the managed infrastructure with capability to poll critical devices using 30
second poll periods.
xi. The system must provide the following reports as part of the base performance
monitoring product out-of-the-box to help network operators quickly identify device
problems quickly:
 Reports to present a single graph of a single variable (e.g. CPU utilization) for
multiple devices across time. This would help network operators & IT managers plan
or capacity and identify long drawn problems
 Reports to present a list of elements that exceed / fall below a particular
threshold value. This would help network operators to identify elements that share
specific performance characteristics (for example, to identify over utilized elements,
you would run a Top-N report for all elements whose bandwidth utilization exceeds
90% or availability falls below 95%)
 Reports to perform capacity planning by observing the effect of changes in
capacity.
 Service Level Reports to analyze & display service level information for
evaluation of the performance of all the systems, routers, and LAN/WAN segments,
within that department.
 Health Reports to analyze and evaluate the health of the infrastructure. With this

MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-51

information, operators should be able to determine how efficiently applications and


systems are running, whether critical resources are available, and what capacity
planning initiatives make sense.
xii. The proposed system should be able to auto-calculate resource utilization baselines
for the entire managed systems and networks and allow user to set corresponding
upper and lower threshold limits. Baseline setting should be as follows out-of-the-box:
 The proposed system should use intelligent alarm algorithms to learn the
behaviour of the network infrastructure components.
xiii. Tool should help in determining whether right traffic is flowing through or it is rogue
traffic which is not required. Tool should provide deep traffic visibility by providing
insight on type of traffic flowing through QoS Policies defined. This should help in
pinpointing which type of traffic as specified in particular QoS Policy is in excess and
is causing degradation on another application traffic sharing the same QoS pipe.
xiv. The proposed solution must be able to monitor and report on unique protocols per
day and display utilization data.
xv. The system should analyze entire network traffic and alert via SNMP trap and logs of
any suspicious activity on the network and send it to central network console.
xvi. The solution must provide report on the following network parameters: Rate,
Utilization, Byte Count, Flow Count, IP hosts with automatic DNS resolution, IP
conversation pairs, Router/interface with automatic SNMP name resolution, Protocol
breakdown by host, link, AS number, BGP next hop address/next hop address,
IPv4/IPv6 addresses.
Server Management& monitoring
i. The proposed tool must provide availability and performance for server nodes and
deliver scalable, real-time management of critical systems.
ii. The proposed tool should be able to monitor various operating system parameters
such as processors, memory, files, processes, file systems, log files ,daemons etc.
iii. It should be possible to configure and define thresholds for warning/critical states and
escalate events to event console of enterprise management system.
iv. The proposed tool should integrate with network performance management system
and support operating system monitoring for various platforms including Windows and
LINUX/UNIX.
v. Proposed tool should integrate with network fault management to send traps and
integrate with network performance system to generate centralized network & server
performance reports.
vi. The tool must provide capability to monitor service availability of various services from
Data centre using tests conducted from sample desktops\servers within Data centre:
 DNS - The DNS test should monitor the amount of time required to resolve an IP
address for a specified server.
 FILE I/O - The File I/O test monitors the amount of time required to perform one
of the following operations on an NFS or SMB file system:
o Reading a file
o Writing to a file
o Writing to a file and then reading it
o Comparing two files
 SQL Query - The SQL Query test should monitors the amount of time required to
connect to any database that supports JDBC and can execute SQL queries.

MD/WZ/06/PUR/ADB/ERP-03
A1-52 Annexure I - Technical Requirements

Oracle Database Performance Monitoring


i. The proposed database performance management system shall integrate network
and server performance management systems and provide the unified view of the
performance state in a single console.
ii. It should be able to automate monitoring, data collection and analysis of performance
from single point.
iii. It should also provide the ability to set thresholds and send notifications when an
event occurs, enabling database administrators (DBAs) to quickly trace and resolve
performance-related bottlenecks.
iv. Database performance management solution for Distributed RDBMS must include
hundreds of predefined scans for monitoring various database, operating system and
network resources. This should minimize the need to write and maintain custom
scripts. If a special monitoring situation exists, you can modify an existing scan to
meet your requirements.
v. With respect to user-defined parameters, the tool should report conditions that exceed
thresholds and automatically takes corrective actions based on pre-defined scripts
and DB scans.
vi. The event management system must send alerts for an array of server conditions,
including inadequate free space, runaway processes, high CPU utilization and
inadequate swap space.
vii. The tool should have the ability to create real-time or historical custom graphs and
stacks for comparison, correlation and trending across any collected database or
database server
viii. The database performance management solution must be able to trace and analyze
resource-consuming SQL statements.
ix. The database performance management solution must have a console to enable
users to monitor, analyze and take corrective action from a centralized point using
pre-defined scripts and DB scans. It should also include a platform-independent,
browser-based console to monitor performance from remote locations.
Client Automation Management
i. The proposed solution shall provide a comprehensive client automation solution that
provides the following functionality –
 Hardware inventory
 Remote administration of desktops/laptops
ii. The proposed solution shall provide reporting, tracking and management capabilities
across an extensive list of windows platforms for desktops and laptops like Windows
XP, Windows Vista, Windows7, etc.
iii. The proposed solution shall provide a single agent (with multiple-plugins) for specific
functionality such as inventory management, software delivery and remote control.
iv. The proposed solution shall automatically discover new systems that enter the
corporate network. It shall discover all connected devices using a combination of
traditional IP-based discovery supplemented with continuous, active discovery
capabilities. It shall assign newly discovered devices a proper OS classification.
v. The proposed solution shall provide predefined policies to determine whether the
asset should be fully inventoried by actively scanning the system. Settings can then
be adjusted to gather specifics, such as user preferences and printer information.

MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-53

vi. The proposed solution shall generate precise hardware inventory (using agent
technology) by detecting and reporting on detailed inventory factors such as serial
numbers, CPU information, total RAM, internal and peripheral disc drives, OS
versions and service packs, network settings, and power settings.
vii. The proposed solution shall store inventory information with date stamps. When a
value changes, the solution should be able to track changes or should be reported.
Key inventory items, changes in configuration, and others shall also be tracked over
time and reported on.
viii. The proposed solution shall provide a scripting language that allows changing
settings, including registry information, on any desktop from a central location,
increasing efficiency. This script language can also be used to build customized
inventory modules for collecting company-specific information (such as
department/project number).
ix. The proposed solution shall centrally control and manage installing, reinstalling,
configuring and uninstalling software on the full range of enterprise devices. These
include desktops and laptops, servers and midrange systems
x. The proposed solution shall provide built-in work flows and error controls to keep
track of what has been delivered and where. Automatic retries and extensive error
reporting shall be available.
xi. The proposed solution shall automatically detect when it is executing in a Terminal
Server environment and arranges software installations correctly.
xii. The proposed solution shall allow sequential jobs to occur only if previously
dependent jobs succeed. If an installation in a sequence fails, all steps should be
automatically rolled back, returning the system to its previous working state
xiii. The proposed solution shall allow multiple distribution jobs to be linked so that the
subsequent job will not start until all targets of the previous job return a successful
state.
xiv. The proposed solution shall allow any number of computers and/or users to be
grouped together in a distribution group, making it easy to schedule a software
package for a certain group. Any system or user can be a member of multiple groups.
xv. The proposed solution shall allow creation of dynamic distribution groups based on
relevant criteria. They can be built using search parameters presented to the
asset/inventory management component.
xvi. The proposed solution shall simplify the remote control deployment by having agents
that automatically register with the specified management server upon installation.
xvii. The proposed solution shall automatically store session information in the
management console allowing administrators to track who has connected, when they
connected, the length of the connection and any invalid login attempts for each
managed system.
xviii. The proposed solution shall provide chat, file transfer and recording facility for all
active sessions.
xix. The proposed solution shall Protects data stream, file transfers, chat sessions,
keyboard and mouse input with DES3 encryption using 128-bit keys.
xx. The proposed solution shall allow users can connect to remote Windows and Linux
systems using a local area network (LAN), broadband Internet, or dial-up connection.
xxi. The proposed solution shall control the maximum amount of network bandwidth that
the product is allowed to use.

MD/WZ/06/PUR/ADB/ERP-03
A1-54 Annexure I - Technical Requirements

Service Desk and Service Level Management


Service Desk:
i. The proposed solution shall provide a web based service support system to automate
incident, problem, change, knowledge management, interactive support, self-service
and advanced root cause analysis
ii. The proposed solution shall support request management, problem management,
configuration management and change order management.
iii. The proposed solution shall provide end-users the flexibility of logging, viewing,
updating and closing service requests and incidents using a web-based interface.
iv. The proposed solution shall provide administrators (service desk analysts) the ability
to use a fully-functional web-interface
v. The proposed helpdesk solution must have the ability to track work history of calls to
facilitate troubleshooting.
vi. The proposed solution shall provide an identity management system that allows
user/role management and integration with authentication systems such as LDAP/AD.
vii. The proposed solution shall provide the facility to register incidents via e-mail.
viii. The proposed solution shall provide appropriate standards based integration
mechanisms (such as CLI/Web-services) that allow infrastructure management
solutions to automatically register incidents.
ix. The proposed solution shall provide classification to differentiate the incident via
multiple levels/tiers of categorization, priority levels, severity levels and impact levels.
x. The proposed solution shall provide the ability to associate each incident with multiple
activity logs entries via manual update or automated updates from other security or
infrastructure management tools.
xi. The proposed solution shall provide the flexibility of automated incident assignment
based on metrics such as analyst workload, category and location.
xii. The proposed solution shall support definitions of escalation policies for multiple
escalation levels and notification to different personnel via window GUI/console with
no or minimum programming.
xiii. The proposed solution shall provide the flexibility of associating the escalation policy
with different criteria like device/asset/system, category of incident, priority level,
organization and contact.
xiv. The proposed solution shall provide a web-based knowledge base that assists in
finding, organizing, and publishing knowledge articles that aid in self-service & faster
turn-around time.
xv. The proposed solution shall provide a web-based report authoring solution that
provides role-based access to existing report content, creation of new reports and ad-
hoc/scheduled reporting.
xvi. The proposed solution shall provide status of registered calls to end-users over email
and through web.
xvii. The proposed solution shall support tracking of SLA (service level agreements) for
call requests within the service desk through service types (that define
response/resolution time)
xviii. The proposed solution shall provide a fully functional CMDB (Configuration
Management Database) as an integral part of the service desk and should be
accessible from the same interface.

MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-55

xix. The proposed solution shall provide a Change Order Schedule calendar to track
scheduled changes
xx. The proposed solution shall support version control for defined Configuration Items.
xxi. The proposed solution shall support multi-tenancy to enable different tenants
(departments/customers) to use the same physical instance of the service desk.
xxii. The proposed solution shall provide agent-less remote administration tools (chat,
software/hardware inventory, file transfer, registry and file-system editing, screenshot
capture, remote control and reboot/reconnect) to the analyst for faster resolution of
desktop related incidents.
xxiii. The proposed solution shall automatically log all the remote desktop sharing activities
into the service desk request/incident.
xxiv. The proposed solution shall provide a distributed and scalable architecture that caters
to growth in number of analysts, end-users and call volumes.
Service Level Management
i. The solution must provide a flexible framework for collecting and managing service
level templates including Service Definition, Service Level Metrics, Penalties and
other performance indicators.
ii. The solution must have a unified repository to capture and manage all service level
templates.
iii. The solution must provide detailed control of the metrics that is being collected
iv. The solution must contain out-of-the-box content for best practices frameworks such
as ITIL.
v. The solution provide document repository capabilities for supplemental documents
associated with SLAs, SLA Management & Reporting process
vi. The solution supports service catalog look & feel and content customization to follow
the organization services structure.
vii. The solution must support visual management of service level agreements
viii. The solution must support management of service level agreement in a central
repository.
ix. The solution most support Service Level Agreements Lifecycle Management
including Version Control, Status Control, Effectively and audit Trail
x. The solution most allow for customization of the service level agreement.
xi. Support for Defining and Calculating service Credit and Penalty based on clauses in
SLAs. Support for Defining and Calculating service Bonuses based on clauses in
SLAs
xii. The solution must support weighting of Service Level Indicators
xiii. The solution must support targets by time period and manage time zones for service
levels
xiv. Manage scheduled and un-scheduled maintenance windows
xv. The solution must provide a configurable, printable version of SLA.
xvi. The solution support SLA document templates management and configuration
xvii. The solution must support SLA approval/validation workflow
xviii. Integration of SLA Creation & Reporting/Monitoring modules
xix. The solution must support delivery mechanisms to indicate/notify whether SLA targets
are being achieved or violated

MD/WZ/06/PUR/ADB/ERP-03
A1-56 Annexure I - Technical Requirements

Dashboards
xx. The solution most has an integrated dashboard
xxi. View of Services & current SLA performance
xxii. The solution supports SLA Alerts escalation and approval process.
xxiii. The solution must support capabilities for investigating the root causes of failed
service levels.
xxiv. The solution must provide annotation capabilities that must appear in reports
generated against the service level.
Reporting
xxv. The solution supports historical and concurrent service level reports.
xxvi. Design, customize, & Generate reports easily & based on User Roles
xxvii. The solution must provide capabilities for minimizing the administrative overhead in
generating and creating reports.
xxviii. The system must include the ability to generate customer SLA document from SLA
information entered in the solution
xxix. Reports should be created in a friendly manner using visual tools and wizards without
any code or database query configuration.
xxx. Report module and SLA Management module must be integrated to provide ease-of
reports configuration and execution.
xxxi. Automatic Report creation, execution and Scheduling
xxxii. The solution must support a wide variety of export formats including Microsoft Word,
Adobe PDF etc
xxxiii. The solution must support Templates for report generation
xxxiv. Report Filtering and Consolidation
xxxv. The solution supports management of reports in a central reports repository
organized by folders.
xxxvi. The solution most allows the distribution of reports to appropriate roles/people,
through Web-based interface/ Web Portal, or via email.
i. 1 year of onsite warranty and 3 years onsite AMC on all software and licenses. The
Purchaser may extend the contract for an additional period of three (3) calendar years
on pre approved prices.

MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-57

5 Non-IT Infrastructure Technical Specifications


5.1 Data Cabinet – 370 Liters

Item and Description


i. The safe shall have original and duplicate sets of keys made out of nonmagnetic
stainless steel. No lock shall open by other than its own specific keys.

ii. Computer Grey, Polyurethane (PU) paint. Protects from fire, dust, heat, moisture,
magnetic fields, electrostatics and accidental damage.

iii. Anti-corrosive paint

iv. Designed to withstand temperatures up to 1000 degree C for over an hour. Average
Internal temperature below 30 degrees C after 60 minutes of testing in furnace. Average
internal temperature below 44 degree C after a 6-hour soak out period.

v. Adjustable shelves and pull out trays are available optionally.

vi. Fire endurance and 1 hr. Fire & Impact Test.

vii. The vendor shall carry out the installation of the safes at the specified locations / site at
his cost and responsibility.

viii. 1 year of onsite warranty and 3 years onsite AMC. The Purchaser may extend the
contract for an additional period of three (3) calendar years on pre approved prices.

5.2 Civil and Furnishing Work

Item and Description


1 IPS Flooring
IPS flooring (for false floor area) having cement mortar 1:3 ratio with special grid to
make it strong. The upper layer must receive cement slurry with necessary structure to
withstand thermal stress. Rates to include curing complete in all aspects. Cost to
include removal of any existing floor.
2 False flooring( 450mm clear height )
i. The Access Floor System shall comprise 600mm x 600mm square panels,
understructure and labour, material, equipment and installation as called for in the
specifications. Cost to include 4 nos. of lifting suction devices.
ii. Armaduct (16mm Class 1, Insulation under False floor (near PAC area) in Server Farm.
iii. Steps for entry to Server Farm
iv. Ramps for transport of equipment in Server Room.
3 False Ceiling Work
Grid False Ceiling / Modular false ceiling

MD/WZ/06/PUR/ADB/ERP-03
A1-58 Annexure I - Technical Requirements

Providing & Fixing of Armstrong(USA)/Nittobo/AMF or equivalent clip in metal ceiling


System on the entire second floor consisting of 600x600mm clip in tiles of pre coated
galvanized steel in 0.5 mm thickness with bevel edge in white colour with standard
perforation of 2.5mm dia & open area of 16%. The back of the tile should have black
acoustical fleece. The NRC should not be less than 0.70 with suitable paint finish and
suspension system. The entire ceiling is to be covered with false ceiling.
Providing Acoustical felt Treatment: Providing and fixing non-woven felt made of
glass reinforced fibre glued over the perforated tile for the purpose of sound absorption.
Wastage-Cut tile 300mm x 300mm shall be considered as complete tile for
measurement. Nothing extra shall be paid for making cutouts for light fixtures and other
equipments and also for providing extra frame work for the same along with extra
framing required near columns etc. Charges shall be considered on the total laid area in
square feet.
4 Trap Doors
Providing and fixing trap doors for access to the areas above false ceiling. The trap door
shall have an external frame made of 50 MM x 50 MM M.S angle frame in Enamel Paint
on which M.S Powder Coated 16 gauge sheet shutter is hinged. Concealed heavy duty
hinges shall be used to mount the shutters and locking shall be provided with panel
locks. The shutter shall be molded in level with the false ceiling forming a groove all
around. Sufficient number of hinges and locks shall be provided to avoid sagging of the
shutter. Key also shall be supplied. The colour of frame and shutter to match with false
ceiling colour No extra rate shall be provided for suspenders or frame works around for
linking the trap door to gypboard false ceiling.
5 Fire Rated Doors
Fire Rated Door Providing and fixing 2hrs fire rated steel door of size 4’X7’ & thickness
40/45mm for Server rooms, UPS room, control room and entry to secure area &
Emergency exit with a Vision Panel of 380mm Dia of 2hr fire rated glass, SS ball
bearing butt hinges, motorize sash lock, SS lever with the internal thumb turn & external
key operation with heavy duty door closer.
FIRED RATED DOOR for Server Room:
Providing and fixing 2hrs fire rated 40/45mm thick steel door of size 5’X7’ for server
room with a Vision Panel of 380mm Dia of 2hr fire rated glass, SS ball bearing butt
hinges, motorize sash lock, SS lever with the internal thumb turn & external key
operation with heavy duty door closer.
6 Windows
View panels at Server farm-Al louvered windows sections and 4mm thick. Toughened
glass louvers.
7 Storage Units for Goods/File Keeping.
Providing and fixing the 450 MM wide Storage in form of polished / painted shelves and
backing plywood but without shutters finished in laminate. The storage units shall made
in 19mm thick plywood and finished in laminate of approved shade including top. The
storage units shall have intermediate shelves made in 19mm thick plywood with
matching wood lipping. The storage shall have matching wood edge moulding. This also
includes providing necessary hardware like handles, hinges, locks, tower bolts etc of
approved make. All exposed wooden surfaces shall be stained to shade as directed by
the Engineer Incharge / Consultant of Discom
8 Running Counter For Control Room and NOC

MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-59

i. Supply and fixing of running counter 2'-0" wide with top made up of 19mm thick ply with
laminate of 1.0mm thick on top as approved by the Engineer Incharge / Consultant and
wooden beading/ moulding all round melamine polished. The table to include an
keyboard tray for every 4 ft length. The works to include all hardware fittings fixtures etc.
All exposed edges to have wooden lipping stained to match the desk and melamine
finished. Design and detail of the table shall be as per Engineer Incharge / Consultant of
Discom design. All the visible external surface except top to be in veneer finish.
ii. Control room console to house the TFT monitors, Fire Alarm panel, Gas release panel
etc.
9 Security Desk outside of Server Room.
Fabricating and fixing Security desk in curved profile as per design and requirement by
Engineer Incharge / Consultant of Discom. The vertical supports and the front panel will
be made of 2 nos of 19mm ply faced with veneer / granite.
10 Sofas in Guest area outside of Server Room. (3+1+1 sitting capacity)
Sofa seating: Providing and supplying sofa seat made out of 50MM x 50MM TW
Frame/MS frame, springs, 100 MM thick. Foam for seat & 75MM foam for back covered
with white cloth on back side & upholstered complete in all respect.
11 Furniture
i. Computer chairs Godrej or Equivalent.
ii. Visitor Chairs Godrej or Equivalent
iii. Chairs in Main cabins Godrej or Equivalent
iv. Senior Executives Table Finesse with storage Godrej or Equivalent

5.3 600 KVA or Higher DG SET with all the auxiliaries

Item and Description


Supply of 600 KVA or Higher DG set with all the auxiliaries and peripherals as mentioned in
the scope of work including but not limited to Diesel Engine, Alternator, Battery, Battery
charger, Acoustic enclosure, Control panel, Diesel tank etc. as per the specifications and
requirement to complete the smooth operation of DG Set.
1 Providing, Installing, Testing & Commissioning of 'Silent Type' Diesel Generating set along
with having Prime Power Rating of 600 KVA,415 volts at 1500RPM, 0.8 lagging power factor
at 415 V suitable for 50Hz 3 phase system and for 0.85 load factor consisting of followings :-
i. Diesel Engine :-
Diesel Engine 4 Stroke water cooled, electric start of suitable BHP at 1500 RPM suitable for
above output of alternator at 40ºC, 50 % RH & at 1000 meter MSL and conforming to BS
5514, BS 649, IS 10000, Capable of taking 10% overloading for 1 hour after 12 hour of
continues operation. The engine will be fitted complete with all the required accessories- 1
(ONE) Number
ii. Engine mounted Instrument Panel fitted with and having digital display for following:-
(i) Star- Stop switch with key
(ii) Water temperature indication
(iii) Lubrication oil pressure indication
(iv) Lubrication oil temperature indication
(v) Battery charging indication
(vi) RPM indication ]
(vii) Over speed indication
(viii) Low Lub. Oil trip indication

MD/WZ/06/PUR/ADB/ERP-03
A1-60 Annexure I - Technical Requirements

(ix) Engine Hours indication


iii. Alternator :-
Synchronous alternator rated at 600KVA, 415V at 1500RPM, 3 phase 50 Hz, AC supply with
0.8 lagging power factor at 40ºC, 50% RH & at 1000 Meter MSL. The alternator shall be
having SP DP enclosure, brushless, continuous duty, self exist excited & self- regulated
through AVR conforming to IS : 4722/ BS 2613 suitable for tropical condition and with class -
F/H insulation- 1(one) Number.
iv. Base Frame & Foundation
Both the engine alternator shall be mounted on suitable base frame made of MS channel with
necessary reinforcement which shall be installed on suitable cement concrete foundation and
vibration isolation arrangement as per recommendation of manufacturer- 1(One) Set
v. Fuel Tank:-
Daily service Fuel tank of 990ltrs. liters capacity fabrication out of 2mm thick M.S. sheet
complete with all standard accessories and fuel piping between fuel tank and Diesel engine
with MS class 'C' pipes of suitable dia. Complete with valves, level indications & accessories
as required as per specifications- 1(one) Number.
vi. Exhaust System:-
Dry exhaust mainfold with hospital exhaust silencer and catalytic convertor-1(One) Set
vii. Starting System:-
12V/24V DC starting system comprising of starter motors: Voltage regulation and arrangement
for initial excitation complete with suitable nos. of batteries (25 plates, 180 Amp. Hour capacity
lead acid type) as required as per specifications-1(One) Set.
viii. Acoustic and weather proof enclosure with arrangement for fresh air intake for cooling if the
engine & alternator, extraction, discharging hot air in to the atmosphere as per specifications -
1(One) Set.
2 Fabrication, Installing, Testing, Commissioning of automatic mains failure control including
automatic mains failure controls including auto by- pass panel, suitable for 600 KVA silent type
DG set complete with relays, timers, set of CTs for metering & protection and energy analyzer
to indicate currents, phase and line voltages, frequency, power factor, KWH, KVARH &
provision for overload, short circuit, restricted earth fault, under frequency, control cabling from
AMF panel to diesel engine and elsewhere if required, all complete and inter locking including
the following :- 1(One) Set
i. 01 Nos. 1000Amp. 4 pole / 4 pole manual draw-out draw out** with cradle type 3 position ACB
with electromagnetic/electronic** release for O/C & E/F and shunt trip.
ii. Auto/Manual/Test/Off selector switch
iii. 2 Nos. over voltage relay, 2 Nos. reverse power relay and Nos. under voltage relay.
iv. 3 Sets of control transformers 15 P 10 accuracy for protection and 15 VA class-I for metering
v. Energy analyser unit to indicate current voltage frequency power factor and KWH
vi. Indicating lamps for load on set
vii. Fuse of instruments
viii. Battery charger, complete with transformer/ rectifier, D.C. Voltmeter and ammeter, selector
switch for trickle, off and boost and current adjustment
ix. Main supply failure monitor
x. Supply failure timer
xi. Restoration timer

MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-61

xii. Control unit with three impulse automatic engine start/stop and failure to start lockout
xiii. Impulse counter with locking and reset facility
xiv. ON/OFF/Control circuit switch with indicator
xv. Audio/Video annunciation for:
(i)High water temperature
(ii) Low lubrication oil pressure
(iii) Engine over speed
(iv) Engine failed to start
(v) Full load/maximum load warning
3 Supplying and fixing exhaust gas piping of suitable dia. Welded black MS, B Class pipe
confirming to IS:3589 cut to required lengths and installed with necessary bends, supports and
clamps, anti-vibration mountings, insulation of exhaust system with mineral wool/Rockwool,
50mm thick wire mash& cladding etc., as required as per specifications- 1(One) Set
i. Supply op f 1 no XLPE insolated aluminium conductor armored cable of 1.1KV grade 3-1/2
core 300sq.mm confirming to latest IS standard- 120 mtrs.
ii. Laying and fixing of 1 Nos XLPE insulated aluminium conductor power cable 1.1KV grade of
size exceeding 120 sq mm but not exceeding to 300sqmm including excavation and protected
covering and refilling the trench in the ground etc. as required - 120 mtrs.
Earthing
i. Earthing with GI/Copper** earth plate 600mm X 600mm X6mm/600mm X 3mm thick**
including accessories, providing masonry encloser with cover plate having locking
arrangement and watering pipe etc. ( but without charcoal or coke and salt) compete as
required- 4(Four) sets
ii. Extra for using charcoal and salt for G.I./Copper plate** earth electrode as required- 4(Four)
sets
iii. Providing & Fixing 25mm X 5mm GI/Copper strip** in 40mm size medium class G.I. Pipe from
earth electrode in ground, as required- 60 Meters
Civil work
i. Making PCC foundation completes 1:2:4, M-20 grade of apx. depth of 400mm and 150mm
height above ground level the length & breadth of foundation should be at least 350mm more
than the size of enclosure of the OEM/OEA- 01(one) set

5.4 Electrical Work

Item and Description


A Electrification work
Item and Description
1 Supply Installation Testing & Commissioning (SITC) of 3 - Phase, 6 way Distribution Board
for UPS power, with 63 Amp 4 pole MCB as incomer and 20A/32A DP MCB as outgoing,
duly prewired, ready to use, IP 42 protection. Including all necessary hardware&
accessories complete, material and labour as per specification and requirement of the
Purchaser for 60 KVA UPS DB.

MD/WZ/06/PUR/ADB/ERP-03
A1-62 Annexure I - Technical Requirements

2 Supply Installation Testing & Commissioning (SITC) of 3 - Phase, 8 way Distribution Board
for lighting and raw power, duly prewired with 63 Amp 4 pole MCB as incomer and 6 to 20A
SP MCB as outgoing, prewired, ready to use, IP 42 protection. Including all necessary
hardware & accessories complete, material and labour as per specification and requirement
of the Purchaser. For Lighting and raw power.
3 Supply, Installation, testing and commissioning of 3 X 36W CFL lighting fitting including all
necessary hardware& accessories complete, material and labour as per specification and
requirement of the Purchaser.
4 Supply, Installation, testing and commissioning (SITC) of 2 X 18W CFL, with reflector,
lighting fittings, recessed mounting, prewired, ready to use with 2 nos. of Milky white 18W
CFL including all necessary hardware & accessories complete, material and labour as per
specification and requirement of the Purchaser.
5a Supply, Installation, testing and commissioning (SITC)LED Spot lights with necessary
power supply, With light dimmer for every 4 lights Make : Philips / Equivalent
5b Supply, Installation, testing and commissioning Halogen 10W Spot lights with necessary
power supply With dimmer for every 4 lights Make: Philips / Equivalent
6 Supply, Installation, testing and commissioning (SITC) of 1 phase Industrial socket ( for
Utility point) having 20/32 Amp MCB or as per offered Server/Network Rack including all
necessary hardware & accessories complete, material and labour as per specification and
requirement of the Purchaser
7 5/15 Switch-Socket - Raw Point - Point wiring using 25mm dia MS conduit of 16SWG,
1.1 KV grade 2.5 sq mm FRLS Cu flexible wire for P + N + E including supply of wire,
switch, socket and GI Box. Job includes making of "Jarri" in the wall and making the
surface good. Including all necessary hardware& accessories complete, material and
labour as per specification and requirement of the Purchaser. For point wiring having
following length
7a Average Point length upto and inclusive 8 to 12 Mtr.
7b Average Point length above 12 Mtr and upto and inclusive 16 Mtr.
7c Average Point length above 16 Mtr and upto and inclusive 32 Mtr.
8 Computer Point 2 switch & 4 socket- Point wiring using 25mm dia MS conduit of
16SWG, 1.1 KV grade 2.5 sq mm FRLS Cu flexible wire including supply of wire,
switch, socket and GI Box. Job includes making of "Jarri" in the wall and making the
surface good. Including all necessary hardware& accessories complete, material and
labour as per specification and requirement of the Purchaser. For point wiring having
following length
8a Average Point length upto and inclusive 8 to 12 Mtr.
8b Average Point length above 12 Mtr and upto and inclusive 16 Mtr.
8c Average Point length above 16 Mtr and upto and inclusive 32 Mtr.
9a Supply and laying of 1100V grade, armored, PVC insulated, 3.5C X 16 sqmm CU armored
cable For PAC Unit and For CAC Unit including all necessary hardware & accessories
complete, material and labour as per specification and requirement of the Purchaser.
9b Supply and laying of 1100V grade, unarmored, PVC insulated, 1.1KV grade, 3C X 4 sq mm
CU flexible cable ( For Racks ) including all necessary hardware & accessories complete,
material and labour as per specification and requirement of the Purchaser.

MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-63

9c Supply and laying of 1100V grade, armored, PVC insulated, 3.5C X 400 sq mm AL armored
cable For Main panel from the connection point, synchronizing panel and DG sets
including all necessary hardware & accessories complete, material and labour as per
specification and requirement of the Purchaser.
9d Supply and laying of 1100V grade, PVC insulated, 1C X 95 sq mm flexible CU cable (3
RUN per phase as Input from MLT to UPS and 3 RUN per phase as Output from UPS to
UPS DB) including all necessary hardware& accessories complete, material and labour as
per specification and requirement of the Purchaser.
9e Supply and laying of 1100V grade, armored, PVC insulated 3.5C X 25 sq mm CU armored
cable For PAC Unit and For CAC Unit including all necessary hardware& accessories
complete, material and labour as per specification and requirement of the Purchaser.
10 Light Point wiring using 25mm dia MS conduit of 16SWG, 1.1 KV grade 2.5 sq mm
FRLS Cu flexible wire for P + N + E includes supply of wire and MS conduits and MS
Box. Job includes making of "Jarri" in the wall and making the surface good.
Including all necessary hardware& accessories complete, material and labour as per
specification and requirement of the Purchaser. For following length of point
10a One light point controlled by one 6 A modular type switch.
10b Two light points controlled by one 6 A modular type switch.
10c Three light points controlled by one 6 A modular type switch cabins
10d Four light points controlled by one 6 A modular type switch.
11a Earth Pit : A pit 2400mm deep of 1000 x 1000mm size, copper plate of 600mm x
600mmx3mm, sandwiched and buried vertically in alternate layers of salt & charcoal, at the
bottom of pit, suitably connected with 3000mm long 25mm x 3mm copper strip laid upto the
ground level, 15mm dia perforated GI pipe with funnel at top for watering, masonry
chamber of clear inner dimensions of 300mm x 300mm x 300mm size with CI cover;
including all necessary hardware& accessories complete, material and labour as per
specification and requirement of the Purchaser.
11b Earthing Strip : Supply, laying, end termination, connection, testing and commissioning of
6 X 25 sq.mm cu strip form each DG Set, Electrical panel, Earth bus to Earth pits.
11c Equipment and Server rack earthing : Earth connections from all power DBs, lighting
DBs, ACDB, Server Racks, Row Power DB to 6 nos. of earth bus of size 300 X 50 X 10
mm AL flat busbar, by 1C X 16 AL unarmored cable and interconnection of each bus by 1C
X 70 sq.mm AL unarmored cable.
11d S/F 25 x 3 braided copper tape for grid earthing
11e S/F 8 swg bare cu wire
11f S/F 10 swg bare cu wire
12 Supply and laying of Cable Tray: 150mm X 75mm X 16 gauge: Perforated type hot dip
galvanized including all necessary hardware& accessories complete, material and labour
as per specification and requirement of the Purchaser.
13 Supply and laying of Cable Tray: 3000mm X 75mm X 16 gauge: Perforated type hot dip
galvanized including all necessary hardware& accessories complete, material and labour
as per specification and requirement of the Purchaser.
14 Cable Termination: End termination at both ends including supply of DC AL cable gland,
crimping the cable by CU cable lug, as per following sizes. Including all necessary
hardware& accessories complete, material and labour as per specification and requirement
of the Purchaser.

MD/WZ/06/PUR/ADB/ERP-03
A1-64 Annexure I - Technical Requirements

a 3.5C X 16 SQMM
b 3C X4 SQMM with flexible glangs
c 1c x 95 sq mm with flexible glands
d 3.5C x 400 SQMM (AL)
e 3.5C X 25 SQMM
15 Emergency Lights - Emergency CFL light 10 W with 1 hour charge normally running with
normal / UPS power and continue giving the light at the time of un availability of power.
There should not be any dark out time in between.
B Schedule of Rates for Data centre Electrical panel
Item and Description
Supply Installation Testing & Commissioning (SITC) of Main Power Distribution
1
Panel
The panel includes 1000A - 4-pole, ACB with electrical spring charging, draw-out type, 3
nos. as Incomer of the same capacity and having Auto source transfer in case of
power failure . Normally both the Incomers will be ON and B/C remains OFF. If One of the
normal Incomer trips on U/V then B/c should be ON. The 3rd incomer shall be fed thro' DG
Source and normally remains OFF. The DG incomer shall be ON in case of both the normal
i.
incomer is tripped on Under voltage. The breaker should be equipped with U/V, O/C, S/C
and E/F protection. R-Y-B indication, ON, OFF, Trip indication, and Load Manager for
measurement of ampere, voltage, Kw, kwh and frequency, and Max Demand with RS 232
port. All the feeders should have ON, OFF and Trip Indication and suitable Digital Ameter.
The panel should have the following feeders:
ii. 1000 A 4 pole ACB as Incomer- 1,2 & 3& Bus coupler
160 Amp TPN MCCB for 60 KVA UPS-1 & 2 one each at bus-A & B with suitable KWh
iii. meter
160 Amp TPN MCCB for 60 KVA UPS-3 & 4 one each at bus-A & B with suitable KWh
iv.
meter
160 Amp TPN MCCB for Spare 60 KVA UPS-one each at bus-A & B with suitable KWh
v.
meter
vi. 100 Amp TPN MCB for 40 KVA UPS -1 & 2 one each at bus A & B

vii. 100 Amp 4 pole MCB for Raw power -1 & 2 one each at bus A & B
100 Amp 4 pole MCB for PAC-1,3,5 and one spare on Bus A & PAC-2,4,6 and one spare
viii.
on Bus – B
100 Amp 4 pole MCCB for outgoing to Ground floor and second floor one each at Bus A &
ix.
B
63 Amp MCB 4 pole for CAC-1,3&5 and one spare at Bus 1 & CAC-2,4 & 6 and one spare
x.
at Bus B 2
xi. One no. 63 Amp.4 pole MCB as spare feeder on Bus A & B

xii. One no. 100 Amp.4 pole MCB as spare feeder on Bus A & B
The panel shall be vermin proof and dustproof, having chemical surface treatment and
xiii. finishing shall be of 2-coats of synthetic enamel, RAL – 7032
All components shall have 31 MVA fault level withstand capacity.
xiv.
All internal wiring shall be of FRLS 1.1KV grade, PVC wires. CT shorting links are to be
xv. provided for Ameter and protection circuit.
2 UPS Sub DB ( 2 each for each UPS)

MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-65

The panel includes 160A - 4-pole, MCCB with O/c & S/c protection, as Incomer. O/C
i. protection. R-Y-B and Trip indication. Having 10 nos. 32 A DP MCB per phase i.e. total 30
nos. 32A DP MCB
The panel shall be dead front, vermin proof and dustproof, having chemical surface
ii. treatment and finishing shall be of 2-coats of synthetic enamel, RAL – 7032
All internal wiring shall be of FRLS 1.1KV grade, PVC wires. CT shroting links are to be
iii. provided for Ameter and protection circuit

5.5 Schedule of rates for Lightning protection for the building

Item and Description


Supply of ESE Storm aster type Lightning Protection complete with the Lightning Air
Terminal - Configured as a Spheroid which is comprised of separate electrically
isolated 4 panels surrounding an Earthed central Finial The Insulation material used to
electrically isolate the panels shall be comprised of a base polymer which provides high
Ozone & UV resistance with a di-electric strength of 24- 38 KV/mm tested as per NFC
i. 17-102 & EEC 60-1:1989. The ESE terminal shall be tested & certified by CPRI
(Central Power Research Institute, Govt of India) for the Impulse current of 45 KA
(8/2O micro sec) with 5 positive & 5 negative impulses. The terminal shall offer a
protection radius of 32 Meters with the Level 1 (High) protection & preferably to be
mounted on roof top & centre of the building with the mast height of 5 mtrs.

Supply of lightning Strike Recorder— (6 Digit Display) of non resistible type in an IP 67


ii.
enclosure – One Number
iii. Supply of Transient Earth Clamp for resisting the bounce back of the impulse current –
One Number
iv. Supply of G.I. must 5meter with base plate. Adapter to fix the Storm aster ESE terminal
with Stray Wires – One Number
Supply of Down Conductor – 1core x 70 Sq mm copper cable with 25 mm PVC
v.
covering & Accessories. – 50 Meters
Installation Charge for the Installation & commissioning of Air terminal. Must with Down
vi.
Conductor, Earthing etc.

5.6 Precision Air conditioning system for Server room – 6 TR

Item and Description


Supply, Installation & Commissioning of Precision Air-conditioning work. (6 Ton x 4
Numbers – 3 Working, 1 Stand By)
Main Equipment:
Floor Mounted, Bottom discharge Air Cooled Precision Air conditioners of 18 Tons (3Working
+1Stand by) actual Capacity, each having capacity of 6Tons or above at return air temperature of
22 deg C DB & 50% RH and Outdoor Ambient Condition @45 Deg C with R-407C Refrigerant
Gas & should work at part load (From 20% to 100%) with Variable Capacity compressor, BMS
connectivity/ISWEB Card & potential free contacts.
The Indoor unit shall comprise of Variable capacity Digital Scroll Compressor, Evaporator
Fan complete with Backward curved type with EC motor, Microprocessor controllers,
Expansion valves, Driers, G4 Filter, Suction and Discharge piping, Internal power and Control
wiring, Crankcase heaters, Humidifiers, Heaters, HP/LP Cutouts, Power and Control contactors
and Other Electrical accessories.

MD/WZ/06/PUR/ADB/ERP-03
A1-66 Annexure I - Technical Requirements

The Outdoor Condenser unit shall comprise of Condenser fans & motor, Condenser cooling coil
(Copper coil with aluminium fins), Fan speed controller, Isolator switch.
The unit shall be suitable for operation on 415 Volts, 50 Hz, 3 Phase, 4 Wire AC supply. Each unit
should be having individual display panel, which shall display date, time, actual & set values,
operating conditions, signal faults, collective faults, limiting values and PAC wellness alarm /
service alarm to reduce the down time and unit memory shall hold the 400 most recent events
with ID number, time and date stamp for each event.
Low side accessories and Installation & Commissioning:
Installation & commissioning of Precision AC units comprising of: 4 Numbers
Precision AC indoor unit stand - Lot
Lifting, shifting & positioning of units to site - Lot
Outdoor unit installation along with Base frame / foundation - Lot
Initial charge of R-407C refrigerant gas & oil - Lot
Commissioning of the system - Lot
Interconnecting Copper piping between indoor & outdoor unit. Copper piping will be duly insulated
within the AC space.
Suitable Copper piping for Hot gas line – 120 Meters
Suitable Copper piping for Liquid line with insulation – 120 Meters
Interconnecting copper cabling between indoor & outdoor unit (3 Core x 2.5 Sq mm) – 120 Meters
Incoming Copper Cabling from Incoming Isolator to CRAC Unit – 80 Meters
Condensate drain piping with 40NB GI- B class pipes – 60 Meters
Humidifier water piping with 25NB GI-B class pipes – 60 Meters
Supply air floor grilles, 600mm x 600mm – 16 Numbers

5.7 Precision Air conditioning system for Server room – 8.5 TR

Item and Description


Supply, Installation & Commissioning of Precision Air-conditioning work. (8.5 Ton x 2
Numbers – 1 Working, 1 Stand By)
Main Equipment:
Floor Mounted, Bottom discharge Air Cooled Precision Air conditioners of 17 Tons (1 Working
+1Stand by) actual Capacity, each having capacity of 8.5 Tons or above at return air temperature
of 22 deg C DB & 50% RH and Outdoor Ambient Condition @45 Deg C with R-407C Refrigerant
Gas & should work at part load (From 20% to 100%) with Variable Capacity compressor, BMS
connectivity/ISWEB Card & potential free contacts.
The Indoor unit shall comprise of Variable capacity Digital Scroll Compressor, Evaporator
Fan complete with Backward curved type with EC motor, Microprocessor controllers,
Expansion valves, Driers, G4 Filter, Suction and Discharge piping, Internal power and Control
wiring, Crankcase heaters, Humidifiers, Heaters, HP/LP Cutouts, Power and Control contactors
and Other Electrical accessories.
The Outdoor Condenser unit shall comprise of Condenser fans & motor, Condenser cooling coil
(Copper coil with aluminium fins), Fan speed controller, Isolator switch.
The unit shall be suitable for operation on 415 Volts, 50 Hz, 3 Phase, 4 Wire AC supply. Each unit
should be having individual display panel, which shall display date, time, actual & set values,
operating conditions, signal faults, collective faults, limiting values and PAC wellness alarm /
service alarm to reduce the down time and unit memory shall hold the 400 most recent events
with ID number, time and date stamp for each event.
Low side accessories and Installation & Commissioning:
Installation & commissioning of Precision AC units comprising of: 2 Numbers

MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-67

Precision AC indoor unit stand - Lot


Lifting, shifting & positioning of units to site - Lot
Outdoor unit installation along with Base frame / foundation - Lot
Initial charge of R-407C refrigerant gas & oil - Lot
Commissioning of the system - Lot
Interconnecting Copper piping between indoor & outdoor unit. Copper piping will be duly insulated
within the AC space.
Suitable Copper piping for Hot gas line – Lot
Suitable Copper piping for Liquid line with insulation – Lot
Interconnecting copper cabling between indoor & outdoor unit (3 Core x 2.5 Sq mm) – Lot
Incoming Copper Cabling from Incoming Isolator to CRAC Unit – 80 Meters
Condensate drain piping with 40NB GI- B class pipes – 60 Meters
Humidifier water piping with 25NB GI-B class pipes – 60 Meters
Supply air floor grilles, 600mm x 600mm – 20 Numbers

5.8 Comfort Air Conditioning system

Item and Description


A 2 TR Split A.C.
i. Supply of 2TR split A.C. having minimum 5 Star rating for Energy efficiency
ii. Installation Testing and Commissioning of the 2 TR split AC
iii. M.S. Stands.
iv. Copper Refrigerant Piping WITH NITRYLE RUBBER
v. Electric Cabling

5.9 Fire Detection System

Item and Description


i. Supply Installation Testing & Commissioning (SITC) of 2 loop Intelligent Addressable
Fire Alarm Panel with LCD Display Battery Charger & Battery with (a) 1 Nos Built-in
Web Server for remote Log on, and remote panel diagnostics.
ii. Supply Installation Testing & Commissioning(SITC) of Intelligent Analogue
Addressable Photoelectric type Smoke Detector – 60 Numbers
iii. Intelligent Addressable Heat detector – 4 Numbers
iv. Addressable Multi sensor type detector – 4 Numbers
v. Intelligent Addressable Manual pull station – 4 Numbers
vi. Short circuit Isolators – 2 Numbers
vii. Supply Installation Testing & Commissioning(SITC) of Addressable Monitor Modules –
4 Numbers
viii. Supply Installation Testing & Commissioning(SITC) of Addressable Control Modules –
2 Numbers
ix. Supply Installation Testing & Commissioning(SITC) of Electronic Sounder 85 db, with
addressable Control Module – 5 Numbers
x. Supply Installation Testing & Commissioning (SITC) of 2 core 1.5 Sq. MM CU PVC
sheathed armoured cable – 500 Meters.

MD/WZ/06/PUR/ADB/ERP-03
A1-68 Annexure I - Technical Requirements

5.10 FM 200 Fire Suppression & Safety System

Item and Description


i. Supply Installation Testing & Commissioning(SITC) of 80 Ltrs Seamless FM200 Cylinder with
siphone tube & cylinder valve, complete with low pressure Gauge & safety burst disc – 4
Numbers
ii. Supply Installation Testing & Commissioning(SITC) of FM 200 gas manufactured by GLCC,
USA – 240 Kgs
iii. Supply Installation Testing & Commissioning(SITC) of Electrical Actuator – 1 Numbers
iv. Supply Installation Testing & Commissioning(SITC) of Manual Actuator – 1 Numbers
v. Supply Installation Testing & Commissioning(SITC) of Pneumatic Actuator – 2 Numbers
vi. Supply Installation Testing & Commissioning(SITC) of Discharge Hoses ( Included in Item No.
5)
vii. Supply Installation Testing & Commissioning(SITC) of Pneumatic Actuator Hoses ( Included in
Item No. 5)
viii. Supply Installation Testing & Commissioning(SITC) of Check Valve – 2 Numbers
ix. Supply Installation Testing & Commissioning(SITC) of FM 200 Nozzles – 10 Numbers
x. Supply Installation Testing &Commissioning(SITC) of FM 200 Piping, Sch 40; ASTM A 106 Gr
B per Cylinder – 2 Lot.
xi. Supply Installation Testing & Commissioning(SITC) of FM 200 System Manifold Sch 80
ASTMI06 Gr B suitable for per Cylinders – 2 Numbers
xii. Supply Installation Testing & Commissioning(SITC) of Gas Release panel – 2 Numbers
xiii. Supply Installation Testing & Commissioning(SITC) of Manual Abort Station with Monitor
Module – 2 Numbers
xiv. Supply Installation Testing & Commissioning(SITC) of Manual Gas Release Station with
Monitor Module – 4 Numbers
xv. Supply Installation Testing & Commissioning(SITC) of Discharge Sign Board – 2 Numbers
xvi. SITC of 2 core 1.5 Sq. mm CU PVC sheathed armoured cable – 150 Meters.

5.11 Fire extinguisher and Safety related Items

Item and Description


i. Fire extinguisher: Type Halotron / CO2 fire Extinguisher having ISI mark – 15 Numbers.
Supply, receive, store at site, erect in Position 1000 mm wide, 20 mm thick rubber matting of
ii. suitable for 415 V Grade. These matting shall be laid in front Main L. T. Panel in UPS Room
all complete – 4 Numbers.
iii. Shock Treatment chart with Frame In Local & English Language – 2 Numbers.

iv. 150x150x3mm Danger Notice Board & 415 Enameled Danger – 2 Numbers
v. First Aid Medical Box – 1 SET

5.12 Security Access Control System

Item and Description


Supply Installation Testing & Commissioning(SITC) of Proximity Card Readers, 10-12 cm
i. Read Distance – 6 Numbers

MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-69

Supply Installation Testing & Commissioning(SITC) of Proximity Card Readers, 10-12 cm


ii. Read Distance with PIN PAD – 4 Numbers
Supply Installation Testing & Commissioning(SITC) of Electro Magnetic Locks - Single Leaf.
iii.
UL listed – 6 Numbers
Supply Installation Testing & Commissioning(SITC) of Electro Magnetic Locks, Double leaf. UL
iv.
Listed
Supply Installation Testing & Commissioning(SITC) of Finger Scan Biometric readers (with
v. Proximity Card Support) – 2 Numbers
Supply Installation Testing & Commissioning(SITC) of Single Door (2 Reader) Controller, with
vi. Power Supply & TCP/IP, UL/CE approved – 6 Numbers
Supply Installation Testing & Commissioning(SITC) of Data base Management, Access control
vii. management & Time - Attendance management software – 1 Numbers
Supply Installation Testing & Commissioning (SITC) of Proximity cards, duly printed – 100
viii.
Numbers.
Supply Installation Testing & Commissioning (SITC) of 8c x 0.5 mm2 shielded PVC sheathed
ix. copper Flexible Cable – 120 Meters.
x. SITC of 2c x 1.0 mm2 Cu PVC sheathed cable in PVC Conduits – 75 Meters.

5.13 CCTV System

Item and Description


i. Supply Installation Testing & Commissioning(SITC) of 1/3 " CCD, Auto iris, 450 TV lines
resolution, Varifocal Digital Colour Camera housed in Dummy Dome, with power supply unit.
Variable lens support including 2.45mm /3.6 mm/ 6mm/ 8mm/12mm or as per requested during
installation – 14 Numbers
ii. 1/3" CCD High Resolution (min 450 TVL) Colour external PTZ camera with 3mm - 9.5mm vari
focal type lens, 0.15 Lux sensitivity, built in UTP Transmitter (external UTP transmitter shall not
be acceptable) for outdoor application – 5 Numbers
iii. Supply Installation Testing & Commissioning(SITC) of 16 channel DVR, 480 fps Display, 480
fps recording MPEG compression format, with TCP/IP; Internet; LAN; WAN connectivity with
240 GB SATA hot swappable Hard disk. Complete connectivity and integration with MODBUS
BMS to be implemented – 2 Numbers
iv. Supply Installation Testing & Commissioning(SITC) of Monitor 17 " TFT flat panel Colour, with
keypad – 2 Numbers
v. Supply and Surface laying of RG-6 Co-axial Video cable in PVC conduit – 500 Meters.
vi. Supply and Surface laying of 4 core 1 sq.mm cable in PVC conduit – 500 Meters.
vii. Fixed Dome Camera
The Dome camera unit shall be 1/3” Sony CCD type Colour or Equivalent and shall provide a
minimum of 480 TV lines resolution. It shall be possible to use lenses of 3.6 mm focal length.
The complete unit shall be housed in a dome and base unit, both preferably made from injection
mounded plastic. It shall be possible to adjust the camera head inside the dome in both the
planes so that it can be wall or ceiling mounted. The camera shall operate on 12 volts D.C.
The Camera shall comply with the enclosed datasheet.
viii. Technical Specifications of Fixed Dome Camera:
Image Sensor
1/3" Sony CCD or Equivalent
Effective Pixels
PAL: 752 (H) x 582 (W)
Scanning System

MD/WZ/06/PUR/ADB/ERP-03
A1-70 Annexure I - Technical Requirements

2:1 Interface, V 50Hz, H 15.625 KHz


2:1 Interface, V 60Hz, H 15.750 KHz
Video Output
1 Vp-p, 75 ohms unbalanced
Resolution
480 TV Lines
Minimum Illumination
0.1 Lux
White Balance
Auto Tracking 2500*K - 9500*K
Back Light Compensation
Auto (centre area)
Gain Control
Auto AGC
Shutter Control
AES: 1/50 (60) - 1/100,00 sec.
S/N Ratio
more than 48dB
Gamma Correction
0.45
Lens
Built-in Fixed Lens 3.6 mm. 2.5, 4, 6, 8 & 12mm (optional)
Operating Temperature
+10* C to +45* C
Power Supply
DC 12V
Power Consumption
130 mA
Dimension
H: 90 (mm) x 106mm Dia
ix. PTZ Outdoor Camera
Specification Detail
Camera Specs
Image device 1/4type Exwave HAD CCD or Equivalent
Number of effective pixels 768 (H) x 494 (V)
Zoom ratio Optical x 18 (x 12 Digital Zoom)
Focal length f=4.1 - 73.8mm
F Number F1.4 (Wide end), F3.0 (Tele end)
Iris Auto/Manual (F1.4 - close)
Minimum object distance 290mm (Wide end), 800mm (Tele end)
Pan range -170° to +170°
Tilt range -90°. to +30°, 120° degrees total tilt range
Other functions Day/Night (Auto/Manual), Image Flip function,
Motion Detection
Image Size
For both JPEG and MPEG 4
640 x 480(VGA), 480 x 360, 384 x 288, 320 x 240(QVGA),
256 x 192, 160 x 120(QQVGA)
Compression format
MPEG4 / JPEG (Selectable)
Maximum Frame Rate
JPEG: QVGA: max.30fps,

MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-71

VGA: max.18fps
MPEG4: QVGA: max.30fps, VGA: max.15fps
Analog video Output
Composite video (1Vp-p)
Signal System
NTSC
Horizontal Resolution
more than 470 lines
S/N Ratio
more than 50dB
Minimum illumination
0.7 lx(AGC ON, F1.4, 50IRE)
0.05 lx (F1.4, 1/4 sec ) colour mode
0.01 lx (F1.4, 1/4 sec) b/w mode
Mass
approx. 1.3 kg
Dimensions
140 x 203.7 x 148 (W x H x D, mm)
Power requirement
AC24V, DC12V
Power consumption
max. 18W
Operating Temperature
0°C to +40° C (32° F to 104° F)
Storage temperature
20° C to +60° C (-4° F to 140° F)
Operating humidity
20 to 80%
Storage Humidity
20 to 95%
Operating System
Windows Vista/ XP / 2000
Video Recorder
The Digital Video Recorder (DVR) shall be a Windows Embedded operating system with the
functions of a recorder and multiplexer into one unit, having no tapes to maintain, replace or
rewind. The embedded operating system shall result in increased stability and reliability and
journaling file system allow for quick recovery in case of power interruptions. The DVR shall be
provided with external UPS for further stability.
It shall have hardware and software watchdogs to monitor system operations. The DVR shall
have manufacturer support on revision control on the hardware for 5 years from the date of
manufacturing.
System Architecture
The DVR can be placed on a shelf or desktop for easy access to the front panel control for
operation with 4,8,16 camera configuration options. The recorder should include versatile
multiplexer functions that allow live and recorded image from the 4 camera inputs to be shown
on the monitor in a single camera, four camera, and displays. It should also be possible to view
live camera while recording. Shall have one VGA output for multiplexed viewing on GUI and
one analog output for spot monitoring.
Video Compression
The video compression should produce high resolution with play back. The System should have

MD/WZ/06/PUR/ADB/ERP-03
A1-72 Annexure I - Technical Requirements

five user selectable image quality settings. The DVR should have a built in large volume 250 GB
hard disk for both high reliability and high speed operation. Users should be able to select from 1
to 30 frames NTSC and 1 to 25 frames PAL by camera. The maximum recording frames per
second shall be 480 frames NTSC & 400 frames PAL.
Recording
Recording shall be user MPEG4 & the Time lapse recording adjustable by camera minimum of 1
frame every 10 seconds to maximum of 25 PAL or 30 NTSC. Recording speed shall increase
automatically to maximum frame rates on event of alarms. System shall automatically proportion
the available frame rates among cameras or user shall be able to assign different frame rates to
each camera.
The recording resolution of 320 x 240 or 640 x 480 NTSC and 352 x 288 or 704 x 576 PAL shall
be available by camera. Recording shall also be triggered by motion detection with user
definable sensitivity levels, and nine motion grids for each camera. Pre recording and post
recording on event or alarm set by camera shall be available. Shall be provided with one
channel audio recording and should be upgradeable to 16 audio inputs on request in the future.
The compression shall be MPEG4 for storage and network transmission and shall have on-the-
fly compression level adjustment on transmission.
Play back
Shall be able Search recorded images single or multiple cameras. Shall have ability to search by
date, time, or event. The alarm events shall be colour coded by time for easy and quick access.
On play back it shall have the ability to do digital zooming on the whole image or by selecting
specific area on the screen.
Smart Search
Shall have SMART SEARCH facility, it should be motion based video detection and recording.
Alarms
It shall have 8 inputs to trigger alarm recording with 4 outputs to drive external alarm devices.
Alarms shall be activated manually or by event and associate any number of alarm devices with
any cameras. Shall automatically without any operator intervention on event and alarm send out
E-mail that attaches an image of the event or alarm in JPEG format.
These Alarm Inputs shall be taken from the BMS system to activate instantaneous recording,
depending on Fire Zones.
All activities including system, sensor, motion and user activity shall be logged in the system
automatically. It should be possible to record continuously or at a scheduled time periods.
Search on recorded pictures shall be played back single or multiple cameras and shall have
ability to search by date, time, event (alarm). All the alarm and events should be colour coded by
time for easy and quick search by the user.
Video Export
The recorded images shall be exported in JPEG format with Digital watermark and also as AVI
format for motion pictures. Shall have an inbuilt image authentication menu for picture
verification. The storage medium shall be internal hard disk or external Firewire, USB drives.
The DVR shall have internal DVDR/CDR for easy back up. Also the network capability shall
allow the images are stored in the network devices which shall be done manually or pre defined
schedule time periods to the ease of the user. During the back up the user shall be able to
backup selected camera, date, and time as per requirement.
Remote Monitoring
The DVR shall be provided with Remote Client software, which shall run on any TCP/IP network
with Multiple DVR’s addressable by IP addresses. Remote client shall be able to connect up to
32 DVR simultaneously and display the pictures. The DVR settings shall be locally and remotely
configurable with user level name and passwords. It shall have facility to create Guest users

MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-73

with restriction to view only authorized cameras. The images shall be transmitted over the
network in compressed format providing safe communication and reduction of load on the
network.
It shall have multiple password control levels – Settings, System Shutdown, Search, Network
Access, and Backup. It shall have administrator, user & guest level access to the system. The
DVR shall be Web enabled so that it can be accessed to view live images by using an internet
explorer by entering the IP, user name and password.
The display screen with 16 segments shall have each segment for a specific DVR and shall
display the selected camera on the window or switch between selected cameras within the same
window in a sequence. Or from a single DVR it shall be able to display all the sixteen cameras
on a single screen. From the central monitoring location the security officer shall be able to
establish a two way voice communication to the specific DVR location through the same remote
client software.
The DVR shall be Web enabled to allow clients to access the DVR using standard Internet
Explorer software for remote monitoring & control functions based on security parameters. Also
the remote connectivity time out shall be programmable in minutes on the DVR to disconnect the
users after a specified period of time after log in. This shall be used to prevent unnecessary
traffic on the network.

