dc tender document

406
TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55 RAILTEL CORPORATION OF INDIA LTD. (A Govt. of India Enterprise) 2 nd Floor, B-Block, Rail Nilayam Secunderabad - 500071 TENDER DOCUMENT (SECTION-I) FOR System Design, Supply, Installation, Commissioning & maintenance support of Datacenter for RailTel OPEN TENDER NO. RAILTEL/TENDER/OT/SR/HQ/2011-12/55 Dated: 21.03.2012 COPY NO. SOLD TO: 1

Upload: krishna633013252

Post on 31-Oct-2014

133 views

Category:

Documents


10 download

DESCRIPTION

revised dc tender document. it provide the details of tenders and how we can make tenders etc

TRANSCRIPT

Page 1: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

RAILTEL CORPORATION OF INDIA LTD.(A Govt. of India Enterprise)

2nd Floor, B-Block, Rail NilayamSecunderabad - 500071

TENDER DOCUMENT(SECTION-I)

FOR

System Design, Supply, Installation, Commissioning & maintenance support of Datacenter for RailTel

OPEN TENDER NO. RAILTEL/TENDER/OT/SR/HQ/2011-12/55Dated: 21.03.2012

COPY NO.

SOLD TO:

RAILTEL/TENDER/OT/SR/HQ/2011-12/55 Dated: 21.03.2012

1

Page 2: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

No. RailTel/Tender/OT/SR/HQ/2011-12/55 Dated: 21.03.2012

OPEN TENDER NOTICE

Subject: Open Tender for System Design, Supply, Installation, Commissioning & maintenance of Tier III Datacenter

Dear Sir,

RailTel Corporation of India Ltd. invites sealed tenders in Two Packet System for System Design, Supply, Installation, Commissioning & Maintenance of Tier III Datacenter at 3rd Floor, Rail Nilayam, Secunderabad. The tender document can be purchased from this office by paying Demand Draft of Rs. 10000/- (Rs. 10500 /- if required by post) drawn in favour of RailTel Corporation of India Ltd. Secunderabad. The sale of tender will continue from 21.03.2012 to 23.04.2012 (upto 12.30 hrs). Tender Notice and Tender Document are also available at RailTel’s website: www.Railtelindia.com. In case Tender Document is down loaded from website, an amount of Rs. 10000/- in the form of DD shall be paid along-with submission of tender.

The last date of submission of offer is 23.04.2012 by 15:00 hrs. The offer is to be submitted to this office at 2nd Floor, B-Block, Rail Nilayam, Secunderabad-500071. The offers (Credential Bid) shall be opened at 15:30 hrs on 23.04.2012 in the presence of those bidders who choose to be present. Pre-bid conference shall be held on 04.04.2012 at 11:00 hrs in this office.

All pages of original tender document duly signed by the tenderer should be submitted along with offer.

For any clarifications you may contact the undersigned.

For & on behalf of RailTel Corporation of India Ltd.

(P.V. Murali Krishna) General Manager/ POMFor Executive Director/SR

2

Page 3: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

RailTel Corporation of India LimitedA Government of India (Min is try of Railways) Undertaking

Southern Region Head Quarters Office: 2nd Floor, B-Block, Rail Nilayam, Secunderabad – 500071 (A.P.) Corp.& Regd. Office 10th Floor, Bank of Baroda Building, 16-Parliament Street, New Delhi–110001 Tele: 011-51501456

visit: www.railtelindia.com Tel:040-27821134 Fax 040-27820682 Rly: 88000 email:[email protected]

CORRIGENDUM

Corrigendum no. 1 dated 20.04.2012 for Tender no. “RailTel/Tender/OT/SR/HQ/ 2011-12/55”, Dated 19.03.2012.

***Corrigendum is issued herewith for the above mentioned tender notice for the following:

1 Last Date & Time for Submission of Offer: 09.05.2012 at 15.00 hrs2. Date & Time of Tender Opening : 09.05.2012 at 15.30 hrs

Corrigendum is being issued separately.

This corrigendum is available at RailTel’s website www.railtelindia.com .

Sd/- General Manager/POM

For Executive Director/SR

3

Page 4: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

RailTel Corporation of India LimitedA Government of India (Min is try of Railways) Undertaking

Southern Region Head Quarters Office: 2nd Floor, B-Block, Rail Nilayam, Secunderabad – 500071 (A.P.) Corp.& Regd. Office 10th Floor, Bank of Baroda Building, 16-Parliament Street, New Delhi–110001 Tele: 011-51501456

visit: www.railtelindia.com Tel:040-27821134 Fax 040-27820682 Rly: 88000 email:[email protected]

CORRIGENDUM

Corrigendum no. 2 dated 01.05.2012 for Tender no. “RailTel/Tender/OT/SR/HQ/ 2011-12/55”, Dated 19.03.2012.

