Академический Документы
Профессиональный Документы
Культура Документы
Country: India
Purchaser:
M.P. Paschim Kshetra Vidyut Vitaran Company Limited, Indore
On behalf of:
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
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.
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:
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
Table of Clauses
A. General 1-3
MD/WZ/06/PUR/ADB/ERP-03
1-2 Section I. Instructions to Bidders
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
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
MD/WZ/06/PUR/ADB/ERP-03
Section I. Instructions to Bidders 1-7
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
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
MD/WZ/06/PUR/ADB/ERP-03
Section I. Instructions to Bidders 1-11
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
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
MD/WZ/06/PUR/ADB/ERP-03
1-16 Section I. Instructions to Bidders
MD/WZ/06/PUR/ADB/ERP-03
Section I. Instructions to Bidders 1-17
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
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
MD/WZ/06/PUR/ADB/ERP-03
Section I. Instructions to Bidders 1-21
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
MD/WZ/06/PUR/ADB/ERP-03
SECTION II
Bid Data Sheet (BDS)
Section II. Bid Data Sheet 2-1
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:
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 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 11.4 (i) The Bidder shall submit with its Technical Proposal the following additional documents:
a) A Forwarding Letter indicating the submission of the Bid. The letter should be signed
by an authorized person holding the Power of Attorney.
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
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 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 20.1 The bid validity period shall be 120 working days from the date of submission of bid
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:
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
MD/WZ/06/PUR/ADB/ERP-03
2-4 Section II. Bid Data Sheet
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
MD/WZ/06/PUR/ADB/ERP-03
SECTION III
Table of Clauses
A. Evaluation..............................................................................................................................3-2
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.
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.
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
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
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
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
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
MD/WZ/06/PUR/ADB/ERP-03
3-10 Section III. Evaluation and Qualification Criteria
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
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
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.
MD/WZ/06/PUR/ADB/ERP-03
Section III. Evaluation and Qualification Criteria 3-13
MD/WZ/06/PUR/ADB/ERP-03
SECTION IV
Bidding Forms
Section IV. Bidding Forms 4-1
Table of Forms
Form 1. Technical Proposal Submission Sheet....................................................................................4-2
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
MD/WZ/06/PUR/ADB/ERP-03
4-2 Section IV. Bidding Forms
To: _______________________________________________________________
(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;
(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
To: _______________________________________________________________
(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:
(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
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
MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-7
MD/WZ/06/PUR/ADB/ERP-03
4-8 Section IV. Bidding Forms
MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-9
MD/WZ/06/PUR/ADB/ERP-03
4-10 Section IV. Bidding Forms
MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-11
MD/WZ/06/PUR/ADB/ERP-03
4-12 Section IV. Bidding Forms
MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-13
MD/WZ/06/PUR/ADB/ERP-03
4-14 Section IV. Bidding Forms
MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-15
MD/WZ/06/PUR/ADB/ERP-03
4-16 Section IV. Bidding Forms
MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-17
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)
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
MD/WZ/06/PUR/ADB/ERP-03
4-20 Section IV. Bidding Forms
MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-21
MD/WZ/06/PUR/ADB/ERP-03
4-22 Section IV. Bidding Forms
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
MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-25
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)
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).
MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-29
MD/WZ/06/PUR/ADB/ERP-03
4-30 Section IV. Bidding Forms
MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-31
MD/WZ/06/PUR/ADB/ERP-03
4-32 Section IV. Bidding Forms
DATE
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)
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
MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-35
MD/WZ/06/PUR/ADB/ERP-03
4-36 Section IV. Bidding Forms
MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-37
Meters.