5.14 Water Leak Detection System

Item and Description


i. Supply Installation Testing & Commissioning(SITC) of Water Leak Cable with end connections (
10 Mtrs ) – 7 Numbers
ii. Supply Installation Testing & Commissioning(SITC) of Electronic Sounder 85db – 2 Numbers
iii. Supply Installation Testing & Commissioning(SITC) of 8 Zone Water Leak Conventional Panel
with Battery Charger & Battery – 2 Numbers
iv. Supply Installation Testing &Commissioning (SITC) of 2core x 1.5 mm2, Cu, FRLS Cable in MS
Conduits – 150 Meters.
v. Water Leak detection Module – 2 Numbers

5.15 Rodent Repellent System

Item and Description


i. Master Console without satellites for Rodent Repellent system – 6 Numbers
ii. Satellites to be installed with the Rodent Repellant System at a minimum of 15 satellites per
master console – 70 Numbers
iii. Supply and surface laying of 2 core x 1 Sq.mm cable flexible cable in 20mm dia PVC conduit–
700 Meters.
iv. Technical information
a. Satellites
 Crystal
 DM 44T 24V MAS Germany
b. Frequency: Peak frequency responses of the satellites are
 21.6 KHz + / -3 KHz
 31.6 KHz + / -3 KHz
 50.4 KHz + / -3 KHz
 60 KHz + / - 3 KHz
c. Nature of sound waves

MD/WZ/06/PUR/ADB/ERP-03
A1-74 Annexure I - Technical Requirements

The sound waves propagated should be linear sine waves with constantly varying frequencies.
d. Operating environment
Range of –4 C to 60 C, 100 % humid environment and also under water.
e. Circuit
Signal generator should have full wave rectification, regulated 12V DC power supply to
withstand power fluctuations ranging from 170V AC to 270V AC.
Amplifier should have a preamplifier stage coupled with signal generator for dual transistor
amplification having a push-pull configuration.
f. Pressure
Uniform pressure output of 80 dB to 110 dB with 360 transmission angle.
Linear propagation of mixed / variable frequencies detectable at, or about 40 ft distance from the
source (Transducer/ Satellite).
Spatial average intensity – 83mW per cm²
g. Power supply
5A Power Socket (230 V AC) will be provided for each VHFO as may be required.
Alternatively
Supplier to specify the required power and the no. of Power Sockets required for each unit for
both Rodent.
h.Specifications
 Operating frequency : Above 20 KHz (Variable)
 Sound Output : 50 dB to 110 dB at 1.00 Mts.
 Power Output : 800 MW per Satellite
 Power Consumption : 15 Watt Approx.
 Power Supply : 230 V AC, 50 Hz
 Mounting : Wall / Table

5.16 Building Management System

Item and Description


i. Operator Workstation PC Intel Core i5 Processor or equivalent / 8GB RAM or higher RAM/ 500
GB @ 7200 RPM or Higher GB Hard Disk / CD/DVD Writer/ Multimedia / 17" Monitor or higher
TFT Flat panel colour, key board, Optical mouse, serial & parallel & USB ports – 1 Numbers
ii. GUI Software to monitor & control the critical alarms from the integrated utility services, fire
alarm system , access control system with Auto generated SMS for critical event / alarm – 1
Numbers
iii. Integrators for Fire Suppression System – 2 Numbers
iv. Integrator for Fire Alarm – 1 Number
v. Integrators for Precision Air Handling – 4 Numbers
vi. Integrators for Electric Panel – 2 Numbers
vii. Integrator for DG Set – 1 Number
viii. Integrators for UPS – 4 Numbers
ix. DDC Controllers with in-house control panels and IP65 protection ( Configuration of DDC to be
decided by vendor based on the I O Summary – 1 lot
x. Room Temperature Sensor – 2 Numbers
xi. Humidity sensor – 2 Numbers
xii. Installation of above hardware & Engineering, Testing & Commissioning. – 1 lot
xiii. Cabling - Signal Cabling – 100 Meters
xiv. Cabling - Communication Cabling – 100 Meters

MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-75

xv. Cabling - 25mm PVC Conduit – 100 Meters

5.17 Public Address System

Item and Description


Supply Installation Testing & Commissioning (SITC) of 6 Watt Speaker ceilling mount – 15
i.
Numbers
Supply Installation Testing & Commissioning (SITC) of 6 Zone selection panel complete with
ii. interface for fire – 1 Set
iii. Supply Installation Testing &Commissioning (SITC) of Gooseneck Microphone – 1 Set.
iv. Supply Installation Testing &Commissioning (SITC) of 120 W Amplifier – 1 Set.
2 core x 1.0 sq.mm PVC Insulated Twin Twisted Cu Conductor Cable in PVC conduit – 1000
v.
Meters.

5.18 Intrusion detection system

Item and Description


i. Supply, Installation and commissioning of Intrusion Alarm system comprising of
following components
ii. Intrusion detection 8 zone control panel with remote keypad and 7 Ah battery backup – 1
Numbers
iii. 12 Vdc Alarm sounder System sensor make – 1 Numbers
iv. Passive infra red detector – 3 Numbers
v. Cabling with 20 mm MS conduit 8 core x 0.75 sq mm Cu Un-armored FRLS cable – 175 Meters.

5.19 Temperature Sensor

Item and Description


i. Power supply 3.3-6V DC
ii. Output signal digital signal via single-bus
iii. Sensing element Humidity & temperature Detection element
iv. Measuring range humidity 0-100%RH; temperature -40 - 125Celsius
v. Sensing period Average: 2s
vi. Interchangeability fully interchangeable
vii. Alarm Buzzer

5.20 Cables

Item and Description


i. 3.5C 300 sq. mm Al. Ar. Cable – 150 meters
ii. 4C 25 sq mm AL / AR Cable – 150 meters
iii. 4C 16 sq mm AL / AR Cable – 50 meters
iv. 4C 95 sq mm cu / AR Cable – 50 meters
v. 3 C 6 sq. mm Copper Flexible Wire – 300 meters

MD/WZ/06/PUR/ADB/ERP-03
A1-76 Annexure I - Technical Requirements

vi. 5 C 6 sq. mm Copper Flexible Wire – 100 meters


vii. 5 C 10 sq. mm Copper Flexible Wire – 50 meters
viii. 1C 16 sq mm Copper Flexible Cable – 100 meters
ix. 1C 95sq mm Copper Flexible Cable – 300 meters
x. Cost of trays, trenches or excavation will be paid extra under different heads but the rates
quoted above will be inclusive of laying, dressing saddling while providing on cable trays,
laying, dressing and saddling while laying in masonry trenches

5.21 Cables Termination

Item and Description


i. 3.5C 300 sq. mm Al. Ar. Cable – 12 Sets
ii. 4C 25 sq mm AL / AR Cable – 12 Sets
iii. 4C 16 sq mm AL / AR Cable – 4 Sets
iv. 4C 95 sq mm cu / AR Cable – 4 Sets
v. 3 C 6 sq. mm Copper Flexible Wire – 38 Sets
vi. 5 C 6 sq. mm Copper Flexible Wire – 8 Sets
vii. 5 C 10 sq. mm Copper Flexible Wire – 8 Sets
viii. 1C 16 sq mm Copper Flexible Cable – 20 Sets
ix. 1C 95sq mm Copper Flexible Cable – 50 Sets

5.22 Point Wiring

Item and Description


i. Point Wiring shall include the wiring of light/fan/outlets of any length including circuit
wiring with 2.5 sq.mm. PVC insulated copper conductor wires in concealed / exposed PVC
conduits from the distribution board via switch to the point.
ii. All the light fixtures, ceiling fans, exhaust fans, third pin of outlets, switch and outlet
boxes shall be earthed with 1.5 sq. mm PVC insulated copper wire.
iii. Providing & embedding conduits and allied fittings in walls/floors etc. cutting chases and making
the surfaces good after fixing in partition cutting chases paneling false ceiling work with
proper angers/clamps.(Conduits & wiring for power out-lets only shall be paid separately on
linear measurements basis).
iv. All accessories necessary to complete the wiring as specified.
v. Most of conduiting shall be done on surface, boxes may be urea type in place of G.I.

5.23 Wiring for Electrical Points

Item and Description


i. Wiring for the following light points with 1.5 sq. mm. PVC insulated copper conductor wires
in concealed/exposed M.S. conduits as called for the specification including providing 5
amp flush type switches cover plate to switch boxes
ii. One point controlled by one 5 Amp switch – 10 Nos
iii. Extra for every additional point in the same set - 10 Nos.
iv. Wiring for 5 Amp light plug outlets with 1.5 sq. mm. PVC insulted copper conductor wires
in concealed/exposed PVC. conduits as called for including providing 5 Amp 3 pin socket

MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-77

outlet and 5 Amp switch sockets, cover plate to out – 5 Nos.


v. Wiring for 16 Amp Socket outlets with 4 sq. mm. PVC insulted copper conductor wires in
concealed/exposed PVC conduits as called for including providing 16 Amp 6 pin socket
outlet and 16 Amp switch – 5 Nos.
vi. Wiring for exhaust fan/ceiling fan/Bracket fan points with 1.5 sq. mm. PVC insulated copper
conductor wires in concealed/ exposed M.S. conduits as called for including providing 5
Amp 3 pin socket near exhaust fan G.I. box for hous – 2 Nos.
vii. Providing and Fixing of 32 A 3 Pin NEMA Connector with Plug as required – 12 Sets
viii. Providing and Fixing of 32 A 5 Pin NEMA Connector with Plug as required – 4 Sets
ix. Providing and Fixing of 63 A 5 Pin NEMA Connector with Plug as required – 2 Sets
x. Wiring for UPS Point with 2.5 sq. mm. Copper wire and 1.5 sq. mm. earth wire ,complete with
circuit wiring and providing 3 Nos. 6A universal Socket and 1 No. 16A Switch on Modular
Plate complete in all respects. – 12 Nos.
xi. Providing and Fixing of 20 A 3 Pin Industrial Socket for AC with 25 A SP MCB including
connection etc as required - 5 Sets

5.24 Onsite Support & AMC of Non-IT Infrastructure of the Data Centre

Item and Description

i. Providing the required skilled manpower in the category of operators, Supervisor, helpers,
electricians etc to run the entire installation on 24 hrs a day basis for all the days in a year
including Sunday, holidays, national public holidays strike period etc. The entire installation
(Physical Infrastructure of the Data Centre) including all the services are to be compressively
maintained & operated as standard adopted manufacturers practices, maintaining all records,
log books fault repair etc and reporting the same on daily basis to the designated officials of
MPPKVVCL Indore and MPPKVVCL, Jabalpur. The Contractor Personal shall take utmost care
while operating the installation and insure all personals and equipments for any accident,
damages, fire etc. The Contractor Personal shall arrange for the inspection and approvals from all
the statutory authorities on annual basis including all costs etc. The entire operation shall be
further subject to standard terms and conditions of the SLA.
Supplier must provide 1 year of onsite warranty and 3 years onsite AMC on all hardware,
software, licenses and services supplied under Non-IT Infrastructure. The Purchaser may extend
the contract for an additional period of three (3) calendar years on pre approved prices.

MD/WZ/06/PUR/ADB/ERP-03
ANNEXURE II

List of Location for Router & Switch


Installation
Annexure-II A2-1

Annexure-II
List of Location for Router & Switch Installation for
West Discom

Corporate Office

Office No of
S.No Corporate Office Address Type Cover Under office Switch Router
MPEB Campus, GPH
CMD Office, Compound, Polo Ground,
1 Indore Indore CMD CORPORATE 27 15 4

Region Offices
Office No of
S.No Region Office Address Type Cover Under office Switch Router
MPEB Campus, GPH
Compound, Polo Ground, Indore
1 Indore Indore Region Corporate
MPEB Campus, Jyoti Nagar, Ujjain
2 Ujjain Ujjain Region Ujjain 3 2 1

Chief Vigilance Office


Office No of
S.No Office Address Type Cover Under office Switch Router
MPEB Campus, GPH
Chief Vigilance Compound, Polo Ground, Vigilanc
1 Office Indore e Corporate

IT Office
Office No of
S.No Office Address Type Cover Under office Switch Router
IT Building, MPEB Campus,
GPH Compound, Polo Ground, IT
1 IT Office Indore Building Corporate

SE Civil Offices
Office No of
S.No Civil Office Address Type Cover Under office Switch Router
MPEB Campus, GPH
Compound, Polo Ground, SE Civil
1 Indore Indore Indore Corporate
MPEB Campus, Jyoti Nagar, SE Civil
2 Ujjain Ujjain Ujjain Ujjain

MD/WZ/06/PUR/ADB/ERP-03
A2-2 Annexure-II

SE Store Office
Office No of
S.No Office Address Type Cover Under office Switch Router
MPEB Campus, GPH
Compound, Polo Ground, SE Store
1 SE Stores Indore Indore Corporate

SE Meter Testing
Office No of
S.No Office Address Type Cover Under office Switch Router
MPEB Campus, GPH
Compound, Polo Ground, SE MT
1 SE MT Indore Indore Corporate

O&M Circle Offices


O&M Circle Office No of
S.No Office Address Type Cover Under office Switch Router
MPEB Campus, GPH O&M
O&M Circle Compound, Polo Ground, Circle
1 Indore Indore Indore Corporate
O&M
O&M Circle Circle
2 Khandwa Khandwa Khandwa 10 4 1
O&M
O&M Circle Circle
3 Khargone Khargone Khargone 8 4 3
O&M
Circle
O&M Circle Burhanpu
4 Burhanpur r Burhanpur 9 4 2
O&M
O&M Circle Circle
5 Barwani Barwani Barwani 7 3 2
O&M
O&M Circle Circle
6 Jhabua Jhabua Jhabua 5 4 2
O&M
Circle
7 O&M Circle Dhar Dhar Dhar 8 5 2
O&M
O&M Circle MPEB Campus, Maxi Road, Circle Maxi Road
8 UJJAIN Ujjain UJJAIN Ujjain 12 8 1
O&M
O&M Circle MPEB Campus, Bhopal Circle
9 DEWAS Road, Dewas DEWAS Dewas 9 2 1
O&M
Circle
O&M Circle SHAJAP
10 SHAJAPUR UR Shajapur 5 3 2
O&M
O&M Circle Circle
11 RATLAM RATLAM Ratlam 12 4 2
O&M
Circle
O&M Circle MANDSA
12 MANDSAUR UR Mandsour 9 7 2

MD/WZ/06/PUR/ADB/ERP-03
Annexure-II A2-3

O&M
Circle
O&M Circle NEEMUC
13 NEEMUCH H Neemuch 12 4 2
MPEB Campus, GPH Indore
Compound, Polo Ground, City
14 Indore City Circle Indore Circle Corporate

Division Offices at Indore Region


Office No of
S.No Division Office Address Type Cover Under office Switch Router
West Dn
1 Indore West Indore Corporate
East
Division
2 Indore East Indore East D/n 3 3 1
Central
Division
3 Indore Central Indore Central D/n 2 2 1
South
Division
4 Indore South Indore South D/n 1 1 1
North
Division
5 Indore North Indore North D/n 1 1 1
Indore
6 Indore O&M O&M Corporate
EE(O&M)
7 Mhow Mhow MHOW 2 2 1
EE(O&M)
8 Depalpur Depalpur Depalpur 1 1 1
EE(O&M)
Pithampu
9 Pithampur r Pithampur 1 1 1
EE(O&M)
10 Khandwa Khandwa Khandwa
EE(O&M)
Pandhan
11 Pandhana a Pandhana 1 1 1
EE(City)
12 City khandwa khandwa Khandwa
EE(O&M)
Khargone
13 Khargone-I -I Khargone
EE(O&M)
Khargone
14 Khargone-II -II Khargone
EE(O&M)
15 Barwaha Barwaha Barwaha 1 1 1
EE(O&M)
Mandlesh
16 Mandleshwar war Mandleshwar 1 1 1
EE(CITY)
Burhanpu
17 Burhanpur City r City Burhanpur
EE(O&M)
Burhanpu
18 Burhanpur O&M r Burhanpur
19 Barwani EE(O&M) Barwani

MD/WZ/06/PUR/ADB/ERP-03
A2-4 Annexure-II

Barwani
EE(O&M)
20 Sendhwa Sendhwa Sendhwa 1 1 1
EE(O&M)
21 Jhabua Jhabua Jhabua
EE(O&M)
22 Alirajpur Alirajpur Alirajpur 1 1 1
EE(O&M)
23 Dhar Dhar Dhar
EE(O&M)
24 Rajghar Rajghar Rajghar 1 1 1
EE(O&M)
25 Manawar Manawar Manawar 1 1 1

Division Offices at Ujjain Region


Office No of
S.No Division Office Address Type Cover Under office Switch Router
UJJAIN(CITY)- Ujjain
1 East City DN Ujjain East 1 1 1
UJJAIN(CITY)- Ujjain
2 West City DN Ujjain West 1 1 1
EE(O&M)
3 UJJAIN(O&M) Ujjain Ujjain
EE(O&M)
4 TARANA(O&M) TARANA Tarana 1 1 1
EE(O&M)
5 NAGDA(O&M) NAGDA Nagda 1 1 1
EE(O&M)
BARANAGAR(O BARANA
6 &M) GAR Baranagar 1 1 1
EE(O&M)
MAHIDPUR(O& MAHIDP
7 M) UR Mahidpur 1 1 1
EE(O&M)
8 DEWAS(O&M) DEWAS Dewas
EE
DEWAS
9 DEWAS (CITY ) (CITY ) Dewas City 1 1 1
EE(O&M)
SONKATCH(O& SONKAT
10 M) CH Sonkatchh 1 1 1
EE(O&M)
11 BAGLI(O&M) BAGLI Bagli 1 1 1
EE(O&M)
12 KANNOD (O&M) KANNOD Kannod 1 1 1
EE(O&M)
SHAJAPUR(O& SHAJAP
13 M) UR Shajapur
EE(O&M)
SHUJALPUR SHUJAL
14 (O&M) PUR Shujalpur 1 1 1
EE(O&M)
15 AGAR (O&M) AGAR Agar 1 1 1
EE
RATLAM
16 RATLAM CITY CITY Ratlam
EE(O&M)
17 RATLAM(O&M) RATLAM Ratlam

MD/WZ/06/PUR/ADB/ERP-03
Annexure-II A2-5

EE(O&M)
18 JAORA(O&M) JAORA Jaora 1 1 1
EE(O&M)
19 ALOTE (O & M) ALOTE Alote 1 1 1
EE(O&M)
MANDSAUR MANDSA Mandsour(O&
20 (O&M) UR M) 1 1 1
EE(O&M)
MALHARGARH( MALHAR
21 O&M) GARH Malhargarh 1 1 1
EE(O&M)
22 GAROTH (O&M) GAROTH Garoth 1 1 1
EE(O&M)
SITAMA
23 SITAMAU (O&M) U Sitamau 1 1 1
EE(O&M)
NEEMUCH NEEMUC
24 (O&M) H Neemuch
EE(O&M)
25 JAWAD (O&M) JAWAD Jawad 1 1 1
EE(O&M)
26 MANASA MANASA Manasa 1 1 1

STC Division Offices


STC Division Office No of
S.No Office Address Type Cover Under office Switch Router
MPEB Campus, GPH
O&M Circle Compound, Polo Ground, EE(STC)
1 Indore Indore Indore Corporate
O&M Circle EE(STC)
2 Khandwa Khandwa Khandwa
O&M Circle STC
3 Khargone Khargone Khargone
O&M Circle
4 Burhanpur Burhanpur
O&M Circle
5 Barwani Barwani
O&M Circle
6 Jhabua Jhabua
7 O&M Circle Dhar Dhar
O&M Circle MPEB Campus, Maxi Road, Maxi Road
8 UJJAIN Ujjain Ujjain
O&M Circle MPEB Campus, Bhopal
9 DEWAS Road, Dewas Dewas
O&M Circle
10 SHAJAPUR Shajapur
O&M Circle
11 RATLAM Ratlam
O&M Circle
12 MANDSAUR Mandsour
O&M Circle
13 NEEMUCH Neemuch
MPEB Campus, GPH
Compound, Polo Ground,
14 Indore City Circle Indore Corporate

STM Division Offices

MD/WZ/06/PUR/ADB/ERP-03
A2-6 Annexure-II

STM Division Office No of


S.No Office Address Type Cover Under office Switch Router
MPEB Campus, GPH
O&M Circle Compound, Polo Ground,
1 Indore Indore Corporate
O&M Circle
2 Khandwa Khandwa
O&M Circle
3 Khargone Khargone
O&M Circle
4 Burhanpur Burhanpur
O&M Circle
5 Barwani Barwani
O&M Circle
6 Jhabua Jhabua
7 O&M Circle Dhar Dhar
O&M Circle MPEB Campus, Maxi Road, Maxi Road
8 UJJAIN Ujjain Ujjain
O&M Circle MPEB Campus, Bhopal
9 DEWAS Road, Dewas Dewas
O&M Circle
10 SHAJAPUR Shajapur
O&M Circle
11 RATLAM Ratlam
O&M Circle
12 MANDSAUR Mandsour
O&M Circle
13 NEEMUCH Neemuch
MPEB Campus, GPH
Compound, Polo Ground,
14 Indore City Circle Indore Corporate

Civil Division Offices


Office No of
S.No Civil Office Address Type Cover Under office Switch Router
1 Indore Corporate
2 Khandwa Khandwa
3 Ujjain Ujjain
4 Ratlam Ratlam

MD/WZ/06/PUR/ADB/ERP-03
Annexure-II A2-7

Store Division/Sub Depot Offices


Store Division/
Office No of
S.No Sub Depot Office Address Type Cover Under office Switch Router
RATLAM
1 RATLAM STORE STORE Ratlam
UJJAIN UJJAIN
2 UJJAIN STORE STORE STORE 1 1 1
INDORE
3 INDORE STORE STORE Corporate
EE
(STORE)
4 BARWAH STORE Barwaha Store Barwaha 1 1 1
DHAR
DHAR DEPOT DEPOT
5 STORE STORE Dhar
MANDSO
UR
MANDSOUR DEPOT
6 DEPOT STORE STORE Mandsour

MT Division Offices
Office No of
S.No Office Address Type Cover Under office Switch Router
MPEB Campus, GPH
Compound, Polo Ground,
1 MT-1, Indore Indore Corporate
MPEB Campus, GPH
Compound, Polo Ground,
2 MT-2, Indore Indore Corporate
MPEB Campus, Maxi Maxi Road
3 MT, Ujjain Road, Ujjain Ujjain

MTRU
Office No of
S.No Office Address Type Cover Under office Switch Router
MPEB Campus, GPH
Compound, Polo Ground,
1 MTRU Indore Corporate

Zone/ DC Offices
Office No of
S.No Division Name Zone/DC Type Cover Under office Switch Router
East Zone
1 City Dn. Indore East Manormaganj Indore East D/n
East Zone
2 City Dn. Indore East O.P.H. Zone (E) Indore East Zone 3 3 1
East Zone
3 City Dn. Indore East Tilak Nagar Indore Tilak Nagar 1 1 1
East Zone
4 City Dn. Indore East Satyasai Indore Satya Sai 1 1 1
East Zone
5 City Dn. Indore East Kajrana Indore Khagrana 1 1 1
East Zone
6 City Dn. Indore East Goyal Nagar Indore Goyal Nagar 1 1 1

MD/WZ/06/PUR/ADB/ERP-03
A2-8 Annexure-II

7 City Dn. Indore West G.P.H. GPH Zone Corporate


West Zone Subhash
8 City Dn. Indore West Subhash Chowk Indore Chouk 1 1 1
West Zone
9 City Dn. Indore West Sangm nagar Indore Sangam Nagar 1 1 1
West Zone
10 City Dn. Indore West Kalani Nagar Indore Kalani Nagar 1 1 1
North
City Dn. Indore Zone
11 North Sanwer Road Indore Sanwer Road 1 1 1
North
City Dn. Indore Zone
12 North Vijay nagar Indore Vijay Nagar 2 2 1
North
City Dn. Indore Zone
13 North Malwa Mill Indore Malwa Mill 1 1 1
North
City Dn. Indore Zone Electronics
14 North Electronic Comp. Indore Comp 1 1 1
North
City Dn. Indore Zone
15 North Aryany Nagar Indore Aryany Nagar 1 1 1
South
City Dn. Indore Zone
16 South O.P.H. Zone (S) Indore OPH ZONE 2 2 1
South
City Dn. Indore Zone Mechanic
17 South Mechanic Nagar Indore Nagar 1 1 1
South
City Dn. Indore Zone
18 South Daly Collage Indore Daily College 1 1 1
South
City Dn. Indore Zone
19 South Navlakha Indore Navlakha 2 2 1
Central
City Dn. Indore zone Rajendra
20 Central Rajendra Nagar Indore Nagar 1 1 1
Central
City Dn. Indore zone
21 Central Rajmohalla Indore Rajmohalla 1 1 1
Central
City Dn. Indore zone
22 Central Annapurna Indore Annapurna 1 1 1
City Dn. Indore Gumasta
23 Central Gumasta Nagar nagar 1 1 1
City Dn. Indore
24 Central Rau Rau 1 1 1
Zone City Zone
25 City Dn. Dewas City Zone Dewas Dewas 1 1 1
Zone Sr.Ph.Zone
26 City Dn. Dewas Sr. Ph. Zone Dewas Dewas 1 1 1
Zone Ind. Zone
27 City Dn. Dewas IND. Zone Dewas Dewas 1 1 1
Zone Civil line Zone
28 City Dn. Dewas Civil Line Zone Dewas Dewas 1 1 1
East Zone
29 City Dn. Ujjain East Kiosk Ujjain Kiosk 1 1 1
East zone
30 City Dn. Ujjain East Mahashweta Ujjain Mahashweta 1 1 1
East zone
31 City Dn. Ujjain East Mahanada Ujjain Mahananda 4 4 1

MD/WZ/06/PUR/ADB/ERP-03
Annexure-II A2-9

East Zone Maxi Road


32 City Dn. Ujjain East Maxi Road Ujjain Ujjain
West Zone
33 City Dn. Ujjain West Nai Sadak Ujjain Nai Sadak 2 2 1
West Zone
34 City Dn. Ujjain West Chatri Chouk Ujjain Chatri Chouk 2 2 1
West Zone
35 City Dn. Ujjain West Vallabhnagar Ujjain Vallabh Nagar 1 1 1
West Zone
36 City Dn. Ujjain West Khedapati Ujjain Khedapati 1 1 1

AE (HT Maintenance)
Office No of
S.No Office Address Type Cover Under office Switch Router
AE (HT
Maintaina City Dn. Indore
1 City Dn. Indore East nce) East
AE (HT
City Dn. Indore Maintaina City Dn. Indore
2 North nce) North
AE (HT
City Dn. Indore Maintaina City Dn. Indore
3 South nce) South
AE (HT
City Dn. Indore Maintaina City Dn. Indore
4 Central nce) Central
AE (HT
Maintaina City Dn. Indore
5 City Dn. Indore West nce) West
AE (HT
Maintaina City Dn. Ujjain
6 City Dn. Ujjain East nce) East
AE (HT
Maintaina City Dn. Ujjain
7 City Dn. Ujjain West nce) West
AE (HT
Maintaina City Dn.
8 City Dn. Ratlam nce) Ratlam
AE (HT
Maintaina City Dn.
9 City Dn. Dewas nce) Dewas
AE (HT
Maintaina City Dn.
10 City Dn. Khandwa nce) Khandwa
AE (HT
Maintaina City Dn.
11 City Dn. Burhanpur nce) Burhanpur

AE (STC)
Office No of
S.No STC Office Address Type Cover Under office Switch Router
MPEB Campus, GPH
Compound, Polo Ground,
1 O&M Circle Indore Indore AE (STC) Corporate
O&M Circle
2 Khandwa AE (STC) Khandwa
3 O&M Circle AE (STC) Khargone

MD/WZ/06/PUR/ADB/ERP-03
A2-10 Annexure-II

Khargone
O&M Circle
4 Burhanpur AE (STC) Burhanpur
5 O&M Circle Barwani AE (STC) Barwani
6 O&M Circle Jhabua AE (STC) Jhabua
7 O&M Circle Dhar AE (STC) Dhar
MPEB Campus, Maxi Maxi Road
8 O&M Circle UJJAIN Road, Ujjain AE (STC) Ujjain
MPEB Campus, Bhopal
9 O&M Circle DEWAS Road, Dewas AE (STC) Dewas
O&M Circle
10 SHAJAPUR AE (STC) Shajapur
O&M Circle
11 RATLAM AE (STC) Ratlam
O&M Circle
12 MANDSAUR AE (STC) Mandsour
O&M Circle
13 NEEMUCH AE (STC) Neemuch
MPEB Campus, GPH
Compound, Polo Ground,
14 Indore City Circle Indore Corporate

AE (LT MT)
Office No of
S.No Office Address Type Cover Under office Switch Router
AE (LT
1 Indore MT) Indore
AE (LT
2 Ujjain MT) Ujjain
AE (LT
3 Barwah MT) Barwah
AE (LT
4 Burhanpur MT) Burhanpur
AE (LT
5 Ratlam MT) Ratlam
AE (LT
6 Mandsour MT) Mandsour
AE (LT
7 Dhar MT) Dhar