***Second Corrigendum is issued herewith for the above mentioned tender notice for the following:

1. Last Date & Time for Submission of Offer: 16.05.2012 at 15.00 hrs2. Date & Time of Tender Opening : 16.05.2012 at 15.30 hrs

Revised Tender document for submission of tenders and Remarks to pre-bid queries are available at RailTel’s website www.railtelindia.com . Any further corrigendum / modification will be issued only on website.

Sd/- General Manager/POM

For Executive Director/SR

4

Page 5: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

Source files of Drawings

The PDF files of drawings are uploaded in the website.

Bidders can get source files of these drawings by remitting a demand draft for the tender fee of Rs.10000/- or by emailing the scanned copy of the draft to [email protected]. The CD containing the drawings may be collected at RailTel Secunderabad office or they will be sent by e-mail.

5

Page 6: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

INDEX

SECTION I

CHAPTER SUBJECT

I Preamble

II Schedule of Requirements

III Technical Specifications

IV Drawings

6

Page 7: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

SECTION- I

CHAPTER- I

PREAMBLE

7

Page 8: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

PREAMBLE

1. NAME OF WORK:

System Design, Supply, Installation, Commissioning & Maintenance of Tier III Datacenter at 3rd Floor, Rail Nilayam, Secunderabad.

2. SCOPE OF WORK:

2.1 With respect to the RailTel’s network configuration, the bidder shall carry out the following work:

2.1.1 Design of the RailTel’s System Design, Supply, Installation, Commissioning & Maintenance of Tier III Datacenter

The scope of the project is given below:

2.1.2 Turnkey design and implementation of the Datacenter at 3rd Floor, RailTel Corporation of India Limited, Rail Nilayam, Hyderabad with the following subsystems:

2.1.2.1 Civil and Interiors comprising construction of fire rated walls, partitions, false ceiling, flooring, elevator, staircase and associated works as per specified in Chapter III.

2.1.2.2 UPS and Power Distribution System comprising supply, installation, testing and commissioning of UPS system, LT panels, power distribution and earthing as per specifications outlined in Chapter III.

2.1.2.3 Precision Cooling System comprising supply, installation, testing and commissioning of Precision Air-conditioning System for the server farm, Network and Telecom rooms and UPS room.

2.1.2.4 Comfort Air-conditioning system: Design, supply, installation, testing and commissioning of ductable air-conditioning system for NOC room, L2 Engineers room, panel room, and staging room.

2.1.2.5 Safety and Security System: Design, supply, installation, testing and commissioning of security systems comprising the following components:

Fire alarm System

8

Page 9: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

Aspiration based Fire detection system (VESDA)

Novec gas based fire suppression system

Access control system

CCTV surveillance system

Water leakage detection system

Rodent Repellant System

Intelligent Building Management System

2.1.2.6 Passive networking solution: Design, supply, installation, testing and commissioning of fiber and copper based cabling system for the Datacenter

2.1.2.7 Racks: Supply, installation and commissioning of network and server racks.

2.1.2.8 Tier III Design and site certification of the Datacenter from Uptime Institute.

2.1.3 Operation and Maintenance of the Datacenter for a period of one year from the date of completion of the project and acceptance by RailTel.

2.1.4 The project is a turnkey project and hence any additional supply/works, which are not explicitly mentioned in this RFP but required to complete the installation as per schedule of requirements, are in the scope of the bidder.

3. PRE-BID CONFERENCE AND CLARIFICATION REQUESTS

3.1 Pre-bid conference for this tender will be held on 04.04.2012 at 11:00 Hrs. at RailTel Corporation of India Ltd., 2nd Floor B Block, Rail Nilayam, Secunderabad – 500071, Andhra Pradesh.

3.2 The queries/ request for clarifications may be sent to the RailTel’s office latest by 02.04.2012.

3.3 The bidder is advised to restrict the number of persons attending the prebid meeting to maximum 3.

3.4 The bidder shall communicate the name and contact details of the persons who will be attending the prebid conference on or before 30th of March 2012.

4. TENDER BID

The tender bid shall be submitted in two separate sealed covers as under:-

9

Page 10: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

Part-I- Technical and commercial elements of the tender bid hereinafter called ‘Credential Bid’. The soft copy of this part of tender bid shall also be submitted in CD in non-modifiable form (.PDF etc.). It must be ensured that the Price Bid is not included in CD.

Part-II- Price element of the tender bid hereinafter called ‘Price Bid’.

The details to be included in Credential Bid and Price Bid is given in Para 6.7 of Instructions to Tenderers and Conditions of Tendering of the tender documents.