MD/WZ/06/PUR/ADB/ERP-03
4-38 Section IV. Bidding Forms
MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-39
MD/WZ/06/PUR/ADB/ERP-03
4-40 Section IV. Bidding Forms
DATE
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)
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
MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-43
MD/WZ/06/PUR/ADB/ERP-03
4-44 Section IV. Bidding Forms
MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-45
MD/WZ/06/PUR/ADB/ERP-03
4-46 Section IV. Bidding Forms
MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-47
MD/WZ/06/PUR/ADB/ERP-03
4-48 Section IV. Bidding Forms
MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-49
MD/WZ/06/PUR/ADB/ERP-03
4-50 Section IV. Bidding Forms
MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-51
DATE
MD/WZ/06/PUR/ADB/ERP-03
4-52 Section IV. Bidding Forms
DATE:
DATE:
MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-53
DATE:
MD/WZ/06/PUR/ADB/ERP-03
4-54 Section IV. Bidding Forms
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
MD/WZ/06/PUR/ADB/ERP-03
4-56 Section IV. Bidding Forms
MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-57
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
MD/WZ/06/PUR/ADB/ERP-03
4-60 Section IV. Bidding Forms
MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-61
MD/WZ/06/PUR/ADB/ERP-03
4-62 Section IV. Bidding Forms
MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-63
MD/WZ/06/PUR/ADB/ERP-03
4-64 Section IV. Bidding Forms
MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-65
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
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
MD/WZ/06/PUR/ADB/ERP-03
4-68 Section IV. Bidding Forms
MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-69
MD/WZ/06/PUR/ADB/ERP-03
4-70 Section IV. Bidding Forms
MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-71
MD/WZ/06/PUR/ADB/ERP-03
4-72 Section IV. Bidding Forms
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)
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
MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-75
MD/WZ/06/PUR/ADB/ERP-03
4-76 Section IV. Bidding Forms
MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-77
MD/WZ/06/PUR/ADB/ERP-03
4-78 Section IV. Bidding Forms
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 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.
DATE
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)
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
MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-81
MD/WZ/06/PUR/ADB/ERP-03
4-82 Section IV. Bidding Forms
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
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
DATE
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)
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
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
MD/WZ/06/PUR/ADB/ERP-03
4-90 Section IV. Bidding Forms
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
MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-93
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:
MD/WZ/06/PUR/ADB/ERP-03
4-94 Section IV. Bidding Forms
To: __________________________________________________________________
(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
:
(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
MD/WZ/06/PUR/ADB/ERP-03
4-96 Section IV. Bidding Forms
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.”
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
MD/WZ/06/PUR/ADB/ERP-03
4-98 Section IV. Bidding Forms
Date:
ICB No.:
Invitation for Bid No.: ____________________
Alternative No.: _________________________
To:
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
Date:
ICB No.:
Invitation for Bid No.: ____________________
Alternative No.: _________________________
To:
Name
In the capacity of:
Signed
MD/WZ/06/PUR/ADB/ERP-03
4-100 Section IV. Bidding Forms
Date:
ICB No.:
Invitation for Bid No.: ____________________
To:
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
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
MD/WZ/06/PUR/ADB/ERP-03
4-102 Section IV. Bidding Forms
MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-103
Date:
ICB No.:
Invitation for Bid No.: ____________________
Page _______ of __________pages
To:
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
Date:
ICB No.:
Invitation for Bid No.: ____________________
Alternative No.: _________________________
Page _______ of _______ pages
Bidder’s Legal Name: ____________________________________________________
JV Partner Legal Name: _______________________________________________
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
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_________________________________________
Total Assets
Total Liabilities
Net Worth
Current Assets
Current Liabilities
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).
MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-107
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_________________________________________
Year Amount
*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
MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-109
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)
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
KNOW ALL MEN BY THESE PRESENTS THAT WE, the Members whose details are
given hereunder
Details of Members:
MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-111
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.
MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-113
MD/WZ/06/PUR/ADB/ERP-03
4-114 Section IV. Bidding Forms
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.