AE (Civil)
Office No of
S.No AE (Civil) Address Type Cover Under office Switch Router
1 Indore GPH AE (Civil) Corporate
Indore
2 Indore South/East AE (Civil) South/East
3 Indore (R) AE (Civil) Corporate
4 Kahrgone AE (Civil) Khargone
5 Badwani AE (Civil) Barwani
6 Burhanpur AE (Civil) Burhanpur
7 Khandwa AE (Civil) Khandwa
8 UJJAIN AE (Civil) Ujjain
9 DEWAS AE (Civil) Dewas
10 MANDSAUR AE (Civil) Mandsour

MD/WZ/06/PUR/ADB/ERP-03
Annexure-II A2-11

11 RATLAM AE (Civil) Ratlam

RAO
Office No of
S.No Office Address Type Cover Under office Switch Router
RAO
1 RAO Indore Indore Corporate
RAO
2 RAO Ujjain Ujjain Ujjain
3 RAO Dhar RAO Dhar Dhar
RAO
4 RAO Khargone Khargone Khargone
RAO
5 RAO Khandwa Khandwa Khandwa
RAO
6 RAO Dewas Dewas Dewas
RAO
7 RAO Ratlam Ratlam Ratlam
RAO
8 RAO Mandsour Mandsour Mandsour

Sub Division Offices


Office No of
S.No Region Circle Type Cover Under office Switch Router
Sub
1 RES-I 1 1
Indore O&M Circle Indore Division 1
Sub
2 RES-III 1 1
Indore O&M Circle Indore Division 1
Sub
3 Sanwer 1 1
Indore O&M Circle Indore Division 1
Sub
4 Mangliya 1 1
Indore O&M Circle Indore Division 1
Sub
5 RES-I 1 1
Indore O&M Circle Indore Division 1
Sub
6 RES-II 1 1
Indore O&M Circle Indore Division 1
Sub
7 Dhamnod 1 1
Indore O&M Circle Indore Division 1
Sub
8 Depalpur 1 1
Indore O&M Circle Indore Division 1
Sub
9 Hatod 1 1
Indore O&M Circle Indore Division 1
Sub
10 Khandwa -R 1 1
Indore O&M Circle Khandwa Division 1
Sub
11 Harsud-R 1 1
Indore O&M Circle Khandwa Division 1
Sub
12 Moondi-R 1 1
Indore O&M Circle Khandwa Division 1
Sub
13 Pandhana 1 1
Indore O&M Circle Khandwa Division 1
Sub
14 Khargone-R-I 1 1
Indore O&M Circle Khargone Division 1
Sub
15 Oon 1 1
Indore O&M Circle Khargone Division 1
Sub
16 Khargone-R-II 1 1
Indore O&M Circle Khargone Division 1

MD/WZ/06/PUR/ADB/ERP-03
A2-12 Annexure-II

Sub
17 Bhikangaon 1 1
Indore O&M Circle Khargone Division 1
Sub
18 Sanawad 1 1
Indore O&M Circle Khargone Division 1
Sub
19 Mandleshwar 1 1
Indore O&M Circle Khargone Division 1
Sub
20 Karhi 1 1
Indore O&M Circle Khargone Division 1
Sub
21 Kasrawad 1 1
Indore O&M Circle Khargone Division 1
Sub
22 Sahapur 1 1
Indore O&M Circle Burhanpur Division 1
Sub
23 Burhanpur-R 1 1
Indore O&M Circle Burhanpur Division 1
Sub
24 Anjad 1 1
Indore O&M Circle Barwani Division 1
Sub
25 Rajpur 1 1
Indore O&M Circle Barwani Division 1
Sub
26 Patlawad 1 1
Indore O&M Circle Jhabua Division 1
Sub
27 Alirajpur 1 1
Indore O&M Circle Jhabua Division 1
Sub
28 Dhar-R 1 1
Indore O&M Circle Dhar Division 1
Sub
29 Badnawar 1 1
Indore O&M Circle Dhar Division 1
Sub
30 Kanwan 1 1
Indore O&M Circle Dhar Division 1
Sub
31 Rajgarh 1 1
Indore O&M Circle Dhar Division 1
Sub
32 Sardarpur 1 1
Indore O&M Circle Dhar Division 1
Sub
33 Kukshi 1 1
Indore O&M Circle Dhar Division 1
Sub
34 Manawar 1 1
Indore O&M Circle Dhar Division 1
Sub
35 UJJAIN UJJAIN UJJAIN ( R ) 1 1
Division 1
Sub
36 UJJAIN UJJAIN GHATIYA 1 1
Division 1
Sub
37 UJJAIN UJJAIN TARANA ( I ) 1 1
Division 1
Sub
38 UJJAIN UJJAIN TARANA ( I I ) 1 1
Division 1
Sub
39 UJJAIN UJJAIN NAGDA ( R ) 1 1
Division 1
Sub
40 UJJAIN UJJAIN KHACHROD 1 1
Division 1
Sub
41 UJJAIN UJJAIN INGORIYA 1 1
Division 1
Sub
42 UJJAIN UJJAIN MAHIDPUR 1 1
Division 1
Sub
43 UJJIAN DEWAS DEWAS ( R-I ) 1 1
Division 1
Sub
44 UJJIAN DEWAS DEWAS ( R-II ) 1 1
Division 1
Sub
45 UJJIAN DEWAS SONKATCH (U) 1 1
Division 1
Sub
46 UJJIAN DEWAS TONK KHURD 1 1
Division 1

MD/WZ/06/PUR/ADB/ERP-03
Annexure-II A2-13

Sub
47 UJJIAN DEWAS BAGLI 1 1
Division 1
Sub
48 UJJIAN DEWAS HATPIPLIYA 1 1
Division 1
Sub
49 UJJIAN DEWAS KANNOD 1 1
Division 1
Sub
50 UJJIAN DEWAS KHATEGAON 1 1
Division 1
Sub
51 UJJIAN SHAJAPUR SHAJAPUR ( I ) 1 1
Division 1
Sub SHAJAPUR ( I I
52 UJJIAN SHAJAPUR 1 1
Division ) 1
Sub
53 UJJIAN SHAJAPUR M.BARODIYA 1 1
Division 1
Sub
54 UJJIAN SHAJAPUR ARNIYA KALA 1 1
Division 1
Sub
55 UJJIAN SHAJAPUR AKODIYA 1 1
Division 1
Sub
56 UJJIAN SHAJAPUR KALAPIPAL 1 1
Division 1
Sub
57 UJJIAN SHAJAPUR SUSNER 1 1
Division 1
Sub
58 UJJIAN RATLAM RATLAM 1 1
Division 1
Sub
59 UJJIAN RATLAM SAILANA 1 1
Division 1
Sub
60 UJJIAN RATLAM JAORA ( R ) 1 1
Division 1
Sub
61 UJJIAN RATLAM PIPLODA 1 1
Division 1
Sub
62 UJJIAN RATLAM ALOTE 1 1
Division 1
Sub
63 UJJIAN RATLAM TAL 1 1
Division 1
Sub
64 UJJIAN MANDSAUR DALODA 1 1
Division 1
Sub MANDSAUR
65 UJJIAN MANDSAUR 1 1
Division (R) 1
Sub
66 UJJIAN MANDSAUR MALHARGARH 1 1
Division 1
Sub
67 UJJIAN MANDSAUR PIPLIYA MANDI 1 1
Division 1
Sub
68 UJJIAN MANDSAUR GAROTH 1 1
Division 1
Sub
69 UJJIAN MANDSAUR BHANPURA 1 1
Division 1
Sub
70 UJJIAN MANDSAUR SITAMAU 1 1
Division 1
Sub
71 UJJIAN NEEMUCH NEEMUCH ( R ) 1 1
Division 1
Sub
72 UJJIAN NEEMUCH JAWAD 1 1
Division 1
Sub
73 UJJIAN NEEMUCH RATANGARH 1 1
Division 1
Sub
74 UJJIAN NEEMUCH MANASA 1 1
Division 1

TOTAL 293 226 170

MD/WZ/06/PUR/ADB/ERP-03
A2-14 Annexure-II

List of Location for Router & Switch Installation for


East Discom
Whether No. of No. of
S. No. Office Name RAPDRP Router Switch
Yes
1 City Circle Jabalpur 1 1
2 SE O&M Jabalpur Yes 0 1
3 SE O&M Mandla Yes 1 1
4 SE O&M Seoni Yes 1 1
5 SE O&M Chhindwara Yes 1 1
6 SE O&M Narsinghpur Yes 1 1
7 SE O&M Katni Yes 1 1
8 SE O&M Sagar Yes 1 1
9 SE O&M Chhatarpur Yes 1 1
10 SE O&M Tikamgarh Yes 1 1
11 SE O&M Damoh Yes 1 1
12 SE O&M Rewa Yes 1 1
13 SE O&M Satna Yes 1 1
14 SE O&M Sidhi Yes 1 1
15 SE O&M Shahdol Yes 1 1
16 Jabalpur East Division office Yes 1 1
17 Jabalpur West Division office Yes 0 1
18 Jabalpur North Division office Yes 1 1
19 Jabalpur South Division office Yes 0 1
20 Vijay Nagar Division office Yes 1 1
21 Jabalpur O&M Division office Yes 1 1
22 Sihora Division office Yes 1 1
23 Patan Division office No 1 1
24 Katni O & M Division office Yes 0 1
25 Katni City Division office Yes 1 1
26 Mandla O & M Division office Yes 1 1
27 Mandla -II Division office Yes 0 1
28 Dindori Division office No 1 1
29 Narsinghpur Division office Yes 0 1
30 Gadarwara Division office Yes 1 1
31 Seoni Division office Yes 0 1
32 Balaghat Division office Yes 1 1
33 Lakhnadone Division office No 1 1
34 Waraseoni Division office No 1 1
35 Baihar Division office No 1 1
36 City Division Chhindwara Yes 0 1
37 Chhindwara Division East office No 0 1
38 Pandurna Division office Yes 1 1
39 Junardeo Division office No 1 1
40 Parasia Division office Yes 1 1
41 Amarwada Division office No 1 1
42 Sausar Division office No 1 1
43 Rewa(CITY) Division office Yes 0 1
44 Rewa(O&M)-South Division office Yes 1 1
45 Rewa(O&M)-North Division office Yes 0 1
46 Rewa(O&M) Division office Yes 1 1
47 Satna(O&M) Division office Yes 0 1
48 Maihar(O&M) Division office Yes 1 1
49 Satna city Division office Yes 1 1
50 Sidni(O&M) MD 0 1
51 Sidni(O&M) Division office Yes 1 1
52 Waidhan (O&M ) Division office No 1 1
53 City Dn. Waidhan Division office Yes 0 1

MD/WZ/06/PUR/ADB/ERP-03
Annexure-II A2-15

54 Shahdol (O&M) Division office Yes 0 1


55 Anuppur(O&M) Division office No 1 1
56 Umaria(O&M) Division office No 1 1
57 Sagar(CITY) Division office Yes 1 1
58 Sagar(O&M) Division office No 0 1
59 Rehi(O&M) Division office No 1 1
60 Bina(O&M) Division office Yes 1 1
61 Banda(O&M) Division office No 1 1
62 Damoh(O&M) North Division office No 0 1
63 Damoh(O&M) South Division office Yes 1 1
64 Chhatarpur(O&M) Division office Yes 1 1
65 Panna(O&M ) Division office Yes 1 1
66 Prithvipur(O&M) Division office No 1 1
67 O&M DN. KHAJURAHO Division office No 1 1
68 Tikamgarh(O&M) Division office Yes 1 1
69 Jabalpur Zone-1 Sub Division office Yes 0 1
70 Jabalpur Zone-2 Sub Division office Yes 0 1
71 Mission Compound Sub Division office Yes 0 1
72 Damoh Naka Sub Division office Yes 0 1
73 Gorakhpur Sub Division office Yes 0 1
74 Garha Sub Division office Yes 1 1
75 RES Rampur Sub Division office Yes 1 1
76 Ranjhi Sub Division office Yes 1 1
77 Adhartal(T) Sub Division office Yes 0 1
78 Rameshwaram zone Sub Division office Yes 0 1
79 Vijaya Nagar Zone Sub Division office Yes 0 1
80 Madhotal (Rural) Sub Division office 1 1
81 Adhartal(Rural) Sub Division office 1 1
82 Sihora-I Sub Division office Yes 0 1
83 Sihora-II Sub Division office No 0 1
84 Patan Sub Division office No 1 1
85 Katangi Sub Division office No 1 1
86 Dindori Sub Division office No 0 1
87 Shahpura Sub Division office No 1 1
88 Mandla-I Sub Division office No 1 1
89 Nainpur Sub Division office No 1 1
90 Mandla-II Sub Division office Yes 1 1
91 Niwas Sub Division office No 1 1
92 Narsinghpur Sub Division office Yes 1 1
93 Gotegaon Sub Division office No 1 1
94 Kareli Sub Division office No 1 1
95 Gadarwara-I Sub Division office Yes 0 1
96 Gadarwara-II Sub Division office Yes 0 1
97 Seoni(Town) Sub Division office Yes 1 1
98 Seoni(Res) Sub Division office No 1 1
99 Keolari Sub Division office No 1 1
100 Lakhnadon Sub Division office No 0 1
101 Chhapara Sub Division office No 1 1
102 Waraseoni Sub Division office No 1 1
103 Katangi Sub Division office No 1 1
104 Balaghat Sub Division office Yes 1 1
105 Balaghat(RES) Sub Division office No 1 1
106 Baihar Sub Division office No 1 1
107 Katni(Res) O&M Sub Division office No 1 1
108 Sleemnabad Sub Division office Yes 1 1
109 Kaymore Sub Division office No 1 1
110 Katni (Town) Sub Division office Yes 0 1
111 RES Katni City Sub Division office No 0 1
112 City Dn. Chhindwara Sub Division office Yes 1 1

MD/WZ/06/PUR/ADB/ERP-03
A2-16 Annexure-II

113 Chhindwara® Sub Division office No 1 1


114 Umranala Sub Division office No 1 1
115 Junnardeo Sub Division office No 1 1
116 Tamiya Sub Division office No 1 1
117 Amarwara Sub Division office No 0 1
118 Chourai Sub Division office No 1 1
119 Chand Sub Division office No 1 1
120 Pandhurna(E) Sub Division office No 0 1
121 Pandhurna(W) Sub Division office No 0 1
122 Pandhurna(T) Sub Division office Yes 1 1
123 Sausar-I Sub Division office No 0 1
124 Sausar-II Sub Division office No 1 1
125 Bichhua Sub Division office No 1 1
126 Parasia Sub Division office Yes 1 1
127 Barkuhi Sub Division office No 1 1
128 Sagar-I Sub Division office No 1 1
129 Sagar-II Sub Division office No 1 1
130 Garhakota Sub Division office No 1 1
131 Deori Sub Division office No 1 1
132 Rehli Sub Division office No 1 1
133 Kesli Csd Sub Division office No 0 1
134 Bina Sub Division office Yes 0 1
135 Khurai Sub Division office Yes 1 1
136 Banda Sub Division office No 0 1
137 Damoh Town Sub Division office Yes 0 1
138 Damoh RES Sub Division office No 0 1
139 Tendukheda Sub Division office No 1 1
140 Hatta Sub Division office No 1 1
141 Pathariya Sub Division office No 1 1
142 Chhatarpur Sub Division office Yes 0 1
143 Bijawar Sub Division office No 1 1
144 Panna Sub Division office Yes 0 1
145 Pawai Sub Division office No 1 1
146 Khajuraho Sub Division office No 0 1
147 Laundi Sub Division office No 1 1
148 Tikamgarh Sub Division office Yes 0 1
149 Jatara Sub Division office No 1 1
150 Prithvipur Sub Division office No 0 1
151 Niwari Sub Division office No 1 1
152 Rewa RES Sub Division office Yes 0 1
153 Sirmour Thp Sub Division office No 1 1
154 Mouganj Sub Division office No 1 1
155 Teothar Sub Division office No 1 1
156 Rewa O&M Sub Division office No 0 1
157 Satna(Res)-I Sub Division office No 0 1
158 Satna(Res)-II Sub Division office No 1 1
159 Jaitwara Sub Division office No 1 1
160 Satna(Town) Sub Division office Yes 1 1
161 Maihar Sub Division office Yes 1 1
162 Amarpatan Sub Division office No 1 1
163 Nagod Sub Division office No 1 1
164 Res S/Dn Sidhi Sub Division office No 1 1
165 O&M S/Dn Sidhi Sub Division office Yes 0 1
166 City S/Dn Sidhi Sub Division office Yes 0 1
167 Churhat Sub Division office No 1 1
168 Waidhan Sub Division office Yes 1 1
169 Deosar Sub Division office No 1 1
170 Waidhan City S/Dn Sub Division office No 1 1
171 Shahdol Town Sub Division office Yes 0 1

MD/WZ/06/PUR/ADB/ERP-03
Annexure-II A2-17

172 Shahdol RES Sub Division office No 0 1


173 Beohari Sub Division office No 1 1
174 Burhar Sub Division office No 1 1
175 Umariya Sub Division office No 1 1
176 Birsinghpurpali Sub Division office No 1 1
177 Anuppur Sub Division office No 1 1
178 Rajendragram Sub Division office No 1 1
179 Kotma Sub Division office No 1 1
180 Regional Office,Jabalpur Yes 1 1
181 Regional Office,Rewa Yes 1 1
182 Regional Office, Sagar Yes 0 1
183 Jabalpur SE Civil Office Yes 0 1
184 Sagar SE Civil Office No 0 1
185 Rewa SE Civil Office No 0 1
186 SE Store ,Jabalpur No 0 1
187 SE Meter Monitoring Cell, Jabalpur No 1 1
188 O&M Circle Jabalpur(STC DIVISION) No 1 1
189 City Circle Jabalpur(STC DIVISION) No 1 1
190 O&M Circle Narsinghpur(STC DIVISION) No 1 1
191 O&M Circle Seoni(STC DIVISION) No 0 1
192 O&M Circle Chhindwara(STC DIVISION) No 1 1
193 STC DIVISION Sagar Yes 1 1
194 STC DIVISION Chhatarpur Yes 0 1
195 O&M Circle Rewa(STC DIVISION) No 0 1
196 O&M Circle Satna(STC DIVISION) No 0 1
197 Civil division Office,Chhindwara No 0 1
198 O&M Circle Jabalpur (STM DIVISION OFFICE) No 0 1
199 City Circle Jabalpur(STM DIVISION OFFICE) No 1 1
200 O&M Circle Chhindwara(STM DIVISION OFFICE) yes 1 1
201 O&M Circle Seoni(STM DIVISION OFFICE) Yes 1 1
202 O&M Circle Narsinghpur(STM DIVISION OFFICE) No 0 1
203 O&M Circle Katni (STM DIVISION OFFICE) Yes 0 1
204 O&M Circle Sagar (STM DIVISION OFFICE) Yes 0 1
205 O&M Circle Tikamgarh(STM DIVISION OFFICE) No 0 1
206 O&M Circle Chhatarpur(STM DIVISION OFFICE) Yes 0 1
207 O&M Circle Rewa (STM DIVISION OFFICE) Yes 0 1
208 O&M Circle Satna(STM DIVISION OFFICE) Yes 0 1
209 O&M Circle Sidhi(STM DIVISION OFFICE) Yes 0 1
210 O&M Circle Shahdol(STM DIVISION OFFICE) Yes 0 1
211 Jabalpur Store Division Yes 1 1
212 CHHINDWARA STORE Division No 1 1
213 SAGAR STORE Division No 0 1
214 CHHATRPUR STORE Division No 0 1
215 Satna Store Division Yes 0 1
216 MT DIVISION OFFICE JABALPUR No 1 1
217 MT DIVISION OFFICE SAGAR Yes 0 1
218 MT DIVISION OFFICE REWA No 0 1
219 MT DIVISION OFFICE CHHINDWARA No 0 1
220 EE Workshop,Jabalpur No 1 1
221 MRTU,Jabalpur No 1 1
222 EE Electrical(Complex Maintenance) No 0 0
223 AE STC O&M Circle Jabalpur No 1 1
224 AE STC City Circle Jabalpur No 1 1
225 AE STC Katni 1 1
226 AE STC City Circle Mandla No 0 1
227 AE STC O&M Circle Chhindwara No 1 1
228 AE STC Gadarwara(NSP Circle) No 0 1
229 AE STC O&M Circle Rewa No 0 1
230 AE STC O&M Circle Satna No 0 1

MD/WZ/06/PUR/ADB/ERP-03
A2-18 Annexure-II

231 AE STC O&M Circle Sidhi No 0 1


232 AE STC O&M Circle Shahdol 0 1
233 AE STC O&M Circle Damoh No 0 1
234 AE STC Bina (Sagar Circle) No 0 1
235 AE STC O&M Circle Chhatarpur No 0 1
236 AE STC O&M Circle Damoh No 0 1
237 AE (Civil)Jabalpur No 0 1
238 AE (Civil)Narsinghpur No 0 1
239 AE (Civil)Katni No 1 1
240 AE (Civil) Mandla No 0 1
241 AE (Civil)Seoni No 0 1
242 AE (Civil) Satna No 1 1
243 AE (Civil)Rewa No 0 1
244 AE (Civil) Shahdol No 0 1
245 AE (Civil)Sidhi No 1 1
246 AE (Civil)Sagar No 0 1
247 AE (Civil)Damoh No 0 1
248 AE (Civil)Chhatrpur No 0 1
249 AE (Civil)Tikamgarh No 0 1
250 AE (LT MT)JABALPUR No 1 1
251 AE (LT MT)SATNA Yes 0 1
252 AE (LT MT)SAGAR Yes 1 1
253 AE (LT MT)CHHATARPUR No 0 1
254 AE (LT MT)SHAHDOL No 0 1
255 AE (LT MT)SEONI No 0 1
256 AE (LT MT) CHHINDWARA No 0 1
257 AE TSG O&M -JABALPUR No 0 1
258 AE TSG-NARSINGHPUR No 0 1
259 AE TSG-MANDLA No 1 1
260 AE TSG-SAGAR No 0 1
261 AE TSG-REHLI No 0 1
262 AE TSG-DAMOH No 0 1
263 AE TSG-TIKAMGARH No 0 1
264 AE TSG-PANDURNA No 1 1
265 AE TSG-CHHINDWARA No 0 1
266 AE TSG-SATNA No 0 1
267 AE TSG-Katni 1 1
268 AE TSG-SIDHI No 0 1
269 AE TSG-SEONI No 0 1
270 AE TSG-BALAGHAT No 1 1
271 AE TSG-SHAHDOL No 0 1
272 RAO JABALPUR No 0 1
273 RAO CHHINDWARA No 0 1
274 RAO SAGAR Yes 0 1
275 RAO CHHATARPUR Yes 1 1
276 RAO REWA Yes 0 1
277 RAO SIDHI No 0 1
DC
278 Sadar 0 1
279 Katanga 0 1
280 Ghamapur 0 1
281 Ranjhi 0 1
282 Dwarakanagar 0 1
283 Circuit house 0 1
284 H-Rose 0 1
285 RIZ -Road 0 1
286 Civil Lines 0 1
287 Puchpedi 0 1
288 University 0 1

MD/WZ/06/PUR/ADB/ERP-03
Annexure-II A2-19

289 Pasiyana 0 1
290 Chandinichowk 0 1
291 Hanumantal 0 1
292 Bahorabagh 0 1
293 Phutatal 0 1
294 Indira Markat 0 1
295 Omiti 0 1
296 Premsagar 0 1
297 Clock Tower 0 1
298 Beaohar Baag 0 1
299 Victoria 0 1
300 Naagrath 0 1
301 Napier Town 0 1
302 Karam chand 0 1
303 Rani Tal 0 1
304 Museum 0 1
305 Bada Phuara 0 1
306 Miloni Ganj 0 1
307 Ukhri III 0 1
308 Ukhri IV 0 1
309 Ukhri V 0 1
310 Gorakh Pur 0 1
311 Choutha Pul 0 1
312 Hathital 0 1
313 Prasar Bharti 0 1
314 Wright Town 0 1
315 Clock Tower 0 1
316 Nodhra Bridge 0 1
317 Purwa 1 1
318 Res Rampur 0 1
319 Polipathar 1 1
320 Bilhari 1 1
321 Ranjhi 1 1
322 Adhartal(Town)-I 0 1
323 Adhartal-Ii 1 1
324 UKHRI-II 0 1
325 SHANTI NAGAR 0 1
326 BALDEV BAAG 0 1
327 UKHRI-VI 0 1
328 UKHRI-VII 0 1
329 VIJAYNAGAR-FEEDER 0 1
330 EKTA NAGAR 0 1
331 SBI 0 1
332 ITI 0 1
333 TRIMURTI NAGAR 0 1
334 AMKHERA 0 1
335 KACHNAR-I 0 1
336 KACHNAR-II 0 1
337 Madhotal(Rural) 1 1
338 Bargi U/G 1 1
339 Bheraghat 1 1
340 Panagar (Rural) 1 1
341 Panagar (Town) 1 1
342 Pipariya 1 1
343 Sihora (Town) 0 1
344 Sihora (Rural) 0 1
345 Patan-I 1 1
346 Patan-Ii 1 1
347 Shahpura U/G 0 0

MD/WZ/06/PUR/ADB/ERP-03
A2-20 Annexure-II

348 Katangi 0 0
349 Dindori 0 1
350 Mandla(Town) 1 1
351 Nainpur 1 1
352 Mandla (Rural)-KATRA 1 1
353 Maharajpur 1 1
354 Narsinghpur(T) U/G 0 1
355 Narsinghpur(R) U/G 1 1
356 Gadarwara(Town) 1 1
357 Gadarwara(Rural) 1 1
358 Seoni(Town) 1 1
359 Seoni(Rural) 1 1
360 Chhapara-I 0 0
361 Chhapara-Ii 0 0
362 Balaghat(Town) 1 1
363 Sarekha-I U/G 0 1
364 Sarekha-Ii U/G 0 1
365 Chhindwara(Town) 1 1
366 Chhindwara(Rural) 1 1
367 Amarwara-I 1 1
368 Amarwara-Ii 0 1
369 Chand 0 1
370 Pandhurna(T) 1 1
371 Pandhurna® 1 1
372 Sagar(Res) 1 1
373 Baheriya 1 1
374 Bamori Renguan 1 1
375 City Sagar 0 1
376 Garhakota(Town) 0 1
377 Garhakora(East) 0 1
378 Deori(Town) 1 1
379 Deori(Rural) 0 0
380 Rehli(Town) 1 1
381 Bina(North) 0 1
382 Bina(South) 0 1
383 Bina(Res) 0 1
384 Agasod 0 0
385 Khurai(Town) 1 1
386 Khurai(Rural)U/G 1 1
387 Banda(Town) 0 1
388 Damoh(Town)U/G 1 1
389 Damoh(Res) 1 1
390 Tendukheda 1 1
391 Hatta(Town) 1 1
392 Chhatarpur(Town)U/G 0 1
393 Chhatarpur(Rural) 1 1
394 Panna(Town) 1 1
395 Panna(Rural) 1 1
396 Khajuraho(Town) 1 1
397 Laundi Town 0 1
398 Laundi(Rural) 0 1
399 Tikamgarh(Town) 1 1
400 Tikamgarh(Rural)U/G 1 1
401 Niwari 1 1
402 Rewa(Town)U/G 0 1
403 Rewa(RES)U/G 0 1
404 Rewa (O&M) 0 1
405 Satna Res-Ii 0 1
406 Maihar(Rural)U/G 0 1

MD/WZ/06/PUR/ADB/ERP-03
Annexure-II A2-21

407 Maihar(Town) 0 1
408 Amarpatan 0 1
409 Nagod(Town) 0 1
410 Nagod(Res)U/G 0 1
411 Sidhi Res 0 1
412 Sidhi(Town)-I 0 1
413 Sidhi(Town)-II 0 1
414 Waidhan U/G 1 1
415 Shahdol Town 1 1
416 Shahdol Res 1 1
417 Singhpur 1 1
418 Anuppur(Town) 1 1
Total 207 411

Note: - The above location lists of West and East Discom are tentative and may
vary/change. Payment will be made as actual for the supplied items/services.