5. QUALIFYING CRITERIA

5.1 General:

5.1.1 Qualifying criteria under this clause lays down minimum acceptable qualifications in various areas to ensure that qualified tenderer has necessary experience, technical expertise, equipments and financial and human resources to successfully complete the project.

5.1.2 If the tenderer proposes to buy any associated equipment/components from other suppliers/ sources, documents indicating the willingness to supply the equipment and provide technical support to the tenderer that may be required during installation, commissioning and warranty period and later on directly to RailTel, shall be included in the tender.

5.1.3 The tenderer should submit the details of experience of Datacenter design and implementation works or services in the projects executed, which should clearly bring out expertise in the equipment manufacture and installation etc. as per Form No. 13.

For supply of associated critical materials, the contractor, if he is not a manufacturer, shall submit a certificate from the manufacturer, whose material he intends to supply, to the effect that the manufacturer is willing and capable to supply the material in time so as to enable the contractor to complete the work within the time frame mentioned in the contract.

5.1.4 The tenderer must submit along with his / their tender, certificates from the original user for whom the project was undertaken certifying the date of award of contract, date of completion, date of commissioning and the present working state of the system so established. The tenderer shall submit these certificates for all the projects that he has executed which only satisfy the minimum requirements in each case. The certificates are to be submitted in original or their true copies duly signed by the tenderer, as per Form No. 2 of section –II chapter-III.

5.1.5 Deleted

10

Page 11: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

5.1.6 The bidder should be an Indian registered company having significant support presence in Hyderabad for providing datacenter design, implementation and maintenance services.

5.1.7 The bidder should be in the business of design, implementation, operation and maintenance of data centers in the last 3 years. Evidence with customer purchase orders, work completion certificates and customer references has to be provided.

5.1.8 The Bidders or their promoters having equity stake or operating partnership in companies, which are in the business of Telecom/ISP/MPLS/NLD/Data Center, services are not eligible.

5.2 Technical

5.2.1 The bidder shall be an OEM of major Datacenter components such as UPS, Precision AC and DG Sets or authorized system integrator of the OEM. In case the bidder is not an OEM of the products being offered, bidder has to submit an authorization letter from the respective OEMs.

5.2.2 The OEM shall also certify that the products offered are not end of life or end of service and they would provide support for these products for a period of at least 10 years.

5.2.3 The bidder should have designed and executed a similar project (as defined in para 18 of Section I, Chapter I Preamble) on a turnkey basis in his name. Evidence with customer purchase orders, work completion certificates and customer references has to be provided.

5.2.4 RailTel reserves the right:-a) To verify, if so desired, the correctness of documentary evidence

furnished by the tenderer.

b) To verify the successful operation and performance of qualifying projects and tenderer shall arrange permission for the same.

c) To carry out capability assessment of the bidder(s) including referral to in-house information.

d) RailTel shall not be responsible for any delay in the receipt of tenders and reserves the right to accept/reject any or all tenders without assigning any reason.

The tenderer should indicate year-wise position of installation and commissioning of Datacenter.

11

Page 12: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

5.2.5 WORK LOAD

The tenderer to submit the present work load of the Datacenter Contracts in hand as per the format (Form No.9). The performance of the tenderer with regard to satisfactory execution of more than one contract simultaneously in the past shall be taken into account.

5.3 Financial:

5.3.1 a) (i) The tenderer should have completed at least one similar single work for a minimum value of Rs. 5.60 Crores , in the last three financial years ( i.e. current year and three previous financial years) . The definition of similar work is given in para 18 of preamble.

(ii) The average annual turnover during the last three years by tenderer shall be a minimum of Rs. 24 Crores.

b) The bidder should produce Audited Balance Sheet and P & L statement of all the preceding three financial years.

c) On award of LOA, the successful bidder is to provide the bank particulars i.e account no. and IFSC code to the purchaser for effecting smooth RTGS payment’

5.3.2 The tenderer shall furnish such documents as to establish the financial soundness of his company. The latest balance sheet audited or certified by a neutral agency shall be furnished.

5.4 Equipment / Material:

5.4.1 The tenderer shall clearly identify the sources from which the equipment / material to be supplied under this tender will be obtained. The tenderer should also enclose an undertaking from the sources, from where he is procuring the material, to the effect that the material shall be supplied in time so as to enable the tenderer to complete the work within the completion period.

5.4.2 All equipment/materials proposed to be used shall be of proven design and performance.

5.4.3 The equipment/materials shall be covered by the performance guarantee of the original manufacturer.

5.4.4 The tenderer shall submit a declaration from the original equipment manufacturers regarding the service support available within the country.