Name
In the capacity of:
Signed
MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-115
Date:
ICB No.:
Invitation for Bid No.: ____________________
To:
Signature: ___________________
Full Name: ____________________
Address: ____________________
Ph. No.: ____________________
Email ID: ____________________
Company Seal:
MD/WZ/06/PUR/ADB/ERP-03
4-116 Section IV. Bidding Forms
Date:
ICB No.:
Invitation for Bid No.: ____________________
To:
Signature: ___________________
Full Name: ____________________
Address: ____________________
Ph. No.: ____________________
Email ID: ____________________
Company Seal:
MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-117
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
MD/WZ/06/PUR/ADB/ERP-03
Section IV. Bidding Forms 4-119
Date:
ICB No.:
Invitation for Bid No.:
To:
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
To:
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
To:
We, the undersigned, declare that:
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
MD/WZ/06/PUR/ADB/ERP-03
PART 2 – EMPLOYER (SUPPLY)
REQUIREMENTS
SECTION VI
Schedule of Requirement
Section VI. Schedule of Supply 6-1
MD/WZ/06/PUR/ADB/ERP-03
6-2 Section VI. Schedule of Supply
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
MD/WZ/06/PUR/ADB/ERP-03
6-6 Section VI. Schedule of Supply
MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-7
MD/WZ/06/PUR/ADB/ERP-03
6-8 Section VI. Schedule of Supply
A - Information Technology (IT) Hardware - For Data Centre (DC) and Disaster Recovery (DR)
MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-9
MD/WZ/06/PUR/ADB/ERP-03
6-10 Section VI. Schedule of Supply
MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-11
D7 Patch cord 2 Meter Length and 3 Meter Length Numbers 700 0 700
E1 IPS flooring (for false floor area) Square Meter 140 -- 140
E5 Ramps Lot 1 -- 1
E11 Running Counter For Control Room and NOC Square Meter 12 -- 12
MD/WZ/06/PUR/ADB/ERP-03
6-12 Section VI. Schedule of Supply
F-Electrification Work
MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-13
MD/WZ/06/PUR/ADB/ERP-03
6-14 Section VI. Schedule of Supply
MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-15
Lump
H1 Training -- -- 1
Sum
MD/WZ/06/PUR/ADB/ERP-03
6-16 Section VI. Schedule of Supply
MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-17
A - Information Technology (IT) Hardware - For Data Centre (DC) and Disaster Recovery (DR)
MD/WZ/06/PUR/ADB/ERP-03
6-18 Section VI. Schedule of Supply
MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-19
MD/WZ/06/PUR/ADB/ERP-03
6-20 Section VI. Schedule of Supply
display(LCD) console)
F-Electrification Work
MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-21
MD/WZ/06/PUR/ADB/ERP-03
6-22 Section VI. Schedule of Supply
MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-23
MD/WZ/06/PUR/ADB/ERP-03
6-24 Section VI. Schedule of Supply
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
MD/WZ/06/PUR/ADB/ERP-03
6-26 Section VI. Schedule of Supply
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
MD/WZ/06/PUR/ADB/ERP-03
6-28 Section VI. Schedule of Supply
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.
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.
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
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
MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-33
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).
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):
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.
(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
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.
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
User will have the rights to duplicate the hardcopy and softcopy of the documents created
by the supplier without any financial and legal implications.
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
MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-39
(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.
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’.
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
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
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.
MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-43
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
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
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
MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-47
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
Training Schedule
S. Target
Duration
No. Training Description Audience
B IT Training 7 days
1 Overview of IT Components
B SLA 1 day
MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-49
C Others 3 days
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.
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
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.
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.
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.
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.
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.
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 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.
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.
MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-55
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.
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.
Submittals and drawings should, as far as possible be complementary so that drawings and
submittals can be crosschecked.
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.
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.
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.
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.
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.
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.
MD/WZ/06/PUR/ADB/ERP-03
6-60 Section VI. Schedule of Supply
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
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.
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.
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
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.
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
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
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.
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
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.
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.
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
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
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.
MD/WZ/06/PUR/ADB/ERP-03
6-74 Section VI. Schedule of Supply
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.
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.
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.
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
1.3.2 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.
MD/WZ/06/PUR/ADB/ERP-03
6-78 Section VI. Schedule of Supply
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.
MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-79
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.
1.4.2.3 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.
MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-81
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.
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.
MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-83
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
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.
1.4.4.9 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.
1.4.4.10.1 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.
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.
1.6.1 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.
1.6.3.3 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.
1.6.4.2 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.
1.6.5.2 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.
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.
1.6.5.9 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.
1.6.5.14 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.
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
MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-89
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
MD/WZ/06/PUR/ADB/ERP-03
6-92 Section VI. Schedule of Supply
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.
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.
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
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.
The erection work shall be supervised by competent supervisors holding relevant supervisory license
from the Government.
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.