MD/WZ/06/PUR/ADB/ERP-03
ANNEXURE III

Tentative Quantity of Existing Hardware


Annexure-III A3-1

Annexure-III

1. Tentative quantity of existing hardware in Discom-West

Corporate Office

Corporate PC with Laser Multi Functional


S.No Address Laptop
Office UPS Printer Printer

MPEB Campus, GPH


CMD Office,
1 Compound, Polo 20 10 10 20
Indore
Ground, Indore

Region Offices

PC with Laser Multi Functional


S.No Region Office Address Laptop
UPS Printer Printer

MPEB Campus, GPH


1 Indore Compound, Polo 8 2 2 5
Ground, Indore

MPEB Campus, Jyoti


2 Ujjain 8 2 2 5
Nagar, Ujjain
Total 16 4 4 10

Chief Vigilance Office

PC with Laser Multi Functional


S.No Office Address Laptop
UPS Printer Printer

MPEB Campus, GPH


Chief Vigilance
1 Compound, Polo 5 2 1 10
Office
Ground, Indore

IT Office

PC with Laser Multi Functional


S.No Office Address Laptop
UPS Printer Printer

MD/WZ/06/PUR/ADB/ERP-03
A3-2 Annexure-III

IT Building, MPEB
Campus, GPH
1 IT Office 7 2 5 15
Compound, Polo
Ground, Indore

SE Civil Offices

PC with Laser Multi Functional


S.No Civil Office Address Laptop
UPS Printer Printer

MPEB Campus, GPH


1 Indore Compound, Polo 4 1 1 2
Ground, Indore

MPEB Campus, Jyoti


2 Ujjain 4 1 1 2
Nagar, Ujjain
Total 8 2 2 4

SE Store Office

PC with Laser Multi Functional


S.No Office Address Laptop
UPS Printer Printer

MPEB Campus, GPH


1 SE Stores Compound, Polo 5 1 1 2
Ground, Indore

SE Meter Testing

PC with Laser Multi Functional


S.No Office Address Laptop
UPS Printer Printer

MPEB Campus, GPH


1 SE MT Compound, Polo 2 1 1 1
Ground, Indore

O&M Circle Offices

O&M Circle PC with Laser Multi Functional


S.No Address Laptop
Office UPS Printer Printer

MD/WZ/06/PUR/ADB/ERP-03
Annexure-III A3-3

MPEB Campus, GPH


O&M Circle
1 Compound, Polo 5 2 2 2
Indore
Ground, Indore
O&M Circle
2 5 2 2 2
Khandwa
O&M Circle
3 5 2 2 2
Khargone
O&M Circle
4 5 2 2 2
Burhanpur
O&M Circle
5 5 2 2 2
Barwani
O&M Circle
6 5 2 2 2
Jhabua
O&M Circle
7 5 2 2 2
Dhar
O&M Circle MPEB Campus, Maxi
8 5 2 2 2
UJJAIN Road, Ujjain
O&M Circle MPEB Campus, Bhopal
9 5 2 2 2
DEWAS Road, Dewas
O&M Circle
10 5 2 2 2
SHAJAPUR
O&M Circle
11 5 2 2 2
RATLAM
O&M Circle
12 5 2 2 2
MANDSAUR
O&M Circle
13 5 2 2 2
NEEMUCH
MPEB Campus, GPH
Indore City
14 Compound, Polo 5 2 2 2
Circle
Ground, Indore
Total 70 28 28 28

Division Offices at Indore Region

Division PC with Laser Multi Functional


S.No Address Laptop
Office UPS Printer Printer
1 Indore West 1 0 1 1
2 Indore East 1 0 1 1
Indore
3 Central 1 0 1 1
4 Indore South 1 0 1 1
5 Indore North 1 0 1 1
6 Indore O&M 4 2 1 1
7 Mhow 1 0 1 1
8 Depalpur 4 2 1 1
9 Pithampur 1 0 1 1

MD/WZ/06/PUR/ADB/ERP-03
A3-4 Annexure-III

10 Khandwa 4 2 1 1
11 Pandhana 4 2 1 1
City
12 khandwa 1 0 1 1
13 Khargone-I 1 0 1 1
14 Khargone-II 4 2 1 1
15 Barwaha 1 0 1 1
Mandleshwa
16 r 4 2 1 1
Burhanpur
17 City 1 0 1 1
Burhanpur
18 O&M 4 2 1 1
19 Barwani 1 0 1 1
20 Sendhwa 1 0 1 1
21 Jhabua 1 0 1 1
22 Alirajpur 4 2 1 1
23 Dhar 1 0 1 1
24 Rajghar 4 2 1 1
25 Manawar 4 2 1 1
Total 55 20 25 25

Division Offices at Ujjain Region

PC with Laser Multi Functional


S.No Division Office Address Laptop
UPS Printer Printer
UJJAIN(CITY)-
1 0 1 1
1 East
UJJAIN(CITY)-
1 0 1 1
2 West
3 UJJAIN(O&M) 4 2 1 1
4 TARANA(O&M) 4 2 1 1
5 NAGDA(O&M) 1 0 1 1
BARANAGAR(O&
1 0 1 1
6 M)
MAHIDPUR(O&M
4 2 1 1
7 )
8 DEWAS(O&M) 4 2 1 1
9 DEWAS (CITY) 1 0 1 1
SONKATCH(O&M
4 2 1 1
10 )
11 BAGLI(O&M) 4 2 1 1
12 KANNOD (O&M) 4 2 1 1
SHAJAPUR(O&M
1 0 1 1
13 )
14 SHUJALPUR 1 0 1 1

MD/WZ/06/PUR/ADB/ERP-03
Annexure-III A3-5

(O&M)
15 AGAR (O&M) 1 0 1 1
16 RATLAM CITY 1 0 1 1
17 RATLAM(O&M) 4 2 1 1
18 JAORA(O&M) 1 0 1 1
19 ALOTE (O & M) 4 2 1 1
MANDSAUR
1 0 1 1
20 (O&M)
MALHARGARH(O
4 2 1 1
21 &M)
22 GAROTH (O&M) 4 2 1 1
23 SITAMAU (O&M) 4 2 1 1
NEEMUCH
1 0 1 1
24 (O&M)
25 JAWAD (O&M) 4 2 1 1
26 MANASA 4 2 1 1
Total 68 28 26 26

STC Division Offices

STC Division PC with Laser Multi Functional


S.No Address Laptop
Office UPS Printer Printer
MPEB Campus,
GPH Compound,
1 O&M Circle Indore 2 0 1 1
Polo Ground,
Indore
O&M Circle
2 2 0 1 1
Khandwa
O&M Circle
3 2 0 1 1
Khargone
O&M Circle
4 2 0 1 1
Burhanpur
O&M Circle
5 2 0 1 1
Barwani
O&M Circle
6 2 0 1 1
Jhabua
7 O&M Circle Dhar 2 0 1 1
O&M Circle MPEB Campus,
8 2 0 1 1
UJJAIN Maxi Road, Ujjain
MPEB Campus,
O&M Circle
9 Bhopal Road, 2 0 1 1
DEWAS
Dewas
O&M Circle
10 2 0 1 1
SHAJAPUR
O&M Circle
11 2 0 1 1
RATLAM

MD/WZ/06/PUR/ADB/ERP-03
A3-6 Annexure-III

O&M Circle
12 2 0 1 1
MANDSAUR
O&M Circle
13 2 0 1 1
NEEMUCH
MPEB Campus,
GPH Compound,
14 Indore City Circle 2 0 1 1
Polo Ground,
Indore
Total 28 0 14 14

STM Division Offices

PC
STM Division Laser Multi Functional
S.No Address with Laptop
Office Printer Printer
UPS
MPEB Campus,
1 O&M Circle Indore GPH Compound, 2 1 1 1
Polo Ground, Indore
O&M Circle
2 2 1 1 1
Khandwa
O&M Circle
3 2 1 1 1
Khargone
O&M Circle
4 2 1 1 1
Burhanpur
O&M Circle
5 2 1 1 1
Barwani
O&M Circle
6 2 1 1 1
Jhabua
7 O&M Circle Dhar 2 1 1 1
O&M Circle MPEB Campus, Maxi
8 2 1 1 1
UJJAIN Road, Ujjain
O&M Circle MPEB Campus,
9 2 1 1 1
DEWAS Bhopal Road, Dewas
O&M Circle
10 2 1 1 1
SHAJAPUR
O&M Circle
11 2 1 1 1
RATLAM
O&M Circle
12 2 1 1 1
MANDSAUR
O&M Circle
13 2 1 1 1
NEEMUCH
MPEB Campus,
14 Indore City Circle GPH Compound, 2 1 1 1
Polo Ground, Indore
Total 28 14 14 14

Civil Division Offices

MD/WZ/06/PUR/ADB/ERP-03
Annexure-III A3-7

PC
Laser Multi Functional
S.No Civil Office Address with Laptop
Printer Printer
UPS
1 Indore 2 2 2 1
2 Khandwa 2 2 2 1
3 Ujjain 2 2 2 1
4 Ratlam 2 2 2 1
Total 8 8 8 4

Store Division/Sub Depot Offices

Store Division/ PC with Laser Multi Functional


S.No Address Laptop
Sub Depot Office UPS Printer Printer

1 RATLAM STORE 8 4 1 1
2 UJJAIN STORE 8 4 1 1
3 INDORE STORE 8 4 1 1
4 BARWAH STORE 8 4 1 1
DHAR DEPOT
5 2 1 0 0
STORE
MANDSOUR
6 2 1 0 0
DEPOT STORE
Total 32 16 4 4

MT Division Offices

PC with Laser Multi Functional


S.No Office Address Laptop
UPS Printer Printer

MPEB Campus,
GPH Compound,
1 MT-1, Indore 2 0 1 1
Polo Ground,
Indore
MPEB Campus,
GPH Compound,
2 MT-2, Indore 2 0 1 1
Polo Ground,
Indore
MPEB Campus,
3 MT, Ujjain 2 0 1 1
Maxi Road, Ujjain
Total 6 0 3 3

MTRU

MD/WZ/06/PUR/ADB/ERP-03
A3-8 Annexure-III

PC with Laser Multi Functional


S.No Office Address Laptop
UPS Printer Printer

MPEB Campus,
GPH Compound,
1 MTRU 1 1 0 0
Polo Ground,
Indore
Sub Division Offices

PC
Laser
S.No Region Circle Div Sub Division with
Printer
UPS
1 Indore O&M Circle Indore Indore RES-I 2 1
2 Indore O&M Circle Indore Indore RES-III 2 1
3 Indore O&M Circle Indore Indore Sanwer 2 1
4 Indore O&M Circle Indore Indore Mangliya 2 1
5 Indore O&M Circle Indore Mhow Mhow (T) 1 1
6 Indore O&M Circle Indore Mhow RES-I 2 1
7 Indore O&M Circle Indore Mhow RES-II 2 1
8 Indore O&M Circle Indore Mhow Dhamnod 2 1
9 Indore O&M Circle Indore Depalpur Depalpur 2 1
10 Indore O&M Circle Indore Depalpur Hatod 2 1
11 Indore O&M Circle Indore Pithampur Pithampur 1 1
O&M Circle
12 Khandwa Khandwa -R
Indore Khandwa 2 1
O&M Circle
13 Khandwa Harsud-R
Indore Khandwa 2 1
O&M Circle
14 Khandwa Moondi-R
Indore Khandwa 2 1
O&M Circle
15 Pandhana Pandhana
Indore Khandwa 2 1
O&M Circle
16 Khargone-1 Khargone-R-I
Indore Khargone 2 1
O&M Circle
17 Khargone-1 Oon
Indore Khargone 2 1
O&M Circle
18 Khargone-II Khargone-R-II
Indore Khargone 2 1
O&M Circle
19 Khargone-II Bhikangaon
Indore Khargone 2 1
O&M Circle
20 Khargone-1 Khargone
Indore Khargone 1 1
O&M Circle
21 Barwaha Barwaha
Indore Khargone 1 1
O&M Circle
22 Barwaha Sanawad
Indore Khargone 2 1
O&M Circle
23 Barwaha Sanawad -T
Indore Khargone 1 1
O&M Circle
24 Mandleshwar Mandleshwar
Indore Khargone 2 1

MD/WZ/06/PUR/ADB/ERP-03
Annexure-III A3-9

O&M Circle
25 Mandleshwar Karhi
Indore Khargone 2 1
O&M Circle
26 Mandleshwar Kasrawad
Indore Khargone 2 1
O&M Circle
27 Burhanpur O&M Sahapur
Indore Burhanpur 2 1
O&M Circle
28 Burhanpur O&M Nepanagar
Indore Burhanpur 1 1
O&M Circle
29 Burhanpur O&M Burhanpur-R
Indore Burhanpur 2 1
30 Indore O&M Circle Barwani Barwani Barwani 1 1
31 Indore O&M Circle Barwani Barwani Anjad 2 1
32 Indore O&M Circle Barwani Sendhwa Sendhwa 1 1
33 Indore O&M Circle Barwani Sendhwa Rajpur 2 1
34 Indore O&M Circle Jhabua Jhabua Jhabua 1 1
35 Indore O&M Circle Jhabua Jhabua Patlawad 2 1
36 Indore O&M Circle Jhabua Alirajpur Alirajpur 2 1
37 Indore O&M Circle Dhar Dhar Dhar-T 1 1
38 Indore O&M Circle Dhar Dhar Dhar-R 2 1
39 Indore O&M Circle Dhar Dhar Badnawar 2 1
40 Indore O&M Circle Dhar Dhar Kanwan 2 1
41 Indore O&M Circle Dhar Rajghar Rajgarh 2 1
42 Indore O&M Circle Dhar Rajghar Sardarpur 2 1
43 Indore O&M Circle Dhar Rajghar Kukshi 2 1
44 Indore O&M Circle Dhar Manawar Manawar 2 1
45 Ujjain Ujjain Ujjain(O&M) Ujjain ( R ) 2 1
46 Ujjain Ujjain Ujjain(O&M) Ghatiya 2 1
47 Ujjain Ujjain Tarana(O&M) Tarana ( I ) 2 1
48 Ujjain Ujjain Tarana(O&M) Tarana ( I I ) 2 1
49 Ujjain Ujjain Nagda(O&M) Nagda ( U ) 1 1
50 Ujjain Ujjain Nagda(O&M) Nagda ( R ) 2 1
51 Ujjain Ujjain Nagda(O&M) Khachrod 2 1
52 Ujjain Ujjain Baranagar(O&M) Barnagar 1 1
53 Ujjain Ujjain Baranagar(O&M) Ingoriya 2 1
54 Ujjain Ujjain Mahidpur(O&M) Mahidpur 2 1
55 Ujjian Dewas Dewas(O&M) Dewas ( R-I ) 2 1
56 Ujjian Dewas Dewas(O&M) Dewas ( R-Ii ) 2 1
57 Ujjian Dewas Sonkatch(O&M) Sonkatch (U) 2 1
58 Ujjian Dewas Sonkatch(O&M) Tonk Khurd 2 1
59 Ujjian Dewas Bagli(O&M) Bagli 2 1
60 Ujjian Dewas Bagli(O&M) Hatpipliya 2 1
61 Ujjian Dewas Kannod (O&M) Kannod 2 1
62 Ujjian Dewas Kannod (O&M) Khategaon 2 1
63 Ujjian Shajapur Shajapur(O&M) Shajapur(T) 1 1

MD/WZ/06/PUR/ADB/ERP-03
A3-10 Annexure-III

64 Ujjian Shajapur Shajapur(O&M) Shajapur ( I ) 2 1


65 Ujjian Shajapur Shajapur(O&M) Shajapur ( I I ) 2 1
M.Barodiya
66 Ujjian Shajapur M.Barodiya
(O&M) 2 1
67 Ujjian Shajapur Shujalpur (O&M) Shujalpur 1 1
68 Ujjian Shajapur Shujalpur (O&M) Arniya Kala 2 1
69 Ujjian Shajapur Shujalpur (O&M) Akodiya 2 1
70 Ujjian Shajapur Shujalpur (O&M) Kalapipal 2 1
71 Ujjian Shajapur Agar (O&M) Agar (U ) 1 1
72 Ujjian Shajapur Agar (O&M) Susner 2 1
73 Ujjian Ratlam Ratlam(O&M) Ratlam 2 1
74 Ujjian Ratlam Ratlam(O&M) Sailana 2 1
75 Ujjian Ratlam Jaora(O&M) Jaora ( U ) 1 1
76 Ujjian Ratlam Jaora(O&M) Jaora ( R ) 2 1
77 Ujjian Ratlam Jaora(O&M) Piploda 2 1
78 Ujjian Ratlam Alote (O & M) Alote 2 1
79 Ujjian Ratlam Alote (O & M) Tal 2 1
80 Ujjian Mandsaur Mandsaur (O&M) Mandsaur (U) 1 1
81 Ujjian Mandsaur Mandsaur (O&M) Daloda 2 1
82 Ujjian Mandsaur Mandsaur (O&M) Mandsaur (R) 2 1
Malhargarh(O&M
83 Ujjian Mandsaur Malhargarh
) 2 1
Malhargarh(O&M
84 Ujjian Mandsaur Pipliya Mandi
) 2 1
85 Ujjian Mandsaur Garoth (O&M) Garoth 2 1
86 Ujjian Mandsaur Garoth (O&M) Bhanpura 2 1
87 Ujjian Mandsaur Sitamau (O&M) Sitamau 2 1
88 Ujjian Neemuch Neemuch (O&M) Neemuch ( U ) 1 1
89 Ujjian Neemuch Neemuch (O&M) Neemuch ( R ) 2 1
90 Ujjian Neemuch Jawad (O&M) Jawad 2 1
91 Ujjian Neemuch Jawad (O&M) Ratangarh 2 1
92 Ujjian Neemuch Manasa Manasa 2 1
Total 166 92

DC Offices

PC
Laser
Region Circle Div Sub Division DC With
Printer
UPS
O&M Circle
Indore RES-I 1
Indore Indore Mangliya (UG) 1
O&M Circle
Indore RES-I 1
Indore Indore Sanwer (UG) 1
O&M Circle
Indore RES-I 1
Indore Indore Rangwasa 1

MD/WZ/06/PUR/ADB/ERP-03
Annexure-III A3-11

O&M Circle
Indore RES-III 1
Indore Indore Kasturba Gram 1
O&M Circle
Indore Sanwer 1
Indore Indore Kanadiya (UG) 1
O&M Circle
Indore Mangliya 1
Indore Indore Dudhiya (UG) 1
O&M Circle
Indore 1
Indore Indore Tillore 1
O&M Circle
Indore 1
Indore Indore Kampel 1
O&M Circle
Indore 1
Indore Indore Dharampuri (UG) 1
O&M Circle Chabdrawati Ganj
Indore 1
Indore Indore (UG) 1
O&M Circle
Indore 1
Indore Indore Budi Barlai 1
O&M Circle
Mhow Mhow (T) 1
Indore Indore Dhamnod -U 1
O&M Circle
Mhow Mhow (T) 0
Indore Indore Mhow (T) UG 1
O&M Circle
Mhow RES-I 1
Indore Indore Dharampuri 1
O&M Circle
Mhow RES-I 1
Indore Indore Mhow (Gaon) 1
O&M Circle
Mhow RES-II 1
Indore Indore Harsola 1
O&M Circle
Mhow Dhamnod 1
Indore Indore Simrol 1
O&M Circle
Mhow 1
Indore Indore Gujarkheda 1
O&M Circle
Mhow 1
Indore Indore Gawalipalasia 1
O&M Circle
Mhow 1
Indore Indore Hasalpur 1
O&M Circle
Mhow 1
Indore Indore Badgonda 1
O&M Circle
Mhow 1
Indore Indore Manpur 1
O&M Circle
Mhow 1
Indore Indore Dhamnod-R 1
O&M Circle
Mhow 1
Indore Indore Siundrel 1
O&M Circle
Depalpur Depalpur 1
Indore Indore Depalpur (UG) 1
O&M Circle
Depalpur Hatod 1
Indore Indore Hatod 1
O&M Circle
Depalpur Hatod 1
Indore Indore Paliya 1
O&M Circle
Depalpur 1
Indore Indore Gandhinagar 1
O&M Circle
Depalpur 1
Indore Indore Navdapanth (UG) 1
O&M Circle
Depalpur 1
Indore Indore Gutampura 1

MD/WZ/06/PUR/ADB/ERP-03
A3-12 Annexure-III

O&M Circle
Depalpur 1
Indore Indore Chambal 1
O&M Circle
Depalpur 1
Indore Indore Ataheda 1
O&M Circle
Pithampur Pithampur 1
Indore Indore Ghatabillod (UG) 1
O&M Circle
Pithampur Pithampur 0
Indore Indore Pithampur 1
O&M Circle
Pithampur 1
Indore Indore Sagore 1
O&M Circle
Pithampur 1
Indore Indore Batma (UG) 1
O&M Circle
Khandwa Khandwa -R 1
Indore Khandwa Khandwa R-1 1
O&M Circle
Khandwa Khandwa -R 1
Indore Khandwa Harsud New T/Dc 1
O&M Circle
Khandwa Khandwa -R 1
Indore Khandwa Punasa 1
O&M Circle
Khandwa Khandwa -R 1
Indore Khandwa Moondi 1
O&M Circle
Khandwa Harsud-R 1
Indore Khandwa Chhanera 1
O&M Circle
Khandwa Harsud-R 1
Indore Khandwa Jawar (UG) 1
O&M Circle
Khandwa Moondi-R 1
Indore Khandwa Khalwa (UG) 1
O&M Circle
Khandwa Moondi-R 1
Indore Khandwa Atootkhas (UG) 1
O&M Circle
Khandwa 1
Indore Khandwa Sanawad (E) UG 1
O&M Circle
Khandwa 1
Indore Khandwa Jaswadi 1
O&M Circle
Khandwa 1
Indore Khandwa Singot 1
O&M Circle
Khandwa 1
Indore Khandwa Gandhwa 1
O&M Circle
Khandwa 1
Indore Khandwa Gudi 1
O&M Circle
Khandwa 1
Indore Khandwa Khar-Kalan 1
O&M Circle Harsud Baldi (H.Q.
Khandwa 1
Indore Khandwa Khirkiya 1
O&M Circle
Pandhana Pandhana Pandhana 1
Indore Khandwa 1
O&M Circle
Pandhana Pandhana 1
Indore Khandwa Chhaigaon Makhan 1
O&M Circle
Pandhana Pandhana 1
Indore Khandwa Rustampur 1
O&M Circle
Pandhana Pandhana 1
Indore Khandwa Khandwa 1
O&M Circle
Pandhana Pandhana 1
Indore Khandwa Chhichgohan 1
O&M Circle City
0
Indore Khandwa Khandwa 0

MD/WZ/06/PUR/ADB/ERP-03
Annexure-III A3-13

O&M Circle Khargone-


0
Indore Khargone 1 Khargone-T 1
O&M Circle Khargone-
1
Indore Khargone 1 Khargone-R 1
O&M Circle Khargone-
Khargone-R-I 1
Indore Khargone 1 Bhagwanpura 1
O&M Circle Khargone-
Khargone-R-I 1
Indore Khargone 1 Bistan 1
O&M Circle Khargone-
Oon 1
Indore Khargone 1 Segaon 1
O&M Circle Khargone-
Oon 1
Indore Khargone 1 Mengaon 1
O&M Circle Khargone-
1
Indore Khargone 1 Nandgaon 1
O&M Circle Khargone-
1
Indore Khargone 1 Oon 1
O&M Circle Khargone-
1
Indore Khargone 1 Barud 1
O&M Circle Khargone-
1
Indore Khargone 1 Talakpura 1
O&M Circle Khargone-
Khargone-R-II 1
Indore Khargone II Bhikangaon -T 1
O&M Circle Khargone-
Khargone-R-II 1
Indore Khargone II Gogawa-T 1
O&M Circle Khargone-
Khargone-R-II 1
Indore Khargone II Gogawa-R 1
O&M Circle Khargone-
Bhikangaon 1
Indore Khargone II Zirniya (UG) 1
O&M Circle Khargone-
Bhikangaon 1
Indore Khargone II Guhgariyakhedi 1
O&M Circle Khargone-
1
Indore Khargone II Bamnala 1
O&M Circle Khargone-
1
Indore Khargone II Bhikangaon-R 1
O&M Circle Khargone-
1
Indore Khargone II Anjangaon 1
O&M Circle
Barwaha Barwaha 0
Indore Khargone Barwaha -T (UG) 1
O&M Circle
Barwaha Barwaha 1
Indore Khargone Sanawad-R-I 1
O&M Circle
Barwaha Sanawad -T 0
Indore Khargone Sanawad -T 1
O&M Circle
Barwaha Sanawad 1
Indore Khargone Sanawad-R-II 1
O&M Circle
Barwaha Sanawad 1
Indore Khargone Badud 1
O&M Circle
Barwaha 1
Indore Khargone Badiya 1
O&M Circle
Barwaha 1
Indore Khargone Kanapur 1
O&M Circle
Barwaha 1
Indore Khargone Barwaha-R (UG) 1
O&M Circle
Barwaha 1
Indore Khargone Balwada 1

MD/WZ/06/PUR/ADB/ERP-03
A3-14 Annexure-III

O&M Circle
Barwaha 1
Indore Khargone Bagod 1
O&M Circle Mandlesh
Mandleshwar 1
Indore Khargone war Maheshwar -T 1
O&M Circle Mandlesh
Mandleshwar 1
Indore Khargone war Kasrawad 1
O&M Circle Mandlesh
Mandleshwar 1
Indore Khargone war Balsamud 1
O&M Circle Mandlesh
Karhi 1
Indore Khargone war Mandleshwar-T 1
O&M Circle Mandlesh
Karhi 1
Indore Khargone war Balkwada 1
O&M Circle Mandlesh
Kasrawad 1
Indore Khargone war Sawada 1
O&M Circle Mandlesh
1
Indore Khargone war Multhan (UG) 1
O&M Circle Mandlesh
1
Indore Khargone war Maheswar-R 1
O&M Circle Mandlesh
1
Indore Khargone war Mehtwada 1
O&M Circle Mandlesh
1
Indore Khargone war Choli 1
O&M Circle Mandlesh
1
Indore Khargone war Somakhedi 1
O&M Circle Mandlesh
1
Indore Khargone war Karhi 1
O&M Circle Mandlesh
1
Indore Khargone war Padliya 1
O&M Circle Mandlesh
1
Indore Khargone war Pipliya 1
O&M Circle Mandlesh
1
Indore Khargone war Dhargaon 1
O&M Circle Burhanpur
0
Indore Burhanpur City 0
O&M Circle Burhanpur
Sahapur 1
Indore Burhanpur O&M Sahapur D/C 1
O&M Circle Burhanpur
Sahapur 1
Indore Burhanpur O&M Khamni 1
O&M Circle Burhanpur
Sahapur 1
Indore Burhanpur O&M Phopnar 1
O&M Circle Burhanpur
Sahapur 1
Indore Burhanpur O&M Chapura 1
O&M Circle Burhanpur
Sahapur 1
Indore Burhanpur O&M Ichhapur 1
O&M Circle Burhanpur
Nepanagar 0
Indore Burhanpur O&M Nepanagar 1
O&M Circle Burhanpur
Nepanagar 1
Indore Burhanpur O&M Dabiyakheda 1
O&M Circle Burhanpur
Nepanagar 1
Indore Burhanpur O&M Nimbola 1
O&M Circle Burhanpur
Burhanpur-R 1
Indore Burhanpur O&M Burhanpur-R (UG) 1
O&M Circle Burhanpur
1
Indore Burhanpur O&M Loni 1

MD/WZ/06/PUR/ADB/ERP-03
Annexure-III A3-15

O&M Circle Burhanpur


1
Indore Burhanpur O&M Badgaon 1
O&M Circle Burhanpur
1
Indore Burhanpur O&M Sarola 1
O&M Circle Burhanpur
1
Indore Burhanpur O&M Doifodiya 1
O&M Circle Burhanpur
1
Indore Burhanpur O&M Khaknar (UG) 1
O&M Circle
Barwani Barwani 1
Indore Barwani Barwani-R (UG) 1
O&M Circle
Barwani Barwani 0
Indore Barwani Barwani-T 1
O&M Circle
Barwani Barwani 1
Indore Barwani Pati 1
O&M Circle
Barwani Barwani 1
Indore Barwani Talwada Deb 1
O&M Circle
Barwani Anjad 1
Indore Barwani Anjad- T 1
O&M Circle
Barwani Anjad 1
Indore Barwani Thikri 1
O&M Circle
Barwani Anjad 1
Indore Barwani Dawana 1
O&M Circle
Barwani 1
Indore Barwani Anjad -R-I 1
O&M Circle
Barwani 1
Indore Barwani Anjad -R-II (UG) 1
O&M Circle
Sendhwa Sendhwa 0
Indore Barwani Sendhwa-T 1
O&M Circle
Sendhwa Sendhwa 1
Indore Barwani Palsood (UG) 1
O&M Circle
Sendhwa Rajpur 1
Indore Barwani Rajpur-T 1
O&M Circle
Sendhwa Rajpur 1
Indore Barwani Rajpur-R (UG) 1
O&M Circle
Sendhwa Rajpur 1
Indore Barwani Khetiya (UG) 1
O&M Circle
Sendhwa 1
Indore Barwani Pansemal (UG) 1
O&M Circle
Sendhwa 1
Indore Barwani Balwadi 1
O&M Circle
Sendhwa 1
Indore Barwani Julwaniya (UG) 1
O&M Circle
Sendhwa 1
Indore Barwani Sendhawa -R (UG) 1
O&M Circle
Jhabua Jhabua 0
Indore Jhabua Jhabua-T 1
O&M Circle
Jhabua Jhabua 1
Indore Jhabua Ranapur 1
O&M Circle
Jhabua Jhabua 1
Indore Jhabua Para 1
O&M Circle
Jhabua 1
Indore Jhabua Megnagar (UG) 1
O&M Circle
Jhabua 1
Indore Jhabua Thandla 1

MD/WZ/06/PUR/ADB/ERP-03
A3-16 Annexure-III

O&M Circle
Jhabua 1
Indore Jhabua Jhabua-R 1
O&M Circle
Jhabua 1
Indore Jhabua Kakanwani 1
O&M Circle
Jhabua Patlawad 1
Indore Jhabua Patlawad 1
O&M Circle
Jhabua 1
Indore Jhabua Khawasa 1
O&M Circle
Jhabua 1
Indore Jhabua Baminia 1
O&M Circle
Jhabua 1
Indore Jhabua Sarangi 1
O&M Circle
Jhabua 1
Indore Jhabua Raipuriya 1
O&M Circle
Jhabua 1
Indore Jhabua Zaknavada 1
O&M Circle
Alirajpur Alirajpur 1
Indore Jhabua Alirajpur-T 1
O&M Circle
Alirajpur Alirajpur 1
Indore Jhabua Jobat 1
O&M Circle
Alirajpur Alirajpur 1
Indore Jhabua Alirajpur-R 1
O&M Circle
Alirajpur 1
Indore Jhabua Bhabra 1
O&M Circle
Alirajpur 1
Indore Jhabua Udigarh 1
O&M Circle
Alirajpur 1
Indore Jhabua Sondwa 1
O&M Circle
Alirajpur 1
Indore Jhabua Katthiwada 1
O&M Circle
Dhar Dhar-T 0
Indore Dhar Dhar-T 1
O&M Circle
Dhar Dhar-T 1
Indore Dhar Titla 1
O&M Circle
Dhar Dhar-R 1
Indore Dhar Dhar-R 1
O&M Circle
Dhar Dhar-R 1
Indore Dhar Teesgaon 1
O&M Circle
Dhar Badnawar 1
Indore Dhar Badnawar-T 1
O&M Circle
Dhar Badnawar 1
Indore Dhar Bagdi 1
O&M Circle
Dhar Kanwan 1
Indore Dhar Badnawar-R 1
O&M Circle
Dhar Kanwan 1
Indore Dhar Nalcha 1
O&M Circle
Dhar 1
Indore Dhar Digthan 1
O&M Circle
Dhar 1
Indore Dhar Kesur 1
O&M Circle
Dhar 1
Indore Dhar Kanwan 1
O&M Circle
Dhar 1
Indore Dhar Kod 1