12

Page 13: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

5.4.5 The purchaser or his representative may undertake type tests to determine the compliance to the specification and accord type approval before the equipment are manufactured, inspected and supplied.

5.5 Engineering Organisation

The tenderers shall depute the required technical and project management personnel for design and implementation of the Datacenter as per the specifications. The project organization chart shall be enclosed as part of the tender.

The bidder shall depute certified datacenter engineers with at least 3 year datacenter experience. The list and CV of proposed technical personnel shall be included in the tender.

The qualification and experience of these proposed personnel should be enclosed along with the bid.

5.6 Constructions and Maintenance Machinery

The tenderer should furnish the details of the machinery and plants, test and measuring instruments to be deployed by him for installation & commissioning testing of work

5.7 It will be incumbent on the part of tenderer to list specifically the details in respect of each of the sub clauses of Clause 5 of preamble of the tender document as to how the tenderer fulfils the criteria. The details may be submitted in table as below:

S.No. Paragraph/ Clause no. of

eligibility criteria

Description of eligibility criteria

Remarks to

whether complied

or not

Folio no. of User Certificate as per Form 2 relevant in the offer against

this compliance of the particular

preamble.1. 5.1 of Preamble

(enclose for each sub clause separately)

2. 5.2 of preamble (Enclose for each sub clause separately)

6. LAST DATE OF SUBMISSION AND DATE OF OPENING OF TENDER

13

Page 14: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

The tender shall be received up to 15:00 hrs. on 23.04.2012 at RailTel Corporation of India Limited, 2nd Floor B Block, Rail Nilayam, Secunderabad – 500071. The tender (credential bid) will be opened at 15:30 hrs. on 23.04.2012 at the same address.

7. COMPLETION PERIOD OF WORK:

The works is to be completed within 240 days from the date of issue of “Letter Of Acceptance“ of the tender with due cognizance to intermediate stages of completion of work.

8. VALIDITY OF OFFER:

The tenderer shall keep the offer open for 180 days from the date of opening of tender. Within that period the tenderer can not withdraw his offer subject to the period being extended further, if required, by mutual agreement from time to time. Any contravention of the above condition will lead to forfeiture of his Earnest Money.

9. THE LIST OF ADDRESS TO WHICH CORRESPONDENCE AND DOCUMENTS RELATING TO THE CONTRACT SHOULD BE SENT:

In the initial phase of the project, communication has to be done with:

General Manager (POM)RailTel Corporation Of India Ltd., 2nd Floor B Block, Rail Nilayam, Secunderabad – 500071 Phone : +91 40 27821134Email : [email protected].

For site related queries and arranging site visits, the bidders shall contact.

Manager/Tech/SCRailTel Corporation Of India Ltd., 2nd Floor B Block, Rail Nilayam, Secunderabad – 500071 Phone : +91 40 27821134Email : [email protected].

10. EARNEST MONEYTenderer shall deposit a sum Rs. 9,50,000/- ( Rupees Nine Lakhs Fifty Thousand only) as Earnest Money in a manner prescribed in Para 5 of section –II chapter –I ( Instructions to Tenderers and Conditions of Tendering) of tender document.

11. SECURITY DEPOSIT

On receipt of Letter of Acceptance of Tender from the RailTel, the tenderer shall, within a period of 15 days, deposit Security Deposit in favour of M/s. RailTel Corporation of India Limited, Secunderabad an amount in terms of

14

Page 15: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

Para-3 of section-II chapter-II (Special Conditions of Contract) for due fulfillment of contract.

12. SPECIFICATIONS

Reference of specifications of the important equipments and materials required for execution of the contract is given in the section-I chapter-II (system requirement and SOR) and Section-I chapter-III (Technical specifications) of tender document. The work shall be executed in compliance with all the technical requirements given therein.

13. SCHEDULE OF REQUIREMENT

The various items to be supplied and services to be provided by the tenderer are indicated in section-I chapter –II (system requirement & SOR) of tender document. The tenderer is advised to quote for all the items. The make and model of all the equipments proposed to be supplied must be indicated by the tenderer/s.

14. WORK TO BE DONE BY RAILTEL.

Following shall be arranged by RailTel: -

i) Open space will be provided by RailTel. The bidder shall arrange the required shelter/safety measures at their own cost for safely storing equipments.ii) Amenities such as temporary power and water shall be arranged by RailTel on chargeable basis as per the prevailing norms.

The bidder to clearly mention any specific requirements to be done by RailTel for successful execution of the project. RailTel reserves to right accept/reject any such requests.

15. MATERIALS TO BE SUPPLIED BY RAILTEL

Tenderer’s special attention is invited to the fact that no material is required to be arranged / supplied by RailTel for commissioning of the Datacenter.