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
Supply of cement, sand, stones, etc. required for the execution of the contract shall be the responsibility
of the contractor.
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.
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
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.
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.
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.
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.
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
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.
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.
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.
MD/WZ/06/PUR/ADB/ERP-03
6-108 Section VI. Schedule of Supply
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.
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
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.
MD/WZ/06/PUR/ADB/ERP-03
6-110 Section VI. Schedule of Supply
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
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.
iii. Painting
The painting shall be seven-tank process with epoxy paint.
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
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.
Inside the feeder compartments, the electrical components, equipments, accessories like
switchgear, control gear, lamps, relays etc. shall suitably be identified by providing stickers.
MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-115
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.
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.
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.
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
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.
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.
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.
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.
MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-119
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.
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.
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
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.
MD/WZ/06/PUR/ADB/ERP-03
6-122 Section VI. Schedule of Supply
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
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.
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.
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.
The high performance heat exchanger condenser shall include mechanically expanded enhanced surface
copper tubes and aluminium fins for efficient heat transfer.
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.
MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-125
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.
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.
MD/WZ/06/PUR/ADB/ERP-03
6-126 Section VI. Schedule of Supply
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.
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).
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.
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.
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.
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.
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.
When a fire alarm condition is detected and reported by one of the system initiating devices, the
following functions shall immediately occur:
MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-131
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.
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.
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.
MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-133
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
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.
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.
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.
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.
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
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.
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.
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
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.
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.
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.
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.
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.
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.
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.
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.
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.
MD/WZ/06/PUR/ADB/ERP-03
6-146 Section VI. Schedule of Supply
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.
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.
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.
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.
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.
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.
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.
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.
MD/WZ/06/PUR/ADB/ERP-03
6-152 Section VI. Schedule of Supply
client.
Built in Release circuits, UL Listed
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.
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.
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.
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.
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.
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
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.
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
MD/WZ/06/PUR/ADB/ERP-03
6-160 Section VI. Schedule of Supply
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
Operators: Unlimited
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
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.
MD/WZ/06/PUR/ADB/ERP-03
6-162 Section VI. Schedule of Supply
Current Operator
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.
MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-163
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
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.
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 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.
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.
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
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.
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.
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 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.
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.
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.
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
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.
MD/WZ/06/PUR/ADB/ERP-03
6-176 Section VI. Schedule of Supply
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.
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
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
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
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
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.
MD/WZ/06/PUR/ADB/ERP-03
6-182 Section VI. Schedule of Supply
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
MD/WZ/06/PUR/ADB/ERP-03
6-184 Section VI. Schedule of Supply
MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-185
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.
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.
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
MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-187
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
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
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
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
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
MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-191
MD/WZ/06/PUR/ADB/ERP-03
6-192 Section VI. Schedule of Supply
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.
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.
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).
MD/WZ/06/PUR/ADB/ERP-03
6-198 Section VI. Schedule of Supply
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.
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.
MD/WZ/06/PUR/ADB/ERP-03
6-200 Section VI. Schedule of Supply
MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-201
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.
MD/WZ/06/PUR/ADB/ERP-03
6-204 Section VI. Schedule of Supply
Activity Timelines
(in Weeks)
Effective Date T
Training T + 22
DC Go-Live T + 26
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
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.
MD/WZ/06/PUR/ADB/ERP-03
6-208 Section VI. Schedule of Supply
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.
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.
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
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
The network architecture and layout for remote connectivity to Data Centre are proposed for
purchaser is presented in the figure below:
MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-211
The proposed Connectivity at remote offices desired is as per below. Supplier should align the
solution with the desired architecture as mentioned below.
MD/WZ/06/PUR/ADB/ERP-03
6-212 Section VI. Schedule of Supply
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.
MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-213
MD/WZ/06/PUR/ADB/ERP-03
6-214 Section VI. Schedule of Supply
MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-215
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
MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-217
MD/WZ/06/PUR/ADB/ERP-03
6-218 Section VI. Schedule of Supply
MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-219
MD/WZ/06/PUR/ADB/ERP-03
6-220 Section VI. Schedule of Supply
MD/WZ/06/PUR/ADB/ERP-03
Section VI. Schedule of Supply 6-221
MD/WZ/06/PUR/ADB/ERP-03
PART 3 – Conditions of
Contract and Contract Forms
SECTION VII
Table of Clauses
1. Definitions .............................................................................................................................7-3
4. Interpretation.........................................................................................................................7-5
5. Language...............................................................................................................................7-6
7. Eligibility................................................................................................................................7-7
8. Notices...................................................................................................................................7-7
9. Governing Law......................................................................................................................7-7
12. Delivery..................................................................................................................................7-8
19. Copyright.............................................................................................................................7-10
21. Subcontracting.....................................................................................................................7-11
MD/WZ/06/PUR/ADB/ERP-03
7-2 Section VII. General Conditions of Contract
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
(a) defines, for the purposes of this provision, the terms set
forth below as follows:
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.
MD/WZ/06/PUR/ADB/ERP-03
7-6 Section VII. General Conditions of Contract
4.4 Amendment
4.5 Nonwaiver
4.6 Severability
MD/WZ/06/PUR/ADB/ERP-03
Section VII. General Conditions of Contract 7-7
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.
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.
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
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.
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
16. Terms of 16.1 The Contract Price shall be paid as specified in the SCC.
Payment
MD/WZ/06/PUR/ADB/ERP-03
7-10 Section VII. General Conditions of Contract
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.
MD/WZ/06/PUR/ADB/ERP-03
Section VII. General Conditions of Contract 7-11
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.
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.
MD/WZ/06/PUR/ADB/ERP-03
7-12 Section VII. General Conditions of Contract
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
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.
28.4 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
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:
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.
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.
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
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.
MD/WZ/06/PUR/ADB/ERP-03
7-18 Section VII. General Conditions of Contract
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.
MD/WZ/06/PUR/ADB/ERP-03
Section VII. General Conditions of Contract 7-19
(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:
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
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 (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 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 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
MD/WZ/06/PUR/ADB/ERP-03
8-4 Section VIII. Special Conditions of Contract
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
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)
MD/WZ/06/PUR/ADB/ERP-03
8-6 Section VIII. Special Conditions of Contract
For Goods and Related Services supplied from outside the Purchaser’s
country:
MD/WZ/06/PUR/ADB/ERP-03
Section VIII. Special Conditions of Contract 8-7
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
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.
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.
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.
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.
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
Supplier’s Liability
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
Table of Forms
DRAFT CONTRACT AGREEMENT (West Discom) .........................................................................9-2
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.
MD/WZ/06/PUR/ADB/ERP-03
Section IX. Contract Forms 9-3
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
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
MD/WZ/06/PUR/ADB/ERP-03
9-6 Section IX. Contract Forms
MD/WZ/06/PUR/ADB/ERP-03
Section IX. Contract Forms 9-7
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. …………………………
MD/WZ/06/PUR/ADB/ERP-03
Section IX. Contract Forms 9-9
…………………………………
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:
To:
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.
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
Date:
To:
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
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
1 Hardware
1.1 Application and Database Server
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
MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-5
MD/WZ/06/PUR/ADB/ERP-03
A1-6 Annexure I - Technical Requirements
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)
MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-7
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.
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.
MD/WZ/06/PUR/ADB/ERP-03
A1-10 Annexure I - Technical Requirements
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
MD/WZ/06/PUR/ADB/ERP-03
A1-12 Annexure I - Technical Requirements
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.
MD/WZ/06/PUR/ADB/ERP-03
A1-14 Annexure I - Technical Requirements
MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-15
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
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.
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.
MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-19
MD/WZ/06/PUR/ADB/ERP-03
A1-20 Annexure I - Technical Requirements
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.
MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-21
MD/WZ/06/PUR/ADB/ERP-03
A1-22 Annexure I - Technical Requirements
MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-23
MD/WZ/06/PUR/ADB/ERP-03
A1-24 Annexure I - Technical Requirements
MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-25
MD/WZ/06/PUR/ADB/ERP-03
A1-26 Annexure I - Technical Requirements
MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-27
MD/WZ/06/PUR/ADB/ERP-03
A1-28 Annexure I - Technical Requirements
MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-29
MD/WZ/06/PUR/ADB/ERP-03
A1-30 Annexure I - Technical Requirements
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
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
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.