MD/WZ/06/PUR/ADB/ERP-03
Annexure-III A3-17

O&M Circle
Dhar 1
Indore Dhar Bidwal 1
O&M Circle
Dhar 1
Indore Dhar Multhan 1
O&M Circle
Dhar 1
Indore Dhar Chhayan 1
O&M Circle
Rajghar Rajgarh 1
Indore Dhar Rajgarh-T 1
O&M Circle
Rajghar Rajgarh 1
Indore Dhar Amzera 1
O&M Circle
Rajghar Sardarpur 1
Indore Dhar Sardarpur 1
O&M Circle
Rajghar Sardarpur 1
Indore Dhar Dasai 1
O&M Circle
Rajghar Kukshi 1
Indore Dhar Kukshi-T (UG) 1
O&M Circle
Rajghar Kukshi 1
Indore Dhar Rajod(UG) 1
O&M Circle
Rajghar 1
Indore Dhar Kukshi-R 1
O&M Circle
Rajghar 1
Indore Dhar Dhulet 1
O&M Circle
Rajghar 1
Indore Dhar Ringnod 1
O&M Circle
Rajghar 1
Indore Dhar Bagh (UG) 1
O&M Circle
Rajghar 1
Indore Dhar Susari (UG) 1
O&M Circle
Rajghar 1
Indore Dhar Nisarpur 1
O&M Circle
Rajghar 1
Indore Dhar Chikhalda 1
O&M Circle
Manawar Manawar 1
Indore Dhar Manawar-T 1
O&M Circle
Manawar Manawar 1
Indore Dhar Gandhwani 1
O&M Circle
Manawar Manawar 1
Indore Dhar Singhana 1
O&M Circle
Manawar 1
Indore Dhar Manawar-R 1
O&M Circle
Manawar 1
Indore Dhar Bakaner 1
Ujjain(City City (East
Ujjain Ujjain 0
) Zone) 0
Ujjain(City City (West
Ujjain Ujjain 0
) Zone) 0
Ujjain(O&
Ujjain Ujjain Ujjain ( R ) Ch.Jawasiya 1
M) 1
Ujjain(O&
Ujjain Ujjain Ujjain ( R ) Narwar 1
M) 1
Ujjain(O&
Ujjain Ujjain Ujjain ( R ) Tajpur 1
M) 1
Ujjain(O&
Ujjain Ujjain Ujjain ( R ) Panth Piplay 1
M) 1

MD/WZ/06/PUR/ADB/ERP-03
A3-18 Annexure-III

Ujjain(O&
Ujjain Ujjain Ghatiya Ujjain ( R ) 1
M) 1
Ujjain(O&
Ujjain Ujjain Ghatiya Ghatiya 1
M) 1
Ujjain(O&
Ujjain Ujjain Ghatiya Panbhihar 1
M) 1
Tarana(O
Ujjain Ujjain Tarana ( I ) Tarana(R) 1
&M) 1
Tarana(O
Ujjain Ujjain Tarana ( I ) Makdone-I 1
&M) 1
Tarana(O
Ujjain Ujjain Tarana ( I ) Makdone-Ii 1
&M) 1
Tarana(O
Ujjain Ujjain Tarana ( I ) Roopa Khedi 1
&M) 1
Tarana(O
Ujjain Ujjain Tarana ( I I ) Tarana (U) 1
&M) 1
Tarana(O
Ujjain Ujjain Tarana ( I I ) Kaitha 1
&M) 1
Tarana(O
Ujjain Ujjain Tarana ( I I ) Kanasayia 1
&M) 1
Nagda(O&
Ujjain Ujjain Nagda ( U ) Nagda ( U ) 0
M) 1
Nagda(O&
Ujjain Ujjain Nagda ( R ) Nagda ( R ) 1
M) 1
Nagda(O&
Ujjain Ujjain Nagda ( R ) Unhel 1
M) 1
Nagda(O&
Ujjain Ujjain Nagda ( R ) Piploda Bagla 1
M) 1
Nagda(O&
Ujjain Ujjain Khachrod Khachrod 1
M) 1
Nagda(O&
Ujjain Ujjain Khachrod Ghinoda 1
M) 1
Nagda(O&
Ujjain Ujjain Khachrod Madawada 1
M) 1
Baranagar
Ujjain Ujjain Barnagar Barnagar ( U ) 0
(O&M) 1
Baranagar
Ujjain Ujjain Barnagar Barnagar ( R ) 1
(O&M) 1
Baranagar
Ujjain Ujjain Barnagar Lohana 1
(O&M) 1
Baranagar
Ujjain Ujjain Barnagar Runija 1
(O&M) 1
Baranagar
Ujjain Ujjain Barnagar Kharsod Kalan 1
(O&M) 1
Baranagar
Ujjain Ujjain Ingoriya Ingoriya 1
(O&M) 1
Baranagar
Ujjain Ujjain Ingoriya Kharsod Khurd 1
(O&M) 1
Baranagar
Ujjain Ujjain Ingoriya Jhangirpur 1
(O&M) 1
Baranagar
Ujjain Ujjain Ingoriya Peerzalar 1
(O&M) 1
Mahidpur(
Ujjain Ujjain Mahidpur Mahidpur City 1
O&M) 1

MD/WZ/06/PUR/ADB/ERP-03
Annexure-III A3-19

Mahidpur(
Ujjain Ujjain Mahidpur Mahidpur Road 1
O&M) 1
Mahidpur(
Ujjain Ujjain Mahidpur Zarda 1
O&M) 1
Mahidpur(
Ujjain Ujjain Mahidpur Ghosala 1
O&M) 1
Dewas
Ujjain Dewas Dewas (City ) 0
(City ) 0
Dewas(O
Ujjain Dewas Dewas ( R-I ) Singawada 1
&M) 1
Dewas(O
Ujjain Dewas Dewas ( R-I ) Khatamba 1
&M) 1
Dewas(O
Ujjain Dewas Dewas ( R-I ) V.G.Mandi 1
&M) 1
Dewas(O
Ujjain Dewas Dewas ( R-Ii ) Dewas ( R ) 1
&M) 1
Dewas(O
Ujjain Dewas Dewas ( R-Ii ) Kshipra 1
&M) 1
Dewas(O
Ujjain Dewas Dewas ( R-Ii ) Siroliya 1
&M) 1
Dewas(O
Ujjain Dewas Dewas ( R-Ii ) Barotha 1
&M) 1
Dewas(O
Ujjain Dewas Dewas ( R-Ii ) Double Chowki 1
&M) 1
Sonkatch(
Ujjain Dewas Sonkatch (U) Sonkatch ( U ) 1
O&M) 1
Sonkatch(
Ujjain Dewas Sonkatch (U) Sonkatch ( R ) 1
O&M) 1
Sonkatch(
Ujjain Dewas Sonkatch (U) Gandh. Puri 1
O&M) 1
Sonkatch(
Ujjain Dewas Sonkatch (U) Pipalrawa 1
O&M) 1
Sonkatch(
Ujjain Dewas Tonk Khurd Tonk Khurd 1
O&M) 1
Sonkatch(
Ujjain Dewas Tonk Khurd Tonk Kalan 1
O&M) 1
Sonkatch(
Ujjain Dewas Tonk Khurd Bhourasa 1
O&M) 1
Bagli(O&
Ujjain Dewas Bagli Bagli 1
M) 1
Bagli(O&
Ujjain Dewas Bagli Kamalapur 1
M) 1
Bagli(O&
Ujjain Dewas Bagli Uday Nagar 1
M) 1
Bagli(O&
Ujjain Dewas Bagli Chapda 1
M) 1
Bagli(O&
Ujjain Dewas Hatpipliya Hatpipliya ( U ) 1
M) 1
Bagli(O&
Ujjain Dewas Hatpipliya Hatpipliya ( R ) 1
M) 1
Bagli(O&
Ujjain Dewas Hatpipliya Karnawad 1
M) 1
Bagli(O&
Ujjain Dewas Hatpipliya Neori 1
M) 1

MD/WZ/06/PUR/ADB/ERP-03
A3-20 Annexure-III

Kannod
Ujjain Dewas Kannod Kannod 1
(O&M) 1
Kannod
Ujjain Dewas Kannod Kanta Phod 1
(O&M) 1
Kannod
Ujjain Dewas Kannod Satwas 1
(O&M) 1
Kannod
Ujjain Dewas Kannod Nemawar 1
(O&M) 1
Kannod
Ujjain Dewas Khategaon Khategaon ( U ) 1
(O&M) 1
Kannod
Ujjain Dewas Khategaon Khategaon ( R ) 1
(O&M) 1
Shajapur(
Ujjain Shajapur Shajapur(T) Shajapur ( T ) 0
O&M) 1
Shajapur(
Ujjain Shajapur Shajapur ( I ) Shajapur-R-I 1
O&M) 1
Shajapur(
Ujjain Shajapur Shajapur ( I ) Shajapur-R-Ii 1
O&M) 1
Shajapur(
Ujjain Shajapur Shajapur ( I ) Maxi 1
O&M) 1
Shajapur(
Ujjain Shajapur Shajapur ( I I ) Berchha 1
O&M) 1
Shajapur(
Ujjain Shajapur Shajapur ( I I ) Lahori 1
O&M) 1
Shajapur(
Ujjain Shajapur Shajapur ( I I ) Gulana 1
O&M) 1
Shajapur(
Ujjain Shajapur Shajapur ( I I ) Salsalai 1
O&M) 1
M.Barodiy
Ujjain Shajapur M.Barodiya M.Barodiya ( S ) 1
a (O&M) 1
M.Barodiy
Ujjain Shajapur M.Barodiya M.Barodiya ( N ) 1
a (O&M) 1
M.Barodiy
Ujjain Shajapur M.Barodiya Panwadi 1
a (O&M) 1
Shujalpur
Ujjain Shajapur Shujalpur Shujalpur ( U ) 0
(O&M) 1
Shujalpur
Ujjain Shajapur Shujalpur Shujalpur ( R ) 1
(O&M) 1
Shujalpur
Ujjain Shajapur Arniya Kala Arniya Kala 1
(O&M) 1
Shujalpur
Ujjain Shajapur Arniya Kala Pochaner 1
(O&M) 1
Shujalpur
Ujjain Shajapur Akodiya Akodiya 1
(O&M) 1
Shujalpur
Ujjain Shajapur Akodiya Polai Kala 1
(O&M) 1
Shujalpur
Ujjain Shajapur Akodiya A.Barodiya 1
(O&M) 1
Shujalpur
Ujjain Shajapur Kalapipal Kalapipal 1
(O&M) 1
Shujalpur
Ujjain Shajapur Kalapipal Nandani 1
(O&M) 1
Shujalpur
Ujjain Shajapur Kalapipal Bherawal 1
(O&M) 1

MD/WZ/06/PUR/ADB/ERP-03
Annexure-III A3-21

Shujalpur
Ujjain Shajapur Kalapipal Khokara Kala 1
(O&M) 1
Agar
Ujjain Shajapur Agar (U ) Agar ( U ) 0
(O&M) 1
Agar
Ujjain Shajapur Agar (U ) Agar ( R ) 1
(O&M) 1
Agar
Ujjain Shajapur Agar (U ) Barod 1
(O&M) 1
Agar
Ujjain Shajapur Agar (U ) Kanad 1
(O&M) 1
Agar
Ujjain Shajapur Agar (U ) Tanodiya 1
(O&M) 1
Agar
Ujjain Shajapur Agar (U ) 0
(O&M) 0
Agar
Ujjain Shajapur Susner Susner 1
(O&M) 1
Agar
Ujjain Shajapur Susner Soyat 1
(O&M) 1
Agar
Ujjain Shajapur Susner Nalkheda( U ) 1
(O&M) 1
Agar
Ujjain Shajapur Susner Nalkheda ( R ) 1
(O&M) 1
Ratlam
Ujjain Ratlam Ratlam City 0
City 0
Ratlam(O
Ujjain Ratlam Ratlam Simalawada 1
&M) 1
Ratlam(O
Ujjain Ratlam Ratlam Semliya 1
&M) 1
Ratlam(O
Ujjain Ratlam Ratlam Bilpank 1
&M) 1
Ratlam(O
Ujjain Ratlam Ratlam Dhoswas 1
&M) 1
Ratlam(O
Ujjain Ratlam Ratlam Dharad 1
&M) 1
Ratlam(O
Ujjain Ratlam Ratlam Shivpur 1
&M) 1
Ratlam(O
Ujjain Ratlam Sailana Sailana 1
&M) 1
Ratlam(O
Ujjain Ratlam Sailana Raoti 1
&M) 1
Ratlam(O
Ujjain Ratlam Sailana Dhamnod 1
&M) 1
Ratlam(O
Ujjain Ratlam Sailana Namli 1
&M) 1
Ratlam(O
Ujjain Ratlam Sailana Bajana 1
&M) 1
Jaora(O&
Ujjain Ratlam Jaora ( U ) Jaora ( U ) 0
M) 1
Jaora(O&
Ujjain Ratlam Jaora ( R ) Jaora ( R ) 1
M) 1
Jaora(O&
Ujjain Ratlam Jaora ( R ) Ringnod 1
M) 1
Jaora(O&
Ujjain Ratlam Jaora ( R ) Dhodhar 1
M) 1

MD/WZ/06/PUR/ADB/ERP-03
A3-22 Annexure-III

Jaora(O&
Ujjain Ratlam Jaora ( R ) Uplai 1
M) 1
Jaora(O&
Ujjain Ratlam Piploda Piploda 1
M) 1
Jaora(O&
Ujjain Ratlam Piploda Sukheda 1
M) 1
Jaora(O&
Ujjain Ratlam Piploda Kalukheda 1
M) 1
Jaora(O&
Ujjain Ratlam Piploda Hasanpaliya 1
M) 1
Alote (O &
Ujjain Ratlam Alote Alote 1
M) 1
Alote (O &
Ujjain Ratlam Alote Kharwa Kalan 1
M) 1
Alote (O &
Ujjain Ratlam Alote Vikramgarh 1
M) 1
Alote (O &
Ujjain Ratlam Tal Tal - I 1
M) 1
Alote (O &
Ujjain Ratlam Tal Tal - Ii 1
M) 1
Alote (O &
Ujjain Ratlam Tal Hatpipliya 1
M) 1
Mandsaur
Ujjain Mandsaur Mandsaur (U) Mandsaur (U) 0
(O&M) 1
Mandsaur
Ujjain Mandsaur Daloda Daloda 1
(O&M) 1
Mandsaur
Ujjain Mandsaur Daloda Dhamnar 1
(O&M) 1
Mandsaur
Ujjain Mandsaur Daloda Bhavgarh 1
(O&M) 1
Mandsaur
Ujjain Mandsaur Daloda Kachnara 1
(O&M) 1
Mandsaur
Ujjain Mandsaur Daloda Semliya Heera 1
(O&M) 1
Mandsaur
Ujjain Mandsaur Mandsaur (R) Chandrapura 1
(O&M) 1
Mandsaur
Ujjain Mandsaur Mandsaur (R) Khilchi Pura 1
(O&M) 1
Mandsaur
Ujjain Mandsaur Mandsaur (R) Gujar Bardiya 1
(O&M) 1
Mandsaur
Ujjain Mandsaur Mandsaur (R) Afjalpur 1
(O&M) 1
Mandsaur
Ujjain Mandsaur Mandsaur (R) Multanpura 1
(O&M) 1
Malhargar
Ujjain Mandsaur Malhargarh Malhargarh 1
h(O&M) 1
Malhargar
Ujjain Mandsaur Malhargarh Narayangarh 1
h(O&M) 1
Malhargar
Ujjain Mandsaur Malhargarh Balaguda 1
h(O&M) 1
Malhargar
Ujjain Mandsaur Malhargarh Zarda 1
h(O&M) 1
Malhargar
Ujjain Mandsaur Pipliya Mandi Pipliya Mandi 1
h(O&M) 1

MD/WZ/06/PUR/ADB/ERP-03
Annexure-III A3-23

Malhargar
Ujjain Mandsaur Pipliya Mandi Budha 1
h(O&M) 1
Malhargar
Ujjain Mandsaur Pipliya Mandi Botal Ganj 1
h(O&M) 1
Malhargar
Ujjain Mandsaur Pipliya Mandi Kanghatti 1
h(O&M) 1
Malhargar
Ujjain Mandsaur Pipliya Mandi Sanjeet 1
h(O&M) 1
Garoth
Ujjain Mandsaur Garoth Garoth ( U ) 1
(O&M) 1
Garoth
Ujjain Mandsaur Garoth B.Gangasa 1
(O&M) 1
Garoth
Ujjain Mandsaur Garoth Barkheda Loya 1
(O&M) 1
Garoth
Ujjain Mandsaur Garoth Boliya 1
(O&M) 1
Garoth
Ujjain Mandsaur Garoth Chandwasa 1
(O&M) 1
Garoth
Ujjain Mandsaur Garoth Dhamniya Deewan 1
(O&M) 1
Garoth
Ujjain Mandsaur Garoth Shamgarh 1
(O&M) 1
Garoth
Ujjain Mandsaur Bhanpura Bhanpura 1
(O&M) 1
Garoth
Ujjain Mandsaur Bhanpura Sandhara 1
(O&M) 1
Garoth
Ujjain Mandsaur Bhanpura Babulda 1
(O&M) 1
Garoth
Ujjain Mandsaur Bhanpura Gandhi Sagar 1
(O&M) 1
Garoth
Ujjain Mandsaur Bhanpura Bhensoda Mandi 1
(O&M) 1
Sitamau
Ujjain Mandsaur Sitamau Sitamau ( U ) 1
(O&M) 1
Sitamau
Ujjain Mandsaur Sitamau Sitamau ( R ) 1
(O&M) 1
Sitamau
Ujjain Mandsaur Sitamau Deepakheda 1
(O&M) 1
Sitamau
Ujjain Mandsaur Sitamau Kayampur 1
(O&M) 1
Sitamau
Ujjain Mandsaur Sitamau Laduna 1
(O&M) 1
Sitamau
Ujjain Mandsaur Sitamau Rahimgarh 1
(O&M) 1
Sitamau
Ujjain Mandsaur Sitamau Runija 1
(O&M) 1
Sitamau
Ujjain Mandsaur Sitamau Suwasra 1
(O&M) 1
Neemuch
Ujjain Neemuch Neemuch ( U ) Neemuch ( U ) 0
(O&M) 1
Neemuch
Ujjain Neemuch Neemuch ( U ) Neemuch ( R-Ii ) 1
(O&M) 1
Neemuch
Ujjain Neemuch Neemuch ( R ) Neemuch ( R-I ) 1
(O&M) 1

MD/WZ/06/PUR/ADB/ERP-03
A3-24 Annexure-III

Neemuch
Ujjain Neemuch Neemuch ( R ) Chita Kheda 1
(O&M) 1
Neemuch
Ujjain Neemuch Neemuch ( R ) Jeeran 1
(O&M) 1
Neemuch
Ujjain Neemuch Neemuch ( R ) Harkiya Khal 1
(O&M) 1
Neemuch
Ujjain Neemuch Neemuch ( R ) Sawan 1
(O&M) 1
Jawad
Ujjain Neemuch Jawad Jawad 1
(O&M) 1
Jawad
Ujjain Neemuch Jawad Athana 1
(O&M) 1
Jawad
Ujjain Neemuch Jawad Morwan 1
(O&M) 1
Jawad
Ujjain Neemuch Jawad S.Maharaj 1
(O&M) 1
Jawad
Ujjain Neemuch Jawad Naya Gaon 1
(O&M) 1
Jawad
Ujjain Neemuch Ratangarh Ratangarh 1
(O&M) 1
Jawad
Ujjain Neemuch Ratangarh Deeken 1
(O&M) 1
Jawad
Ujjain Neemuch Ratangarh Zantla 1
(O&M) 1
Jawad
Ujjain Neemuch Ratangarh Singoli 1
(O&M) 1
Ujjain Neemuch Manasa Manasa Manasa (Town) 1 1
Ujjain Neemuch Manasa Manasa Manasa (Rural) 1 1
Ujjain Neemuch Manasa Manasa Bhatkhedi 1 1
Ujjain Neemuch Manasa Manasa Mahagarh 1 1
Ujjain Neemuch Manasa Manasa Antri 1 1
Ujjain Neemuch Manasa Manasa Rampura 1 1
Ujjain Neemuch Manasa Manasa Kukdeshwer 1 1
Ujjain Neemuch Manasa Manasa Kanjarda 1 1
Ujjain Neemuch Manasa Manasa Barlai 1 1
O&M Circle
1
Indore Dhar Manawar Talwai 1
Total 18 50 117 369 370 351

Zone/ DC Offices

PC with Laser. Multi Functional


S.No Division Name Zone/DC Laptop
UPS Printer Printer
1 City Dn. Indore East Manormaganj 3 1 0 0
2 City Dn. Indore East O.P.H. Zone (E) 3 1 0 0
3 City Dn. Indore East Tilak Nagar 3 1 0 0
4 City Dn. Indore East Satyasai 3 1 0 0
5 City Dn. Indore East Kajrana 3 1 0 0

MD/WZ/06/PUR/ADB/ERP-03
Annexure-III A3-25

6 City Dn. Indore East Goyal Nagar 3 1 0 0


7 City Dn. Indore West G.P.H. 3 1 0 0
8 City Dn. Indore West Subhash Chowk 3 1 0 0
9 City Dn. Indore West Sangm nagar 3 1 0 0
10 City Dn. Indore West Kalani Nagar 3 1 0 0
11 City Dn. Indore North Sanwer Road 3 1 0 0
12 City Dn. Indore North Vijay nagar 3 1 0 0
13 City Dn. Indore North Malwa Mill 3 1 0 0
14 City Dn. Indore North Electronic Comp. 3 1 0 0
15 City Dn. Indore North Aryany Nagar 3 1 0 0
City Dn. Indore
3 1 0 0
16 South O.P.H. Zone (S)
City Dn. Indore
3 1 0 0
17 South Mechanic Nagar
City Dn. Indore
3 1 0 0
18 South Daly Collage
City Dn. Indore
3 1 0 0
19 South Navlakha
City Dn. Indore
3 1 0 0
20 Central Rajendra Nagar
City Dn. Indore
3 1 0 0
21 Central Rajmohalla
City Dn. Indore
3 1 0 0
22 Central Annapurna
City Dn. Indore
3 1 0 0
23 Central Gumasta Nagar
City Dn. Indore
3 1 0 0
24 Central Rau
25 City Dn. Dewas City Zone 3 1 0 0
26 City Dn. Dewas Sr. Ph. Zone 3 1 0 0
27 City Dn. Dewas IND. Zone 3 1 0 0
28 City Dn. Dewas Civil Line Zone 3 1 0 0
29 City Dn. Ujjain East Kiosk 3 1 0 0
30 City Dn. Ujjain East Mahashweta 3 1 0 0
31 City Dn. Ujjain East Mahanada 3 1 0 0
32 City Dn. Ujjain East Maxi Road 3 1 0 0
33 City Dn. Ujjain West Nai Sadak 3 1 0 0
34 City Dn. Ujjain West Chatri Chouk 3 1 0 0
35 City Dn. Ujjain West Vallabhnagar 3 1 0 0
36 City Dn. Ujjain West Khedapati 3 1 0 0
37 City Dn. Ujjain West Karthik Mela 3 1 0 0
Total 111 37 0 0

AE (HT Maintainance)

MD/WZ/06/PUR/ADB/ERP-03
A3-26 Annexure-III

PC with Laser. Multi Functional


S.No Office Address Laptop
UPS Printer Printer

1 City Dn. Indore East 1 1 0 0

2 City Dn. Indore North 1 1 0 0


City Dn. Indore
3 1 1 0 0
South

City Dn. Indore


4 1 1 0 0
Central

5 City Dn. Indore West 1 1 0 0

6 City Dn. Ujjain East 1 1 0 0

7 City Dn. Ujjain West 1 1 0 0

8 City Dn. Ratlam 1 1 0 0

9 City Dn. Dewas 1 1 0 0

10 City Dn. Khandwa 1 1 0 0

11 City Dn. Burhanpur 1 1 0 0

Total 11 11 0 0

AE (STC)

PC with Laser. Multi Functional


S.No STC Office Address Laptop
UPS Printer Printer

MPEB Campus,
GPH Compound,
1 O&M Circle Indore 1 1 0 0
Polo Ground,
Indore
2 O&M Circle Khandwa 1 1 0 0

3 O&M Circle Khargone 1 1 0 0

O&M Circle
4 1 1 0 0
Burhanpur

5 O&M Circle Barwani 1 1 0 0

6 O&M Circle Jhabua 1 1 0 0

7 O&M Circle Dhar 1 1 0 0

MD/WZ/06/PUR/ADB/ERP-03
Annexure-III A3-27

MPEB Campus,
8 O&M Circle UJJAIN 1 1 0 0
Maxi Road, Ujjain

MPEB Campus,
9 O&M Circle DEWAS Bhopal Road, 1 1 0 0
Dewas

O&M Circle
10 1 1 0 0
SHAJAPUR

11 O&M Circle RATLAM 1 1 0 0

O&M Circle
12 1 1 0 0
MANDSAUR

O&M Circle
13 1 1 0 0
NEEMUCH

MPEB Campus,
GPH Compound,
14 Indore City Circle 1 1 0 0
Polo Ground,
Indore
Total 14 14 0 0

AE (LT MT)

PC with Laser. Multi Functional


S.No Office Address Laptop
UPS Printer Printer

1 Indore 1 1 0 0
2 Ujjain 1 1 0 0
3 Barwah 1 1 0 0
4 Burhanpur 1 1 0 0
5 Ratlam 1 1 0 0
6 Mandsour 1 1 0 0
7 Dhar 1 1 0 0
Total 7 7 0 0

AE (Civil)

MD/WZ/06/PUR/ADB/ERP-03
A3-28 Annexure-III

PC with Laser. Multi Functional


S.No STC Office Address Laptop
UPS Printer Printer
1 Indore GPH 1 1 0 0

2 Indore South/East 1 1 0 0

3 Indore (R) 1 1 0 0

4 Kahrgone 1 1 0 0

5 Badwani 1 1 0 0

6 Burhanpur 1 1 0 0

7 Khandwa 1 1 0 0

8 UJJAIN 1 1 0 0

9 DEWAS 1 1 0 0

10 MANDSAUR 1 1 0 0

11 RATLAM 1 1 0 0

Total 11 11 0 0

RAO

PC with Laser. Multi Functional


S.No Office Address Laptop
UPS Printer Printer

1 RAO Indore 8 5 1 1

2 RAO Ujjain 8 5 1 1

3 RAO Dhar 8 5 1 1

4 RAO Khargone 8 5 1 1

5 RAO Khandwa 8 5 1 1

6 RAO Dewas 8 5 1 1

7 RAO Ratlam 8 5 1 1

8 RAO Mandsour 8 5 1 1

Total 64 40 8 8

MD/WZ/06/PUR/ADB/ERP-03
Annexure-III A3-29

2. Tentative quantity of existing hardware in Discom-East

Corporate Office

Corporate PC with Laser Network High End Lower End


S. No. Address
Office UPS Printer Printer Laptop Laptop

CMD Office, Shakti Bhawan,


1 34 22 13 25 0
Jabalpur Jabalpur

Region Offices

Region PC with Laser Network High End Lower End


S. No. Address
Office UPS Printer Printer Laptop Laptop

Shed No. 3 MPEB


1 Jabalpur Campus Rampur 5 2 1 1 0
Jabalpur
Galla Mandi Power
2 Rewa 5 2 1 1 0
House Rewa
Narsinghpur Road
3 Sagar Makronia Sagar 5 2 1 1 0
470004
Total 15 6 3 3 0

O&M Circle Offices

O&M Circle PC with Laser High End Lower End


S. No. Address Network
Office UPS Printer Laptop Laptop
Printer

Mission Compound ,
Jabalpur city
1 near IT Chowk 2 1 1 0 0
Circle
Jabalpur
Near Ganesh
Jabalpur
mandir , MPEB
2 O&M city 4 1 1 0 0
Campus Rampur
circle
Jabalpur
Near 132 Kv S/S
Katni O&M
3 Shanti Nagar Mpeb 4 1 1 0 0
Circle
Katni
Mpseb Tambeji Ki
Mandla
4 Building Now Ghat 4 1 1 0 0
O&M Circle
(P)
Seoni O&M
5 Barghat Naka Seoni 4 1 1 0 0
Circle
6 NarsinghPur S.E. O&M Jihrna 4 1 1 0 0