16. MATERIALS TO BE SUPPLIED BY CONTRACTOR

All materials including the materials not covered under the Schedule of Requirement and those required to achieve the end objective including cable trays, connectors, termination accessories, patch cables, connectors/ adaptors Ladders/ Runway, using and any special protection materials etc. as required are to be supplied by the contractor.

17. The tenderer shall submit their bid by giving all the information in the relevant forms attached as Annexure to this document and suitably numbering each page of the bid documents with a content list indicating availability of various documents with their serial numbers. In the absence of numbering of pages and

15

Page 16: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

the content list, there is a likelihood of any important document going unnoticed for which the tenderer shall be solely responsible.

18. SIMILAR WORK-

Similar work for shall be as under –

Turnkey implementation of datacenter consisting of supply, installation and commissioning of HT and LT power distribution, DG Sets, UPS and Batteries, Precision cooling systems, safety & security systems, building management system, datacenter infrastructure management systems and networking.

The above datacenter should have at least N+1 power redundancy and N+1 cooling redundancy with concurrent maintainability. The bidder shall provide design documents for the required evidence. If required, RailTel may visit the implemented site to ascertain the bidder’s claim. The bidder shall make arrangements for the site visits.

The work should have been carried out in India.

The bidder should have executed all the above in a single order.

******

16

Page 17: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

SECTION-I

CHAPTER-II

SYSTEM REQUIREMENT & SOR

17

Page 18: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

TABLE OF CONTENTS

1. INTRODUCTION 18

2. SCOPE OF WORK 18

3. DATACENTER DESIGN REQUIREMENTS 19

3.1 LOCATION AND ENVIRONMENT 193.2 FUNCTIONAL AREAS 193.2.1 DATACENTER 193.2.2 HT/TRANSFORMER YARD 203.3 SERVER FARM 203.4 POWER SUPPLY DISTRIBUTION 203.5 COOLING 213.6 SAFETY AND SECURITY SYSTEMS 223.7 PASSIVE NETWORKING 233.8 DESIGN GUIDELINES 243.9 TIER III CERTIFICATION 243.10 PHASED IMPLEMENTATION 25

4. SCHEDULE OF REQUIREMENTS 26

18

Page 19: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

1. IntroductionRailTel Corporation of India (RailTel) is proposing to construct a Datacenter at Secunderabad for providing hosting services, cloud computing and other value added services to their customers. The Datacenter will have a raised floor area of approximately 250 Square Meter and other areas such as NOC, Staging area, Telecom rooms, UPS rooms, Support areas, etc.

The main objective is to host clients’ infrastructure as well as to enable RailTel to offer hosting, storage and management services.

RailTel proposes to implement the datacenter with high availability and energy efficiency complying with at least Tier III specifications and Green Datacenter best practices.

RailTel invites proposals from prospective bidders for the turnkey implementation of the Datacenter as per the scope and specifications outlined in this RFP document.

2. Scope of WorkThe scope of the project is given below:

Turnkey implementation of the Datacenter at 3rd Floor, RailTel Corporation of India Limited,

Rail Nilayam, Hyderabad with the following subsystems:

o Civil and Interiors comprising construction of fire rated walls, partitions, false ceiling,

flooring, elevator, staircase and associated works as per specifications.

o HT Electrical systems including HT breakers ring main circuit, transformers and

accessories as per the design criteria, SLD and specifications.

o Diesel Generators, AMF, DG Sync panels and fuel tanks as per design criteria, SLD

and specifications.

o Construction of powerhouse for housing HT breakers and LT Panels.

o UPS and Power Distribution System comprising supply, installation, testing and

commissioning of UPS system, LT panels, power distribution and earthing as per

specifications.

o Precision Cooling System comprising supply, installation, testing and commissioning

of Precision Air-conditioning System for the server farm, Network and Telecom

rooms and UPS room.

o Comfort Air-conditioning system: Design, supply, installation, testing and

commissioning of ductable air-conditioning system for NOC room, L2 Engineers

room, panel room, and staging room.

o Safety and Security System: Design, supply, installation, testing and commissioning

of security systems comprising the following components:

19

Page 20: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

Fire alarm System

Aspiration based fire detection system (VESDA)

Novec gas based fire suppression system

Access control system

CCTV surveillance system

Water leakage detection system

Rodent Repellant System

Intelligent Building Management System

o Passive networking solution: Design, supply, installation, testing and commissioning

of fiber and copper based cabling system for the Datacenter

o Datacenter Infrastructure Management System (DCIM).

Warranty and Maintenance Support for a period of ONE year from the date of completion of

the project and acceptance by RailTel.

Long term Operation and Maintenance of the Datacenter for a period of 5 years from the

date of completion of the project and acceptance by RailTel (Optional).