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.
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
MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-39
iv. Easy Quick Snap Installation accepts unscreened and screened Jacks
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
v. Exclusive stagger conductors guide design reduces near end cross talk
MD/WZ/06/PUR/ADB/ERP-03
A1-40 Annexure I - Technical Requirements
3.3 Faceplates
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)
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
MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-41
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
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
MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-43
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.
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
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.
MD/WZ/06/PUR/ADB/ERP-03
A1-48 Annexure I - Technical Requirements
MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-49
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
MD/WZ/06/PUR/ADB/ERP-03
A1-52 Annexure I - Technical Requirements
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
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
ii. Computer Grey, Polyurethane (PU) paint. Protects from fire, dust, heat, moisture,
magnetic fields, electrostatics and accidental damage.
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.
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.
MD/WZ/06/PUR/ADB/ERP-03
A1-58 Annexure I - Technical Requirements
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
MD/WZ/06/PUR/ADB/ERP-03
A1-60 Annexure I - Technical Requirements
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
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
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
MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-67
MD/WZ/06/PUR/ADB/ERP-03
A1-68 Annexure I - Technical Requirements
iv. 150x150x3mm Danger Notice Board & 415 Enameled Danger – 2 Numbers
v. First Aid Medical Box – 1 SET
MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-69
MD/WZ/06/PUR/ADB/ERP-03
A1-70 Annexure I - Technical Requirements
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.
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
MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-75
5.20 Cables
MD/WZ/06/PUR/ADB/ERP-03
A1-76 Annexure I - Technical Requirements
MD/WZ/06/PUR/ADB/ERP-03
Annexure I - Technical Requirements A1-77
5.24 Onsite Support & AMC of Non-IT Infrastructure of the Data Centre
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
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
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
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
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
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
MD/WZ/06/PUR/ADB/ERP-03
A2-6 Annexure-II
MD/WZ/06/PUR/ADB/ERP-03
Annexure-II A2-7
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
MD/WZ/06/PUR/ADB/ERP-03
Annexure-II A2-9
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
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
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
MD/WZ/06/PUR/ADB/ERP-03
A2-14 Annexure-II
MD/WZ/06/PUR/ADB/ERP-03
Annexure-II A2-15
MD/WZ/06/PUR/ADB/ERP-03
A2-16 Annexure-II
MD/WZ/06/PUR/ADB/ERP-03
Annexure-II A2-17
MD/WZ/06/PUR/ADB/ERP-03
A2-18 Annexure-II
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
Annexure-III
Corporate Office
Region Offices
IT Office
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
SE Store Office
SE Meter Testing
MD/WZ/06/PUR/ADB/ERP-03
Annexure-III A3-3
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
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
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
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
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
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
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
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
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
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
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
MD/WZ/06/PUR/ADB/ERP-03
Annexure-III A3-25
AE (HT Maintainance)
MD/WZ/06/PUR/ADB/ERP-03
A3-26 Annexure-III
Total 11 11 0 0
AE (STC)
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
O&M Circle
4 1 1 0 0
Burhanpur
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
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)
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
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
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
Corporate Office
Region Offices
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
MD/WZ/06/PUR/ADB/ERP-03
Annexure-III A3-31
MD/WZ/06/PUR/ADB/ERP-03
A3-32 Annexure-III
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
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
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
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
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
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
CE STORE OFFICE
MD/WZ/06/PUR/ADB/ERP-03
A3-50 Annexure-III
MD/WZ/06/PUR/ADB/ERP-03
Annexure-III A3-51
MT DIVISION OFFICES
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
MTRU
EE ELECTRICAL(COMPLEX MAINTENANCE)
AE (STC)
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)
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
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
RAO
MD/WZ/06/PUR/ADB/ERP-03
A3-56 Annexure-III
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
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:
MD/WZ/06/PUR/ADB/ERP-03
A4-2 Annexure-IV
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.
MD/WZ/06/PUR/ADB/ERP-03
Annexure-IV A4-3
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
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.
MD/WZ/06/PUR/ADB/ERP-03
Annexure-IV A4-5
The violation of any of the above SLA’s in a quarter will attract a penalty as set out in the table below:
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.
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
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.
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:-
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