MD/WZ/06/PUR/ADB/ERP-03
A3-30 Annexure-III

O&M Circle Power House


Narsinghpur
Khajri Chok Khajri
Chhindwara Road Near Aadivasi
7 4 1 1 0 0
O&M Circle Museum Circular
Road Chhindwara
Narsinghpur Road
8 SE O&M
Makronia Sagar 4 1 1 0 0
Sagar
470004
SE O&M
Satai Road
9 Chhatarpur 4 1 1 0 0
,Chhatarpur
SE O&M Chandr Bhawan,
10 Tikamgarh Pani ki tanki ke 4 1 1 0 0
paas, Tikamgarh
SE O&M
Se O&M Jabalpur
11 Damoh 4 1 1 0 0
naka ,Damoh
SE O&M
Power House
12 Rewa 4 1 1 0 0
Amahiya, Rewa
SE O&M
Power House Prem
13 Satna 4 1 1 0 0
nagar , Satna
SE O&M
132 KV S/S Campus
14 Sidhi 4 1 1 0 0
,Sidhi
SE O&M Power House ,Near
15 Shahdol City Kotwali , 4 1 1 0 0
Shahdol
Total 58 15 15 0 0

Division Offices at Jabalpur Region

Division PC with Laser High End Lower End


S. No. Address Network
Office UPS Printer Laptop Laptop
Printer
Old Power House
Jabalpur
near Railway Station
East
1 Jabalpur 2 0 1 1 0
Jabalpur Mission Compound
2 West Jabalpur 2 0 1 1 0
Jabalpur
3 2 0 1 1 0
North Shobhapur Jabalpur
Near Ganesh
Jabalpur mandir , MPEB
2 0 1 1 0
South Campus Rampur
4 Jabalpur
Near Haat Bazar,
Krishi Upaj Mandi,
Vijay Nagar
Vijaynagar ,
5 Jabalpur 5 0 1 1 0

MD/WZ/06/PUR/ADB/ERP-03
Annexure-III A3-31

Royal Hotel building


Jabalpur
,near civil lines 2 0 1 1 0
O&M
6 Jabalpur
Behind Rest House
Sihora 2 0 1 1 0
7 Sihora
EE O&M Infront of
Patan SBI Patan, Jabalpur 4 0 1 1 0
8 Road Patan
Near 132 KV S/S
Katni O & M Shanti Nagar Mpeb 2 0 1 1 0
9 Katni
Ganesh Chok Mpeb
Katni City 2 0 1 1 0
10 Katni
Mandla O & Chuna Bhatta
2 0 1 1 0
11 M Polytecnic Road
Power House
Dindori 4 0 1 1 0
12 Dindori
Mpeb Jihrna Power
NarsinghPur 2 0 1 1 0
13 House Narsinghpur
Station Road
Gadarwara 2 0 1 1 0
14 Gadarwara
15 Seoni Barghat Naka Seoni 2 0 1 1 0
Behind Satpura
Balaghat Hotel,Station Road 2 0 1 1 0
16 Balaghat
17 Lakhnadone 4 0 1 1 0
EE O&M Balaghat
Waraseoni 4 0 1 1 0
18 Road Waraseoni
Lamta Road LIC
Baihar Office Building, 4 0 1 1 0
19 Power House Baihar
Khajri Chowk Khajri
City Dn. Road Near Aadiwasi
2 0 1 1 0
Chhindwara Museum Circular
20 Road Chhindwara
Khajri Chok Khajri
East Dn. Road Near Aadivasi
4 0 1 1 0
Chhindwara Museum Circular
21 Road Chhindwara
220 Kv Pandhurna
Panduna Mpseb Campus 2 0 1 1 0
22 Nagpur Road
Mahadev Road
Aadarse Square
Junardeo 4 0 1 1 0
Junnardev Distt.
23 Chhin.
Near Lic Building
Parasia Parasia Road 2 0 1 1 0
24 Parasia
Haraai Road
Amarwara 4 0 1 1 0
25 Amarwara
Beradi Road Vaghya
Sausar 4 0 1 1 0
26 Nala Sausar
Total 73 0 26 26 0

MD/WZ/06/PUR/ADB/ERP-03
A3-32 Annexure-III

Division Offices at Rewa Region

PC with Laser High End Lower End


S. No. Division Office Address Network
UPS Printer Laptop Laptop
Printer
Power house,
1 Rewa(CITY) 2 0 1 1 0
Amahiya Rewa
Rewa(O&M)-
2 Nehru Nagar Rewa 2 0 1 1 0
South
Rewa(O&M)-
3 Nehru Nagar Rewa 2 0 1 1 0
North
Near jyoti
4 Rewa(O&M) School,Allahabad 2 0 1 1 0
Road Rewa
MPEB Prem nagar
5 Satna(O&M) 2 0 1 1 0
Satna
EE O&M Katni Road
6 Maihar(O&M) 2 0 1 1 0
Maihar
Panni lal choke old
7 Satna city 2 0 1 1 0
power house ,Satna
EE O&M DN.
8 Sidni(O&M) 2 0 1 1 0
Naudhiya Dstt. Sidhi
Main Road Taali
9 Waidhan (O&M ) Near 4 0 1 1 0
Stadium,Waidhan
Main Road Taali
City Dn.
10 Near 2 0 1 1 0
Waidhan
Stadium,Waidhan
Near main kotwali
11 Shahdol(O&M) power house 2 0 1 1 0
campus, 484001
EE O&M Saamatpur
near Hanumaan
12 Anuppur(O&M) 4 0 1 1 0
Mandir Chachhai
Road,Anuppur
Shahpura road
13 Umaria(O&M) single tola 4 0 1 1 0
Umariya,484664
32 0 13 13 0
Total

Division Offices at Sagar Region

PC with Laser High End Lower End


S. No. Division Office Address Network
UPS Printer Laptop Laptop
Printer
Old power house
Sagar(CITY) ,near Bus Stand 2 0 1 1 0
1 Sagar
2 Sagar(O&M) Narsinghpur Road 2 0 1 1 0

MD/WZ/06/PUR/ADB/ERP-03
Annexure-III A3-33

Makronia Sagar
EE o&M Rehli near
Rehi(O&M) degree college rehli 4 0 1 1 0
3 distt. sagar
EE o&M Banda
Bina (O&M) Bara road banda 2 0 1 1 0
4 distt. sagar
MPEB EE O&M Dn.
Banda (O&M) 4 0 1 1 0
5 Bara RoadBanda
Damoh(O&M) Jabalpur naka
4 0 1 1 0
6 North Damoh
Damoh(O&M)
2 0 1 1 0
7 South Killai naka Damoh
MPSEB Power
Chhatarpur(O&
house campus , 2 0 1 1 0
M)
8 Chhatarpur
O&M Dn. Panna 2 0 1 1 0
9
O&M Dn. 0 1 1 0
4
Khajuraho
10
O&M Dn. 0 1 1 0
2
Tikamgarh
11
Prithvipur 4 0 1 1 0
12
Total 34 0 12 12 0

Sub Division Offices

Sub Division PC with Laser High End Lower End


S. No. Address Network
Office UPS Printer Laptop Laptop
Printer
Old Power House
1 Zone-1(JBP) near Railway Station 1 0 1 0 0
Jabalpur
Old Power House
2 Zone-2(JBP) near Railway Station 1 0 1 0 0
Jabalpur
Mission , EE West Jabalpur
3 0 1 0 0
Compound Mission Compound
Mission Compound
4 Damoh Naka Damoh Naka Zone 1 0 1 0 0
,jabalpur
Mission Compound,
5 Gorakhpur Gorakhpur Zone , 1 0 1 0 0
jabalpur
Garha Road
6 Garha 1 0 1 0 0
Amanpur, Jabalpur

MD/WZ/06/PUR/ADB/ERP-03
A3-34 Annexure-III

MPEB Colony
7 Res Rampur Campus Rampur, 1 0 1 0 0
Jabalpur
Near Jabalpur
8 Ranjhi Engineering College, 1 0 1 0 0
Ranjhi, Jabalpur
33/11 KV S/S
9 Adhartal(T) Shobapur Road, 1 0 1 0 0
Jbabalpur
Near Haat Bazar,
Krishi Upaj Mandi,
Rameshwaram
10 Vijaynagar 1 0 1 0 0
zone
,Rameswaram Zone,
Jabalpur
Near Haat Bazar,
Vijaya Nagar Krishi Upaj Mandi,
11 1 0 1 0 0
Zone Vijaynagar ,
Jabalpur
Near Radio Station
Madhotal
12 Patan Road, 2 0 1 0 0
(Rural)
Madhotal,Jabalpur
Royal Hotel Bhawan
13 Adhartal (Rural) 2 0 1 0 0
Civil Lines , Jabalpur
Behind Rest House
14 Sihora-I 2 0 1 0 0
Sihora
Behind Rest House
15 Sihora-II 2 0 1 0 0
Sihora
Near Thana, Damoh
16 Patan 2 0 1 0 0
Road Patan
AE O&M MPEB
17 Katangi 2 0 1 0 0
Katangi
POWER HOUSE
18 Dindori 1 0 1 0 0
DINDORI
AE O&M
19 Shahpura MPPKVVCL, 2 0 1 0 0
Shahpura
CHUNA BHATTA
20 Mandla-I POLYTECNIC 2 0 1 0 0
ROAD
AE O&M MPEB
21 Nainpur 2 0 1 0 0
Nainpur
CHUNA BHATTA
22 Mandla-II POLYTECNIC 2 0 1 0 0
ROAD
23 Niwas 1 0 1 0 0
NEAR GOVT.
24 Narsinghpur 2 0 1 0 0
HOSPITAL
33/11 KV S/S
25 Gotegaon MPSEB 2 0 1 0 0
GOTEGAON
33/11 KV S/S
26 Kareli 1 0 1 0 0
MPSEB KARELI
STATION ROAD
27 Gadarwara-I 2 0 1 0 0
GADARWARA

MD/WZ/06/PUR/ADB/ERP-03
Annexure-III A3-35

STATION ROAD
28 Gadarwara-Ii 2 0 1 0 0
GADARWARA
Tutipulia Barapatter
29 Seoni(Town) 2 0 1 0 0
Seoni
30 Seoni(Res) 2 0 1 0 0
Barghat Naka Seoni
2
31 Keolari 0 1 0 0
AE O&M Keolari
Ghansai Road
32 Lakhnadon 2 0 1 0 0
Lakhnadon
AE O&M Near
33 Chhapara Irrigation 2 0 1 0 0
Colony,Chhapara
34 Waraseoni AE O&M Waraseoni 2 0 1 0 0
AE O&M Chhatera
35 Katangi 2 0 1 0 0
Road Katangi
Near City Hospital,
36 Balaghat 2 0 1 0 0
Budhi,Balaghat
Power House
37 Balaghat (Res) Colony Parisar 2 0 1 0 0
balaghat
AE O&M Power
38 Baihar 2 0 1 0 0
House Baihar
GANESH CHOK
39 Katni(Res) 2 0 1 0 0
MPEB KATNI
40 Sleemnabad MPEB Sleemnabad 2 0 1 0 0
41 Kaymore MPEB Kaymore 2 0 1 0 0
GANESH CHOK
42 Katni(Town) 2 0 1 0 0
MPEB KATNI
GANESH CHOK
43 Res Katni 2 0 1 0 0
MPEB KATNI
CHOTI BAZAR
City Dn.
44 NEAR PANDIPURA 2 0 1 0 0
Chhindwara
CHHI.
66 KV CAMPUS
45 Chhindwara® PARASIA ROAD 2 0 1 0 0
CHHI.
46 Umranala MPEB UMRANALA 2 0 1 0 0
MPEB
47 Junnardeo 2 0 1 0 0
JUNNARDEO
48 Tamiya MPEB TAMIYA 2 0 1 0 0
MPEB
49 Amarwara 2 0 1 0 0
AMARWARA
50 Chourai MPEB CHOURAI 2 0 1 0 0
51 Chand MPEB CHAND 1 0 1 0 0
220 KV
PANDHURNA
52 Pandhurna(E) 2 0 1 0 0
MPSEB CAMPUS
NAGPUR ROAD
220 KV
PANDHURNA
53 Pandhurna(W) 2 0 1 0 0
MPSEB CAMPUS
NAGPUR ROAD

MD/WZ/06/PUR/ADB/ERP-03
A3-36 Annexure-III

54 Pandhurna(T) MPEB PANDURNA 2 0 1 0 0


BERADI ROAD
55 Sausar-I VAGHYA NALA 2 0 1 0 0
SAUSAR
66 KV CAMPUS
56 Sausar-Ii NAGPUR ROAD 2 0 1 0 0
SAUSAR
57 Bichhua MPSEB BICHHUA 2 0 1 0 0
58 Parasia MPSEB PARASIA 2 0 1 0 0
59 Barkuhi MPSEB BARKUHI 2 0 1 0 0
Narsinghpur Road
60 Sagar-I Makronia Sagar 1 0 1 0 0
470004
21 Cannt Opposite
Telephone
61 Sagar-II 1 0 1 0 0
Exchange BSNL
,Sagar 470002
62 Garhakota 1 0 1 0 0
Near Govt. High
63 Deori 1 0 1 0 0
School chhiet ,Deori
64 Rehli Sagar Road Rehli 2 0 1 0 0
65 Kesli Csd Ae O&M Kesli 1 0 1 0 0
MPSEB Power
66 Bina 1 0 1 0 0
campus , Bina
MPSEB Power
67 Khurai 1 0 1 0 0
campus , Khurai
AE O&M Bara road
68 Banda 1 0 1 0 0
,Banda
69 Damoh Town Killai naka Damoh 1 0 1 0 0
Jabalpur naka
70 Damoh Res 1 0 1 0 0
Damoh
71 Tendukheda MPEB Tendukheda 1 0 1 0 0
Jabalpur naka
72 Hatta 2 0 1 0 0
Damoh
Jabalpur naka
73 Pathariya 1 0 1 0 0
Damoh
MPSEB Power
74 Chhatarpur House Campus , 2 0 1 0 0
Chhatarpur
MPSEB Power
75 Bijawar 1 0 1 0 0
House Bijawar
Panna Vidyut
76 Panna 2 0 1 0 0
Vitaran Kendra
33/11 KV Substation
77 Pawai 2 0 1 0 0
Pawai
33/11 KV Substation
78 Khajuraho 1 0 1 0 0
khajuraho
AE O&M MPEB
79 Laundi 1 0 1 0 0
Laundi
MPSEB Power
80 Tikamgarh House, near Pani ki 2 0 1 0 0
tanki, Tikamgarh

MD/WZ/06/PUR/ADB/ERP-03
Annexure-III A3-37

Wairwar Tigola
81 Jatara ,Jatara (Gandhi 2 0 1 0 0
Gram), Tikamgarh
Jaron Road,
82 Prithvipur 2 0 1 0 0
Prithvipur
83 Niwari Tighela, Niwari 2 0 1 0 0
Near Pawar Gas
84 Rewa RES Godam, Infront of 2 0 1 0 0
EE(O&M), Rewa
85 Sirmour THP THP Office Sirmour 2 0 1 0 0
Near hanuman
86 Mouganj 2 0 1 0 0
Mandir,Mouganj
AE O&M
87 Teothar 2 0 1 0 0
MPPKVVCL,Teothar
Power House Galla
89 Rewa Zone-I 2 0 1 0 0
Mandi Rewa
Power House Galla
90 Rewa Zone-II 2 0 1 0 0
Mandi Rewa
MPEB Prem nagar
91 Satna (Res) 2 0 1 0 0
Satna
AE O&M
92 Jaitwara MPPKVVCL, 2 0 1 0 0
Jaitwara, Satna
Old Power House,
93 Satna (Town) Panni Lal Chowk 2 0 1 0 0
Satna
AE O&M , Infront of
94 Maihar Civil Hospital, 2 0 1 0 0
Maihar
AE O&M MPEB
95 Amarpatan 2 0 1 0 0
Amarpatan
AE O&M MPEB
96 Nagod 2 0 1 0 0
Nagod
97 Res S/Dn Sidhi Power House Sidhi 2 0 1 0 0
AE O&M Naudhiya,
98 O&M S/Dn Sidhi 2 0 1 0 0
Dstt. Sidhi
99 City S/Dn Sidhi 2 0 1 0 0
MPPKVVCL, Distt.
100 Churhat 1 0 1 0 0
Sidhi
101 Waidhan 2 0 1 0 0
102 Deosar 2 0 1 0 0
Waidhan City
103 2 0 1 0 0
S/Dn
Near main kotwali
104 Shahdol Town power house 2 0 1 0 0
campus, 484001
Near main kotwali
105 Shahdol Res power house 2 0 1 0 0
campus, 484001
AE O&M
106 Beohari 2 0 1 0 0
MPPKVVCL,Beohari
AE O&M
107 Burhar 2 0 1 0 0
MPPKVVCL,Burhar

MD/WZ/06/PUR/ADB/ERP-03
A3-38 Annexure-III

Near jay sthambh,


108 Umariya 2 0 1 0 0
Umariya
109 Birsinghpurpali 2 0 1 0 0
Infront of Magistrate
110 Anuppur , Jatari Road, 2 0 1 0 0
Anuppur
AE O&M Rajendra
111 Rajendragram 2 0 1 0 0
Nagar
AE O&M Kotma,
Behind Bus Stand
112 Kotma 1 0 1 0 0
Infront of 33/11 KV
S/S
Total 190 0 112 0 0

PC with Low End


S. No. DC UPS Laptop
1 Sadar 1 0
2 Katanga 1 0
3 Ghamapur 1 0
4 Ranjhi 1 0
5 Dwarakanagar 1 0
6 Circuit house 1 0
7 H-Rose 1 0
8 RIZ -Road 1 0
9 Civil Lines 1 0
10 Puchpedi 1 0
11 University 1 0
12 Pasiyana 1 0
13 Chandinichowk 1 0
14 Hanumantal 1 0
15 Bahorabagh 1 0
16 Phutatal 1 0
17 Indira Markat 1 0
18 Omiti 1 0
19 Premsagar 1 0
20 Clock Tower 1 0
21 Beaohar Baag 1 0
22 Victoria 1 0
23 Naagrath 1 0
24 Napier Town 1 0
25 Karam chand 1 0
26 Rani Tal 1 0

MD/WZ/06/PUR/ADB/ERP-03
Annexure-III A3-39

27 Museum 1 0
28 Bada Phuara 1 0
29 Miloni Ganj 1 0
30 Ukhri III 1 0
31 Ukhri IV 1 0
32 Ukhri V 1 0
33 Gorakh Pur 1 0
34 Choutha Pul 1 0
35 Hathital 1 0
36 Prasar Bharti 1 0
37 Wright Town 1 0
38 Clock Tower 1 0
39 Nodhra Bridge 1 0
41 Purwa 1 0
42 Res Rampur 1 0
43 Polipathar 0 1
44 Bilhari 1 0
45 Ranjhi 1 0
46 Adhartal(Town)-I 1 0
47 Adhartal-Ii 1 0
48 Madhotal(Rural) 1 0
49 Bargi U/G 1 0
50 Chargawan 0 1
51 Bheraghat 1 0
52 Panagar (Rural) 1 0
53 Panagar (Town) 1 0
54 Pipariya 1 0
55 Kundam 0 1
56 Barela 1 0
57 Sihora (Town) 1 0
58 Sihora (Rural) 1 0
59 Majhgawan 1 0
60 Gosalpur 1 0
61 Majholi 0 1
62 Patan-I 1 0
63 Patan-Ii 1 0
64 Shahpura U/G 1 0
66 Katangi 1 0
67 Boriya 1 0

MD/WZ/06/PUR/ADB/ERP-03
A3-40 Annexure-III

68 Dindori 1 0
69 Shahpur 1 0
70 Gadasarai 0 1
71 Samnapaur 1 0
72 Karanjiya 1 0
73 Shahpura 1 0
74 Mehendwani 1 0
75 Mandla(Town) 1 0
76 Anjaniya 0 1
77 Bichhiya 1 0
78 Sizora 1 0
79 Nainpur 1 0
80 Bamhanibanjar 0 1
81 Chiraidongri 1 0
82 Mandla (Rural) 1 0
83 Maharajpur 0 1
84 Gaugari 1 0
85 Mohgaon 1 0
86 Bamhani(Rural) 1 0
87 Niwas 1 0
88 Narayanganj 1 0
89 Bijadandi 0 1
90 Narsinghpur(T) U/G 1 0
91 Narsinghpur(R) U/G 1 0
92 Singhpur 1 0
93 Dangidhana U/G 1 0
94 Gotegaon(Town) 1 0
95 Gotegaon®Uig 0 1
96 Shrinagar 1 0
97 Karakbel U/G 1 0
98 Gundrai U/G 1 0
99 Kareli(Town) 1 0
100 Kareli(Rural)U/G 1 0
101 Amgaon U/G 1 0
102 Barman U/G 1 0
103 Gadarwara(Town) 1 0
104 Gadarwara(Rural) 1 0
105 Sainkheda U/G 0 1
106 Salichouka U/G 1 0

MD/WZ/06/PUR/ADB/ERP-03
Annexure-III A3-41

107 Chichli U/G 1 0


108 Sihora 1 0
109 Dobhi U/G 1 0
110 Kodiya U/G 1 0
111 Seoni(Town) 1 0
112 Seoni(Rural) 1 0
113 Gopalganj 1 0
114 Mungwani 0 1
115 Kurai 1 0
116 Bandol 1 0
117 Badalpar 1 0
118 Keolari 1 0
119 Kanhiwada 1 0
120 Ari 0 1
121 Ugli 1 0
122 Kherapalari 1 0
123 Barghat U/G 1 0
124 Lakhnadon 1 0
125 Ghansour 0 1
126 Dhuma 1 0
127 Dhanora 1 0
128 Adegaon 1 0
129 Chhapara-I 1 0
130 Chhapara-Ii 1 0
131 Ganeshganj 1 0
132 Waraseoni(T) 1 0
133 Sawangi 1 0
134 Rampayali 1 0
135 Lalbarra 1 0
136 Amoli 0 1
137 Katangi 1 0
138 Tirori 1 0
139 Kherlanjhi 1 0
140 Umri 0 1
141 Bonkatta 1 0
142 Dongarmali 1 0
143 Balaghat(Town) 1 0
144 Sarekha-I U/G 1 0
145 Sarekha-Ii U/G 1 0

MD/WZ/06/PUR/ADB/ERP-03
A3-42 Annexure-III

146 Bhanegaon 0 1
147 Lanji U/G 1 0
148 Kirnapur 1 0
149 Rajegaon 1 0
150 Baihar U/G 1 0
151 Mohgaon 1 0
152 Lamta 1 0
153 Niwar 1 0
154 Rithi 1 0
155 Badwara U/G 1 0
156 Silondi 0 1
157 Sleemnabad 1 0
158 Umariyapan 1 0
159 Bahoriband 1 0
160 Khlwara Bazar (Kaymore) 1 0
161 Vijayraghogarh 1 0
162 Barhi U/G 1 0
163 Katni(Town) 1 0
164 Katni(Rural) U/G 1 0
165 Madhonagar 1 0
166 Khirheni U/G 1 0
167 Chhindwara(Town) 1 0
168 Chhindwara(Rural) 1 0
169 Bangaon 1 0
170 Pindraikala 0 1
171 Sonakhar 1 0
172 Meghaseoni 1 0
173 Gurraiya 1 0
174 Umranala 1 0
175 Rohanakala 1 0
176 Linga 0 1
177 Mohkhed 1 0
178 Ubhegaon 1 0
179 Sawari U/G 1 0
180 Junnardeo 0 1
181 Panara 1 0
182 Navegaon 1 0
183 Damua 1 0
184 Tamiya 1 0

MD/WZ/06/PUR/ADB/ERP-03
Annexure-III A3-43

185 Jhirpa 1 0
186 Amarwara-I 1 0
187 Amarwara-Ii 1 0
188 Singodi 0 1
189 Harrai 1 0
190 Batkakhapa 1 0
191 Chourai D/C 1 0
192 Kunda 0 1
193 Chand 1 0
194 Panjara 1 0
195 Rajna 1 0
196 Badchicholi 1 0
197 Bangaon 1 0
198 Teegaon 1 0
199 Nandanwadi 1 0
200 Dhanora 1 0
201 Pandhurna(T) 1 0
202 Pandhurna® 1 0
203 Sausar 0 1
204 Berdi 1 0
205 Ramakona 1 0
206 Piplanarayanwar 1 0
207 Mohgaon 1 0
208 Paratsingha 1 0
209 Lodhikheda 0 1
210 Bichhua 1 0
211 Khamarpani 1 0
212 Khamra 1 0
213 Parasia 1 0
214 Kundalika 1 0
215 Barkuhi 1 0
216 Chikhalikala 1 0
217 Umreth U/G 1 0
218 Sagar(Res) 1 0
219 Baheriya 1 0
220 Surkhi 1 0
221 Dhana 1 0
222 Jaisinagar 1 0
223 Bamori Renguan 1 0

MD/WZ/06/PUR/ADB/ERP-03
A3-44 Annexure-III

224 Nariaoli 0 1
225 Sehora 1 0
226 Rahatgarh(T) 1 0
227 Rahatgarh(Res) 1 0
228 Bandri 1 0
229 City Sagar 1 0
230 Garhakota(Town) 1 0
231 Garhakora(East) 1 0
232 Deori(Town) 1 0
233 Deori(Rural) 1 0
234 Maharajpur 1 0
235 Rehli(Town) 1 0
236 Kesli-I 0 1
237 Gourjhamar 1 0
238 Bina(North) 1 0
239 Bina(South) 1 0
240 Bina(Res) 1 0
241 Agasod 1 0
242 Mandibamora 1 0
243 Khurai(Town) 1 0
244 Khurai(Rural)U/G 1 0
245 Khimlasa 0 1
246 Malthone 1 0
247 Banda(Town) 1 0
248 Magardha 1 0
249 Shahgarh 1 0
250 Shahpur 1 0
251 Karrapur 1 0
252 Damoh(Town)U/G 1 0
253 Damoh(Res) 1 0
254 Bansa 1 0
255 Bandakpur 1 0
256 Hindoriya 0 1
257 Tejgarh 1 0
258 Jabera 0 1
259 Nohata 1 0
260 Tendukheda 1 0
261 Hatta(Town) 1 0
262 Patera 1 0

MD/WZ/06/PUR/ADB/ERP-03
Annexure-III A3-45

263 Bangaon 1 0
264 Hinota 1 0
265 Hatta(Rural)U/G 1 0
266 Pathariya(Town) 1 0
267 Pathariya(Rural) 1 0
268 Narsingarh 1 0
269 Batiyagarh 0 1
270 Chhatarpur(Town)U/G 1 0
271 Nawgaon(Town) 1 0
272 Chhatarpur(Rural) 1 0
273 Nawgaon(Rural) 1 0
274 Harpalpur 1 0
275 Ishanagar 1 0
276 Mausahaniya 0 1
277 Bijawar U/G 1 0
278 Badamalehra 1 0
279 Ghuwara 1 0
280 Baxwaha 0 1
281 Gulganj 1 0
282 Satai 1 0
283 Panna(Town) 1 0
284 Panna(Rural) 1 0
285 Devendra Nagar 1 0
286 Saleha 0 1
287 Ajaygarh U/G 1 0
288 Pawai 0 1
289 Amanganj 1 0
290 Simariya 1 0
291 Shahnagar 1 0
292 Khajuraho(Town) 1 0
293 Rajnagar 1 0
294 Basari 1 0
295 Bamitha 0 1
296 Garhimalhera 1 0
297 Maharajpur 1 0
298 Laundi Town 1 0
299 Laundi(Rural) 0 1
300 Chandla 1 0
301 Barigarh 1 0

MD/WZ/06/PUR/ADB/ERP-03
A3-46 Annexure-III

302 Gourihar 1 0
303 Tikamgarh(Town) 1 0
304 Tikamgarh(Rural)U/G 1 0
305 Khargapur 1 0
306 Mawai 0 1
307 Badgaon 1 0
308 Baldevgarh 1 0
309 Mohangarh 1 0
310 Jatara 1 0
311 Palera 1 0
312 Chandera 1 0
313 Prithvipur 1 0
314 Digoda 0 1
315 Niwari 1 0
316 Taricharkala 1 0
317 Orchha 1 0
318 Gurh 0 1
319 Manikwar 1 0
320 Raipur Kalchurian 1 0
321 Mangawan U/G 1 0
322 Simariya U/G 1 0
323 Baikunthpur 1 0
324 Sirmour 0 1
325 Mouganj 1 0
326 Devtalab 1 0
327 Naigarhi 1 0
328 Hanumana 0 1
329 Teonthar 1 0
330 Katara 1 0
331 Chakghat 1 0
332 Jawa U/G 1 0
333 Engine Ering College 1 0
334 Chorhata 1 0
335 Badraon 1 0
336 Govindgarh 1 0
337 Rewa(Town)U/G 1 0
338 Rewa(Town)U/G 1 0
339 Satna Res-Ii 1 0
340 Madhogarh 1 0