The project is a turnkey project and hence any additional supply/works, which are not

explicitly mentioned in this RFP but required to complete the installation, are in the scope of

the bidder.

3. Datacenter Design Requirements3.1 Location and EnvironmentThe location of the proposed Datacenter is 3rd Floor B Block, Rail Nilayam, Secunderabad 500071,

Andhra Pradesh.

The Datacenter subsystems shall be designed for the following ambient conditions:

Temperature: 43 Degree C

Relative Humidity: 0 to 95%

Seismic: Zone I

3.2 Functional Areas

3.2.1 Datacenter

RailTel is proposing to construct a Datacenter meeting Tier III guidelines in a space of 250 Sq Mtr.

The DC should have the following functional areas:

Server farm – 250 SqMtr.

Network Operating Center (NOC)

20

Page 21: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

Technical Support Areas

Staging area

UPS and Battery Rooms

BMS Room

Central Networking Room

Telecommunications Entrance Room

The proposed layout of various functional area of the Datacenter is given in the Drawing

“Datacenter Layout”.

3.2.2 HT/Transformer yard

The HT/Transformer yard shall be located in the open area within the Rail Nilayam premises. This

site is approximately 200 metre from the DC site. The bidder is required to visit the site and carry

out a site survey prior to submission of the bids.

The HT/Transformer yard shall have the following functional areas:

HT Breaker Rooms (Utility Side) one for each HT service connection

Transformer yard (Outdoor) one for each HT Service connection

DG Yard consisting of a maximum of 4 DG

Redundant Fuel Tanks with fuel unloading bay

Panel room for LT panels

3.3 Server FarmIt is proposed to house about 100 racks in the server farm area. The racks are organized as 10

rows of 10 racks each. The server farm area is divided into 3 zones depending on the power load

density:

Zone 1: Average 5kw per rack

Zone 2: Average of 7.5kW per rack

Zone 3: Average of 10kW per rack

3.4 Power Supply Distribution As per the power load density specified in section 3.2, the total IT load is calculated as

below:

Sl.No. Load Number

of Racks

Power/

Rack

Total

1 Server farm Zone 1 60 5 300

21

Page 22: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

2 Server Farm Zone 2 30 7.5 225

3 Server Farm Zone 3 10 10 100

4 Network Room 6 3 18

5 Telco Room 3 3 9

6 Staging Room 2 5 10

7 Support Room 3

8 NOC Room 5

TOTAL 670

So the maximum IT load of the Datacenter is 670kW.

An additional load of maximum 5kW for security systems such as fire alarm system, fire

suppression system and Access control system is envisaged.

The UPS system to be deployed in two phases. In each phase UPS capable of delivering

400kW needs to be provided.

N+N Redundancy is required for the UPS.

RailTel will arrange two 11kV HT service connections. The HT breakers and transformers

shall be implemented for the entire capacity on first phase itself.

The Diesel Generating (DG) sets for 50% of the designed load will be deployed in N+N

configuration.

The power distribution system including LT Panels, cable, etc shall be provided for the total

datacenter requirement in the first phase itself.

Power distribution for racks and PAC units shall be implemented for 40 racks in phase 1.

Provision shall be provided for extending to phase 2 areas without disturbing the operation

of phase 1.

3.5 Cooling Precision cooling system for Server farms, network room and telecommunication room.

Comfort cooling system required for UPS Rooms, NOC, staging room, LT Panel room, BMS

Rooms.

At least N+1 Redundancy required for all the cooling systems.

Outside Ambient Temperature to be considered for the design is 43 degree Celsius.

22

Page 23: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

The Precision cooling system shall be designed for Cold Aisle temperature of at least 22 +/-

1 Degree.

Humidity shall be maintained at 50% +/- 5% RH for server farms, network and telecom

rooms.

Nominal room temperature for comfort cooling system shall be 24 Degree Celsius.

Cold Aisle containment shall be provided for the server farm area.

The cooling system shall be compliant to TIER III specifications of Uptime Institute/TIA942

The cooling system shall be designed as per ASHRAE standards and recommendations.

Redundancy and concurrent maintainability shall be ensured for all critical capacity

components (UPS, DG, AC Units, etc) and distribution components (Panels, cables, switch

gears, etc).

3.6 Safety and Security Systems

Sl.No. Parameter Design Criteria/Details

1 Fire Detection Addressable Sensors.

Mix of heat detectors and optical smoke detectors.

Multiple zones and redundancy.

Sensor level and controller level redundancy is

required.

VESDA System.

2 Fire suppression Automatic Gas based suppression.

Novec 1230 Gas based suppression system

Multiple zones are required.

3 Access Control Biometric and Smart card for critical areas.

Smartcard for other non-critical areas.

Centralized monitoring and recording.

Access logs storage for 1 year.

4 CCTV IP Based CCTV Cameras.

Centralized monitoring and recording.

Backup for 2 months on storage system with RAID 1.

Archiving solution is required.

5 Other security

systems

Rodent Repellant

Water leakage system

23

Page 24: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

6 Standards NFPA, TIA942, Local standards/regulatory codes.

24

Page 25: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

Fire detection and suppression coverage requirement

Area Detection Required

VESDA

Suppression Required

Number Fire suppression zones

Manual extinguishersMinimum requirement)

Server Farm Yes Yes Yes 4 (1x40 racks, 3x20

racks)

2 per zone

Network/Telco Room

Yes Yes Yes 1 1

NOC Yes No No 1

Staging Room Yes No No 1

L2 Engineer Room

Yes No No 1

BMS Room Yes No No 1

UPS Room Yes Yes Yes 2 (one for each UPS

room)

2

Battery Room Yes No Yes 1 1

Panel Room Yes No No 2

DG/Transformer yard

Yes for all indoor areas

No No 2

The above are minimum requirements. The design shall be as per the relevant NFPA and local

standards.

3.7 Passive Networking

Sl. No. Parameter Design Criteria/Details

1 Passive Network Passive network to be deployed for total area in

first phase itself.

Hybrid (Fiber and Copper) cabling to racks. To

be done in phases without disturbances to the

existing set-up.

Suitable for flexible network architecture

deployment such as Top of Rack and End of

25

Page 26: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

Row.

2 Telco connectivity Redundant connectivity to separate Telecom

entrance rooms. The existing switch room in

second floor will act as one telecom entrance

room. The other entrance room will be located in

the Datacenter itself.

3 Tiering TIER III

4 Standards EIA 568, EIA606 and other relevant standards.

3.8 Design GuidelinesThe following are the design considerations of the Datacenter:

High Availability (Tier III or better): All subsystems of the datacenter shall be designed and

implemented as per the Tier III guidelines specified by the Uptime Institute’s topology and TIA942

standards. The bidder shall obtain Tier III design certification from Uptime Institute.

Energy Efficiency: The Datacenter shall be designed with an energy efficient design. The target

average PUE shall be better than 1.8.

Modular Design: The Datacenter design shall be modular so that the capacities can be added

on demand.

3.9 Tier III Certification

The successful contractor shall obtain Tier III design and site certification from Uptime Institute. The

bidder is solely responsible for the design. The design provided by RailTel as part of this RFP is the

minimum requirements. The bidder may make suitable modifications, if required, to meet the Tier III

guidelines and submit the design along with the bid.

26

Page 27: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

3.10 Phased implementationRailTel is proposing of implementing the project in phases. All the civil works, safety and security

systems and electrical distribution to be designed and implemented in the first phase itself. The

capacity components such as UPS, DG Precision Cooling Systems and Network components shall

be implemented in phases. An indicated schedule of each phase is given in the following table

Subsystem/Component Phase 1 Phase 2

Civil and Interior Works 100%

HT Electrical distribution

100%

DG 50% 50%

UPS 50% 50%

Main LT Distribution at Datacenter

100%

Power distribution to racks and CRAC units

40 racks 60 racks

Precision Cooling Zone 1, Network Rooms, Telecom Room, UPS Rooms

Zone 2, Zone 3 as per demand

Safety and Security Systems

100%

Racks 40 Racks As per demand

Passive Networking 100% of cable ducting/trays

100% trunk cables from end of row network rack to the central rack

Copper/Fiber cabling for 40 racks.

Copper/Fiber cabling from the end of row network rack to the server racks as per demand.

The above schedule is indicative and the final schedule of different phases shall be decided at the time of awarding of the contract.

27

Page 28: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

4. Schedule of Requirements

S.NO DESCRIPTION UNIT QTY

Rate in Fig ( in Rs.)

Total in Fig. (in Rs.)

Rate in words (in Rs.)

Total in words (in Rs.

A Civil Works            1 PARTITIONS, PANELLING & DOORS:            

1.1 Full height Partitions - 150mm thickness - (120 minutes rating) for interior walls

SQM          

  Supplying and fixing of Rockwool (Density-48kg/cum) for thermal insulation in the above partitions with necessary clipping and taping arrangement, etc, complete.

           

1.2 Datacenter boundary walls SQM            Providing & Fixing of fortified with Aercon lightweight bricks (230mm thick)

or equivalent, the area should be sealed & fortified to avoid any heat absorption and moisture through the glass. The fortification shall be done with an impact resistant and fire-proof bricks and glass should be avoided. All external facing windows should be sealed to avoid heat light & moisture ingress and in Electrical Panel Room.