MD/WZ/06/PUR/ADB/ERP-03
Annexure-III A3-47

341 Rampur Baghelan 1 0


342 Chhibora 0 1
343 Babupur 1 0
344 Sitpura 1 0
345 Jaitwara 1 0
346 Kothi 1 0
347 Majhgawan 1 0
348 Chitrakut 0 1
349 Kotar 1 0
350 Birsinghpur 1 0
351 Satna(Town)U/G 1 0
352 Kolgawan U/G 1 0
353 Satna Res-I 1 0
354 Tikuritola 0 1
355 Muktiyarganj 1 0
356 Maihar(Rural)U/G 1 0
357 Maihar(Town) 1 0
358 Ghunwara 1 0
359 Uchhera 1 0
360 Nandan 1 0
361 Amarpatan 1 0
362 Tala 0 1
363 Katha 1 0
364 Maryadpur 1 0
365 Ramnagar 1 0
366 Bela 1 0
367 Nagod(Town) 1 0
368 Nagod(Res)U/G 1 0
369 Jasso 1 0
370 Singhpur 1 0
371 Bahri 1 0
372 Amaliya U/G 1 0
373 Majholi 0 1
374 Madwas 1 0
375 Niwas 1 0
376 Nawai 1 0
377 Patpara 1 0
378 Simariya 1 0
0 1
379 Nebuha

MD/WZ/06/PUR/ADB/ERP-03
A3-48 Annexure-III

380 Kuchwahi 1 0
381 Sidhi Res 1 0
382 Sidhi(Town)-I 1 0
383 Sidhi(Town)-Ii 1 0
384 Churhat 1 0
385 Rampur Naiken 1 0
386 Bagwar 0 1
387 Haumangarh 1 0
388 Khaddi 1 0
389 Rajmilan U/G 1 0
390 Sarai 1 0
391 Chitrangi 1 0
392 Deosar 1 0
393 Bargawan 1 0
394 Waidhan U/G 1 0
395 Morwa U/G 0 1
396 Shahdol Town 1 0
397 Shahdol Res 1 0
398 Singhpur 1 0
399 Gohparu 0 1
400 Beohari U/G 1 0
401 Jaisinghnagar 1 0
402 Bansagar 1 0
403 Burhar 1 0
404 Dhanpuri 1 0
405 Jaitpur 1 0
406 Umariya Town 1 0
407 Umariya Rural 1 0
1 0
408 Chandiya
409 Manpur 1 0
410 Bharewa 1 0
411 Sgtps Mangthar 1 0
412 Birsinghpur Pali 1 0
413 Karkeli 1 0
414 Anuppur(Town) 1 0
415 Jaithari 0 1
416 Chachai 1 0
417 Rajendragram 1 0

MD/WZ/06/PUR/ADB/ERP-03
Annexure-III A3-49

418 Amarkantak 1 0
419 Bijuri 1 0
420 Kotma 0 1
Total 367 53

SE CIVIL OFFICES

PC with Laser Network High End Lower End


S. No. Office Address
UPS Printer Printer Laptop Laptop
MPEB Colony Shed
Jabalpur No. 9 A,Rampur, 1 1 0 0 0
1 Jabalpur
Narsinghpur Road
Sagar Makronia Sagar 1 1 0 0 0
2 470004
Galla Mandi
Rewa 1 1 0 0 0
3 ,Amaihya Rewa
Total 3 3 0 0 0

CE STORE OFFICE

PC with Laser Network High End Lower End


S. No. Office Address
UPS Printer Printer Laptop Laptop
Near Ganesh mandir ,
1 SE Store
MPEB Campus Rampur 3 1 1 0 0
,Jabalpur
Jabalpur

SE METER MONITORING CELL

PC with Laser Network High End Lower End


S. No. Office Address
UPS Printer Printer Laptop Laptop
SE METER
MONITORIN Infront of MPEB
1 0 1 0 0
G CELL, Hostpital MPEB Colony
1 Jabalpur Rampur, Jabalpur

STC DIVISION OFFICES

Division PC with Laser Network High End Lower End


S. No. Office Address UPS Printer Printer Laptop Laptop
1 O&M Circle MPEB Colony, OB Type 2 0 1 0 0

MD/WZ/06/PUR/ADB/ERP-03
A3-50 Annexure-III

Jabalpur Quater Rampur,


Jabalpur
Behind Tarang
City Circle Auditorium, Rampur,
2 Jabalpur Jabalpur 2 0 1 0 0
O&M Circle Stc Dn. Jihrna Road
3 Narsinghpur Narsinghpur 2 0 1 0 0
O&M Circle
4 Seoni Barghat Naka Seoni 2 0 1 0 0
O&M Circle Aadarse nagar ,
5 Chhindwara Chhindwara 2 0 1 0 0
O&M Circle Near Telegraph Office,
6 Sagar Civil lines ,Sagar 2 0 1 0 0
EE STC ,MPPKVVCL,
O&M Circle S/S Colony Satai Road
7 Chhatarpur ,Chhatarpur 2 0 1 0 0
O&M Circle
8 Rewa Arjun nagar,Rewa 2 0 1 0 0
O&M Circle MPEB Prem nagar
9 Satna satna 2 0 1 0 0
Total 18 0 9 0 0

CIVIL DIVISION OFFICE

Division PC with Laser Network High End Lower End


S. No. Address
Office UPS Printer Printer Laptop Laptop
66 KV MPEB Colony
Chhindwara Campus Parasia Road, 1 0 1 0 0
1 Chhindwara

STM DIVISION OFFICES

PC with Laser Network High End Lower End


S. No. Office Address UPS Printer Printer Laptop Laptop
MPEB Near Ganesh
mandir , Shed No. 11
2 0 1 0 0
O&M Circle MPEB Colony ,Rampur
1 Jabalpur Jabalpur
City Circle MPEB Colony ,Rampur
2 0 1 0 0
2 Jabalpur , Jabalpur
66 KV MPEB Colony
O&M Circle Campus Parasia Road, 2 0 1 0 0
3 Chhindwara Chhindwara
O&M Circle
2 0 1 0 0
4 Seoni Barghat Naka Seoni
EE STM MPEB JIHRNA
POWER HOUSE
2 0 1 0 0
O&M Circle NARSINGHPUR
5 Narsinghpur

MD/WZ/06/PUR/ADB/ERP-03
Annexure-III A3-51

NEAR 132 KV S/S


O&M Circle SHANTI NAGAR MPEB 2 0 1 0 0
6 Katni KATNI
O&M Circle Narsinghpur Road
2 0 1 0 0
7 Sagar Makronia Sagar 470004
Chandr Bhawan, Pani ki
O&M Circle tanki ke paas, 2 0 1 0 0
8 Tikamgarh Tikamgarh
Infront of new colony
O&M Circle Chhatrashaal Chouraha, 2 0 1 0 0
9 Chhatarpur Chhatarpur
O&M Circle Galla mandi Amahiya
2 0 1 0 0
10 Rewa ,Rewa
O&M Circle MPEB Prem nagar
2 0 1 0 0
11 Satna satna
O&M Circle O/o SE O&M Jamodi
2 0 1 0 0
12 Sidhi Sidhi,486661
EE STM Near main
O&M Circle kotwali power house 2 0 1 0 0
13 Shahdol campus, 484001
Total 26 0 13 0 0

STORE DIVISION/SUB DEPOT OFFICES

PC with Laser Network High End Lower End


S. No. Office Address UPS Printer Printer Laptop Laptop
JABALPUR Near 220KV S/S
1 STORE Nayagaon, Jabalpur 6 0 1 0 0
132 KV S/S
CHHINDWARA Chandangaon,
2 STORE Chhindwara 6 0 1 0 0
Narsinghpur Road
SAGAR Makronia Sagar
3 STORE 470004 6 0 1 0 0
CHHATRPUR Satai Road,
4 STORE Chhatarpur 6 0 1 0 0
SATNA Power House, Prem
5 STORE Nagar ,Satna 6 0 1 0 0
Total 30 0 5 0 0

MT DIVISION OFFICES

PC with Laser Network High End Lower End


S. No. Office Address UPS Printer Printer Laptop Laptop
MPEB Colony
1 JABALPUR Rampur, Jabalpur 1 0 1 0 0

MD/WZ/06/PUR/ADB/ERP-03
A3-52 Annexure-III

Narsinghpur Road
Makronia Sagar
2 SAGAR 470004 1 0 1 0 0
Arjun Nagar,
3 REWA Jabalpur 1 0 1 0 0
KHAJRI CHOWK
KHAJRI ROAD NEAR
AADIWASI MUSEUM
CIRCULAR ROAD
4 CHHINDWARA CHHINDWARA 1 0 1 0 0
Total 4 0 4 0 0

WORKSHOP DIVISION OFFICE

PC with Laser Network High End Lower End


S. No. Office Address
UPS Printer Printer Laptop Laptop
220 KV S/S
EE Workshop,
Nayagaon, 1 0 1 0 0
Jabalpur
1 Jabalpur

MTRU

PC with Laser Network High End Lower End


S. No. Office Address
UPS Printer Printer Laptop Laptop
132KV S/S
MRTU,Jabalpur 1 0 1 0 0
1 Vinoba bhave

EE ELECTRICAL(COMPLEX MAINTENANCE)

PC with Laser High End Lower End


S. No. Office Address Network
UPS Printer Laptop Laptop
Printer
EE Block No. 10
Electrical(Complex Shakti Bhawan, 1 0 1 0 0
1 Maintenance) Rampur, Jabalpur

AE (STC)

PC with Laser Network High End Lower End


S. No. Office Address UPS Printer Printer Laptop Laptop
MPEB Colony,
O&M Circle OB Type Quater
1 Jabalpur Rampur, Jabalpur 1 0 1 0 0
Royal Hotel
City Circle Building,near Civil
2 Jabalpur Lines, Jabalpur 1 0 1 0 0

MD/WZ/06/PUR/ADB/ERP-03
Annexure-III A3-53

Power House
3 City Circle Mandla Campus, Mandla 1 0 1 0 0
O&M Circle Aadarse nagar,
4 Chhindwara Chhindwara 1 0 1 0 0
AE STC AE STC JIHRNA
Gadarwara(NSP Road
5 Circle) NARSINGHPUR 1 0 1 0 0
Galla Mandi
6 O&M Circle Rewa Amahiya,Rewa 1 0 1 0 0
MPEB Prem
7 O&M Circle Satna nagar satna 1 0 1 0 0
Power House
Campus, near
8 O&M Circle Sidhi Kotwali,Sidhi 1 0 1 0 0
O&M Circle Killai Naka Road
9 Damoh ,Damoh 1 0 1 0 0
21 Cannt
Opposite
Telephone
AE STC Bina Exchange BSNL
10 (Sagar Circle) ,Sagar 470002 1 0 1 0 0
Infront of new
colony
Chhatrashaal
O&M Circle Chouraha,
11 Chhatarpur Chhatarpur 1 0 1 0 0
O&M Circle
12 Damoh 1 0 1 0 0
Total 12 0 12 0 0

AE (LT MT)

PC with Laser Network High End Lower End


S. No. Office Address UPS Printer Printer Laptop Laptop
Nayagaon Behind
Petrol Pump,
1 JABALPUR Jabalpur 1 0 1 0 0
MPEB Colony
2 SATNA Prem nagar Satna 1 0 1 0 0
Narsinghpur Road
Makronia Sagar
3 SAGAR 470004 1 0 1 0 0
Infront of new
colony
Chhatrashaal
Chouraha,
4 CHHATARPUR Chhatarpur 1 0 1 0 0
AE LT/MT Near
main kotwali power
house campus,
5 SHAHDOL 484001 1 0 1 0 0

MD/WZ/06/PUR/ADB/ERP-03
A3-54 Annexure-III

6 SEONI 1 0 1 0 0
66 KV S/S near
Pole
7 CHHINDWARA Factory,Chhindwara 1 0 1 0 0
Total 7 0 7 0 0

AE (Civil)
PC with Laser Network High End Lower End
S. No. STC Office Address UPS Printer Printer Laptop Laptop
Near Ganesh
mandir , MPEB
Campus City
Circle,Rampur
1 Jabalpur Jabalpur 1 1 0 0 0
MPEB JIHRNA
POWER HOUSE
2 Narsinghpur NARSINGHPUR 1 1 0 0 0
3 Katni 1 1 0 0 0
Power House
4 Mandla Campus, Mandla 1 1 0 0 0
5 Seoni 1 1 0 0 0
MPEB Prem nagar
6 Satna satna 1 1 0 0 0
Galla Mandi
7 Rewa Amahiya,Rewa 1 1 0 0 0
Near main kotwali
power house
8 Shahdol campus, 484001 1 1 0 0 0
9 Sidhi 1 1 0 0 0
Narsinghpur Road
10 Sagar makronia ,Sagar 1 1 0 0 0
Jabalpur
11 Damoh Naka,Damoh 1 1 0 0 0
Chhatrashal
Chowk, Khajuraho
12 Chhatrpur Road, Chhatarpur 1 1 0 0 0
13 Tikamgarh 1 1 0 0 0
Total 13 13 0 0 0

AE TSG

PC with Laser Network High End Lower End


S. No. Office Address UPS Printer Printer Laptop Laptop
MPEB
Colony,Rampur,Jab
1 JABALPUR alpur 1 0 1 0 0
2 NARSINGHPUR MPEB JIHRNA 1 0 1 0 0

MD/WZ/06/PUR/ADB/ERP-03
Annexure-III A3-55

POWER HOUSE
NARSINGHPUR
Power House
3 MANDLA Campus, Mandla 1 0 1 0 0
Old Power House
,near Bus Stand
4 SAGAR sagar 1 0 1 0 0
Near Bus Stand,
5 REHLI Rehli 1 0 1 0 0
Jabalpur Naka,
6 DAMOH Damoh 1 0 1 0 0
MPSEB Power
House ,near Pani ki
7 TIKAMGARH Tanki 1 0 1 0 0
8 PANDURNA 1 0 1 0 0
66 KV S/S,MPEB
Parasia Road
9 CHHINDWARA ,Chhindwara 1 0 1 0 0
MPEB Prem nagar
10 SATNA satna 1 0 1 0 0
Old Power House
11 SIDHI ,Sidhi 1 0 1 0 0
Near Dalda
12 SEONI Factory, Seoni 1 0 1 0 0
AE TSG Power
House Campus,
13 BALAGHAT Balaghat 1 0 1 0 0
O/o EE STM Near
main kotwali power
house campus,
14 SHAHDOL 484001 1 0 1 0 0
Total 14 0 14 0 0

AE MT

PC With Laser Network High End Lower End


S.No Office Address UPS Printer Printer Laptop Laptop
AE MT Sub
Division Office
1 Shahdol 1 0 1 0 0
AE MT Sub
Division Office
2 Chhindwara 1 0 1 0 0
Total 2 0 2 0 0

RAO

MD/WZ/06/PUR/ADB/ERP-03
A3-56 Annexure-III

PC with Laser Network High End Lower End


S. No. Office Address UPS Printer Printer Laptop Laptop
MPEB Colony
RAO ,Shed No.6 Rampur,
1 JABALPUR Jabalpur 6 4 1 0 0
RAO 66 KV S/S Parasia
2 CHHINDWARA Road,Chhindwara 6 4 1 0 0
Narsinghpur Road
Makronia Sagar
3 RAO SAGAR 470004 6 4 1 0 0
RAO Satai Road
4 CHHATARPUR ,Chhatarpur 6 4 1 0 0
Galla Mandi ,
5 RAO REWA Amahiya Rewa 6 4 1 0 0
Jamodi
6 RAO SIDHI Sidhi,486661 6 4 1 0 0
Total 36 24 6 0 0

Note:

1. Apart from the above hardware, AMC of legacy hardware purchased by West
Discom within last five years (approx. 300 PC/Laptop, 200 Printers) is also required.
Supplier needs to make a list of hardware and after the approval of list by the
purchaser, Supplier needs to provide the AMC services for the same on “As is-
Where is” basis.
2. Apart from the above hardware, AMC of legacy hardware purchased by East Discom
within last five years (approx. 900 PC with UPS/Laptop, 500 Printers) is also
required. Supplier needs to make a list of hardware and after the approval of list by
the purchaser, Supplier needs to provide the AMC services for the same on “As is-
Where is” basis.
3. The above location lists of West DISCOM and East DISCOM are tentative and
may vary/change. Payment will be made as actual for the supplied
items/services.

MD/WZ/06/PUR/ADB/ERP-03
ANNEXURE IV
Service Level Agreement
Annexure-IV A4-1

Annexure IV: Service Level Agreement


Service Level Agreement

The purpose of this Service Level Agreement (hereinafter referred to as SLA) is to clearly define the
levels of service which shall be provided by the Bidder to purchaser for the duration of this contract.
The benefits of this SLA are to:

1. Trigger a process that applies Bidder's and Purchaser's attention to an aspect of performance
when that aspect drops below an agreed upon threshold, or target.

2. Makes explicit the expectations that Purchaser has for performance from the Bidder. The Bidder
and Purchaser shall review the performance of the services being provided by the Bidder and
the effectiveness of this SLA.

Definitions

For purposes of this Service Level Agreement, the definitions and terms as specified in the contract
along with the following terms shall have the meanings set forth below:

i. "Availability" shall mean the time for which the services and facilities are available for conducting
operations from the equipment hosted in the Data Centre and remote locations.
ii. “Downtime” is the time the services and facilities are not available and excludes the scheduled
outages planned in advance for the Data Centre.
iii. “Scheduled Downtime” is planned downtime that is included in the design of the system.
Usually, for an activity such as software upgrade, preventive maintenance or any other planned
downtime mutually agreed upon by the Bidder along with Purchaser.
iv. "Helpdesk Support" shall mean the 24x7x365 centre which shall handle Fault reporting, Trouble
Ticketing and related enquiries during this contract.
v. “Incident” refers to any event / abnormalities in the functioning of the Data Centre Equipment /
remote site equipments/Services that may lead to disruption in normal operations of the Data
Centre services.
vi. “Service Window” shall mean the duration for which the facilities and services shall be available
at the Data Centre. Service window in this case shall be 24x7x365.

Category of SLAs

This SLA document provides for minimum level of services required as per contractual obligations
based on performance indicators and measurements thereof. The Bidder shall ensure provisioning of
all required services while monitoring the performance of the same to effectively comply with the
performance levels. The services provided by the Bidder shall be reviewed by purchaser that shall:

i. Regularly check performance of the Bidder against this SLA.


ii. Discuss escalated problems, new issues and matters still outstanding for resolution.
iii. Review of statistics related to rectification of outstanding faults and agreed changes.
iv. Obtain suggestions for changes to improve the service levels.

MD/WZ/06/PUR/ADB/ERP-03
A4-2 Annexure-IV

The SLA has been logically segregated in the following categories:

 IT Infrastructure related service levels


 Physical Infrastructure related service levels
 Helpdesk, Security and Incident Management related service levels

The following measurements and targets shall be used to track and report performance on a regular
basis. The targets shown in the following table are applicable for the duration of the contract.

Each section outlines the service level indicators and the target performance levels to be maintained
by the Agency during the contract period. This shall be used to track and report performance on a
regular basis. These SLA's shall be strictly imposed, and there will be penalty imposed for not
adhering to the SLA. The SLA will be measured on Quarterly basis.

A – (Comprehensive FMS Charges as per price sheet for that specific year) / 4
B – (Comprehensive AMC Charges for supplied equipments/software/services as per price sheet for
that specific year) / 4
C– (Comprehensive AMC Charges for legacy hardware as per price sheet for that specific year) / 4

Actual availability will be calculated on weighted average basis of uptime for all related equipments of
that Group.

 IT Infrastructure related service level

Indicative broad parameters for SLA are given below.

Sl. Items Measurement Expected Actual Non Performance


N Minimum Availability Deductions
o Availability (in %)
. (in %)
1 Production Availability of each Production 99.50% < 99.5 1 % of (A + B)
Servers, Storage Servers, , Storage System < 99.0 2 % of (A + B)
System and including SAN Switch and < 98.5 3 % of (A + B)
Backup System Backup Servers, < 98.0 5 % of (A + B)
at DC and DR Backup System, Tape Library
at DC and DR
2 Network System Availability of Internet Router, 99.50% < 99.5 1 % of (A + B)
at DC and DR Access Switch, Core Switch, < 99.0 2 % of (A + B)
Firewall, etc. at DC and DR < 98.5 3 % of (A + B)
< 98.0 5 % of (A + B)
3 Other Servers at Availability of each 99.00% < 99.0 0.25 % of (A + B)
DC and DR Development, Training, < 98.5 0.50 % of (A + B)
staging server and Windows < 98.0 0.75 % of (A + B)
Servers at DC and DR < 97.5 1.25 % of (A + B)
4 All Site Locations Availability of Routers , 98.50% < 98.5 0.5 % of B
Switches etc at all Locations < 98.0 1.0 % of B
< 97.5 1.5 % of B
< 97.0 2.5 % of B
5 All Site Locations Availability of Desktop PCs, 98.50% < 98.5 0.5 % of C
Laptops, Printers, UPS and all < 98.0 1.0 % of C
other Peripherals etc. at all < 97.5 1.5 % of C
Locations. < 97.0 2.5 % of C

MD/WZ/06/PUR/ADB/ERP-03
Annexure-IV A4-3

 Physical Infrastructure related service levels

Sl. Items Measurement Expected Actual Non Performance


N Minimum Availability (in Deductions
o Availability %)
. (in %)
1 Power and Availability of 99.50% < 99.5 0.5 % of (A + B)
cooling System Electrical System < 99.0 1% of (A + B)
at DC and DR including UPS and < 98.5 1.5% of (A + B)
DG and Cooling < 98.0 2.5 % of (A + B)
System (PAC and
Comfort AC) at DC
and DR
2 Integrated Availability of Access 99.00% < 99.0 0.5 % of (A + B)
Building Control System, < 98.5 1% of (A + B)
management BMS, CCTV, Fire < 98.0 1.5% of (A + B)
System at DC Control System etc at < 97.5 2.5 % of (A + B)
and DR DC and DR.

 Helpdesk, Security and Incident Management related service levels

Sl. Items Measurement Non Performance Deductions


N
o
.
1 Attack of Virus, For every virus attack reported A penalty of Rs. 10,000/- would be
Trojan, intrusions and not resolved within 36 hours imposed on the Bidder
or any other from the time of patch or virus
malicious code removal tool/process is available,
2 Data theft For every data theft incident a penalty of Rs. ≥ 5 lakh shall be imposed
incident and this penalty will be in addition to any other penalty, punishment
applicable under the legal provision of the country and the state prevailing
at the point in time.

 Resource Availability: - If the resource availability is less than 95%, then payment shall be
deducted based on the pro-rata basis. (Total FMS cost per day divided by nos. of persons
deployed)

Definitions

Non-Availability: Is defined as, the service(s) is not available.

Severity Level 1: Is defined as, the Service is available but the critical redundant components have
failed and there is urgent need to fix the problem to restore the service to the high availability Status
or more than 50% users are affected.

Severity Level 2: Is defined as, the service is available but there is compromise on the features
available in the Equipment / system and are required to fix the problem to bring the service to Normal
Level.

MD/WZ/06/PUR/ADB/ERP-03
A4-4 Annexure-IV

Severity Level 3: Is defined as, the moderate degradation in the application performance No
implications on the data integrity. Has no impact on the normal operations/day-to-day working. It has
affected or may affect, <10% of the user community.

Severity Level 4: Equipment/system/Applications are stable and have no impact on the day-to-day
working. It has affected or may affect a single user. For example, Account lockouts, Unable to open
files, related calls.

Resolution Time: Represents the period of time from the problem occurrence to the time in which
the root cause of the problem is removed and a permanent fix has been applied to avoid problem
reoccurrence.

Recovery Time: Represents the period of time from the problem occurrence to the time in which the
service returns to operational status. This may include temporary problem circumvention /
workaround and does not necessarily include root cause removal.

Response Time: Represents the period of time from the problem occurrence to the time when the
problem is first attended by the Bidder’s engineer.

Service Severity Response Recovery Resolution


Time Time Time
(Max) (Max) (Max)

Production Server Non Availability & Severity 1 15 minutes 2 hours 1 day


(Linux/Unix and X86/64) Severity 2 1 hour 4 hours 2 day
Severity 3 2 hour 6 hour 2 day
Severity 4 4 hour 8 hour 2 day
Non - Production Server Non Availability & Severity 1 30 minutes 4 hours 2 day
(Linux/Unix and X86/64) Severity 2 2 hour 8 hour 3 day
Severity 3 4 hour 10 hour 3 day
Severity 4 10 hour 1 day 3 day
Storage System (Storage, Non Availability & Severity 1 15 minutes 2 hours 1 day
SAN Switch, etc) Severity 2 1 hour 4 hours 2 day
Severity 3 4 hour 12 hour 2 day
Severity 4 10 hour 1 day 3 day
Backup Solution Including Non Availability & Severity 1 15 minutes 2 hours 8 hour
Tape Library Severity 2 1 hour 4 hours 12 hour
Severity 3 4 hour 12 hour 1 day
Severity 4 10 hour 1 day 2 day
Antivirus Solution Non Availability & Severity 1 15 minutes 2 hours 1 day
Severity 2 1 hour 4 hours 1 day
Severity 3 5 hour 1 day 2 day
Severity 4 12 hour 2 day 2 day
Network System Non Availability & Severity 1 15 minutes 2 hours 1 day
(Routers, Switches, Severity 2 1 hour 4 hours 1day
Firewalls, NMS/EMS , Severity 3 2 hour 6 hour 2 day
Domain Controller etc) Severity 4 4 hour 8 hour 2 day
All Critical equipments Non Availability & Severity 1 15 minutes 2 hours 1 day
installed in DC & DR and all Severity 2 1 hour 4 hours 2 day
other equipments required Severity 3 2 hour 6 hour 2 day
to run DC & DR which Severity 4 4 hour 8 hour 2 day
includes (but not limit to)
PAC, UPS, DG etc.
All items/ equipments/ Non Availability & Severity 1 4 hours 8 hour 1 day

MD/WZ/06/PUR/ADB/ERP-03
Annexure-IV A4-5

applications supplied/ Severity 2 6 hour 12 hour 2 days


installed and Legacy PC/ Severity 3 1 day 2 day 5 day
Laptop/Printer/ UPS (Under Severity 4 2 day 3 day 7 day
Suppliers AMC) at Remote
locations.

The violation of any of the above SLA’s in a quarter will attract a penalty as set out in the table below:

No. of SLA Violation in a % of Deduction (Of Total


Quarter Quarterly Revenue)
3-5 0.5
5-10 1.5
10-20 2.5
More than 20 5

Evaluation of supplier performance will be on Quarterly basis. Following measurement tools will be
used to track and monitor the SLA services:

 Resolution of ticket logged as per the severity definition chart. (Purchaser shall have the right
to access respective MIS of Help Desk Solution)

 Supplier needs to submit detailed MIS for SLA monitoring and Project status report on weekly
basis.

 To verify the Spares availability and Asset Inventory, Supplier needs to submit Asset Inventory
report on monthly basis.

 To resource availability will be verified by attendance track, Audit visits.

 Uptime Calculation for the month:


{[(Actual Uptime + Scheduled Downtime) / Total No. of Hours in a Month] x
100}

 Various logs of DC/DR servers/equipments, remote location systems may be verified by


Purchaser. Supplier needs to provide and support to get any log report as and when required
by purchaser.

Security & Incident Management Services includes the following:

 All the measures for security and incidents need to be approved by Purchaser.

 Bidder needs to provide complete document on draft policy and after Purchaser’s approval
that will be followed in organisation and periodic report as and when required by Purchaser to
track those policy in line with the policy document.

 Monitoring of various devices / tools such as firewall, intrusion detection, content filtering and
blocking, virus protection, and vulnerability protection.

 Setting the root level security policies such as authentication mechanisms (single/multi
factor), password policies such as password length, password complexity, password expiry,
account lockout policy, certificate policies, IPSec policies etc. Supplier will provide draft
policies and follow/execute the same after approval of Purchaser.

 Maintaining an updated knowledge base of all published security vulnerabilities and virus

MD/WZ/06/PUR/ADB/ERP-03
A4-6 Annexure-IV

threats for related software and microcode etc.

 Ensuring that patches / workarounds for identified vulnerabilities are patched / blocked
immediately.

 Respond to security breaches or other security incidents and coordinate with respective OEM
in case of a new threat is observed to ensure that workaround / patch is made available for
the same.

 Provide a well-designed access management system, security of physical and digital assets,
data and network security, backup and recovery etc.

 Operating system hardening through appropriate configuration and patch updates.

 Periodic reviews of domain level rights and privileges.

The Bidder shall cooperate with any investigating agency when an incident of Security threat, data
theft, intrusion etc has been identified.

Sovereign control of the data and applications both dejure and de-facto shall be with the Purchaser.
The Bidder along with their team members would be responsible for the protection of the
confidentiality, integrity and security of all Information Assets of the Stake holder of Purchaser., in
case of any breach on part of the Bidder or any of its employee it shall be subject to penalize under
the relevant provision of Indian Panel Code, IT Act 2000 and other relevant provision of the Law of
land, in addition to other remedies that may be available under the Agreement, Purchaser may seek
injunctive relief against such a breach or threatened breach without any prejudice to its remedies
available under contract or law.

Breach of SLA

In case the supplier does not meet the service levels mentioned in this document, for three (3)
continuous time-periods as specified in the relevant clause, the purchaser will treat it as a case of
breach of service level agreement. The following steps will be taken in such a case:-

1. Purchaser issues a show cause notice to the supplier.

2. Supplier should reply to the notice within three working days.

3. If the purchaser authorities are not satisfied with the reply, the purchaser will initiate
termination process.

Penalties

 The total quarterly deduction should not exceed 20% of the total applicable fee in a quarter.
 If the sum of three consecutive quarterly applicable deductions exceeds more than or equals to
20% of the applicable fee (i.e. Actual Quarterly fees for three Quarters) in three quarters on
account of any reasons will be deemed to be an event of default and termination.

MD/WZ/06/PUR/ADB/ERP-03

Вам также может понравиться