           

1.3 DOORS            1.3.1 Fire rated steel Door – Double leaf (sash lock) – 1500 x 2400 Nos          1.3.2 Fire rated steel Door – Double leaf (panic bar) – 1500 x 2400 Nos          1.3.3 Fire rated steel Door – Single leaf (sash lock) – 1000 x 2400 Nos          

3 FLOORING and False Ceiling            3.1 600mmx600mm Vitrified Tile Flooring for areas as specified in the Layout

drawings including 100mm high SkirtingSQM          

28

Page 29: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

3.2 Supplying and fixing of 2mm thick Vinyl flooring-tile type SQM          3.3 Supply and installation of Access floor system consisting of cement filled double

skinned panels with antistatic laminate finish as per technical specificationsSQM          

3.4 Supply and installation of thermal insulation for floor and ceiling as per specifications

SQM

3.5 Supply and installation of false ceiling for server room as per specifications SQM          

3.6 Supply and installation of false ceiling for server room as per specifications SQM

4 Furniture            4.1 Security Table Set          4.2 Support Engineer Workstations for 4 seater capacity Set          4.3 NOC Workstations for 6 seater capacity Set          4.4 Workstation for BMS Engineers (2 seater capacity) Set          4.5 Executive Chairs Set          5 PAINTING :            

5.1 Fire rated Painting of two coats of paint finish with putty finish SQM          

5.2 Fire rated Painting ceilings of two coats of paint finish with putty finish SQM          

6 Toilet Lot            Construction of toilet with Closets, Wash basin and plumbing as per the drawing            7 Emergency Exit Stair case Lot            Construction of steel structure staircase to second floor as per specifications and

drawing. Shall include the emergency exit door and other fixing accessories in both third and second floor.

           

8 Elevator Lot            5 Stop elevator with opening on both ends - heavy duty type as per specifications            9 Misc Items - Datacenter            

9.1 SHOE RACK at server room entry No.          9.2 GLOW SIGNAGE:- Providing & fixing glow signage on both sides of the door

shutters marking PUSH / PULL along with other signage marking different work areas and emergency signs.

No.         

9.3 Removing of Tiles, Cutting & Chipping of existing floors Lot          9.4 Ramp - 2000mmx1800mm No.          

29

Page 30: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

9.6 Pest Control Lot          10 Power House            

10.1 Leveling/Excavation works required on the power house site Lot          10.2 Construction of Power House with 2 HT Utility side HT Breaker Room, 1

Consumer Side HT Breaker Room, one LT Panel Room suitable for housing the HT and LT panels required as per the SLD. All the foundation and structure shall be designed for G+2.

SqM  

       

10.3 210mm height fencing around the Transformer/DG yard with entry and exit gates on both sides.

Metre         

10.4 Supply, installation and commissioning of underground fuel storage system for 72 hours of fuel storage at Full Load.

          

10 Any other Civil Works              Please specify any other Civil works to complete the works Lot          

B HT/LT Works in Power House            1 HT Works            

1.1 Utility Side HT Breaker and Metering Set as per the specifications and drawing Lot 2        

1.2 Consumer side HT Breaker Panels and Metering set as per the specifications Lot 2        

1.3 HT Cabling as per specifications and drawings Lot 2        

1.4

Erection, Testing and commissioning of 11KV / 433 2000KVA Indoor type transformer complete with first fill of Oil automatic OLTC control gear, RTCC panel with local and remote control panel, all components and accessories as per technical specification

Lot 2

       

1.5Design, construction, installation and commissioning of Earthing System for HT distribution

Lot 1       

2 LT Works            

2.1

Supply and Erection of Electrical Panel Boards made out of 16 Gauge CRCA sheet for load bearing members and 10 gauge C.R. Sheet for base frame, steel construction dust and vermin proof cubicle floor mounting type for indoor use, extensible of both sides rated for 433V, 3 phase 50 Hz AC supply 4 wire system as per the drawing.

Lot 1

       

30

Page 31: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

2.2Supply and erection of earthing system for LT distribution, DG Sets as per the specifications and relevant codes and standards

Lot 1       

2.3

Supply and erection of indoor and outdoor lighting for power house, Transformer yard, DG yard, Fuel storage and other areas as per the specifications and compliance to relevant codes and standards

Lot 1

       

2.4Supply, laying and termination of LT cabling of appropriate size as per the technical specifications

Lot 1       

3 Cable Trays and Accessories            

3.1Supply and installation of cable trays of suitable sizes (50% spare capacity) for HT and LT Cabling

Lot 1       

3.2

Supply and installation of safety equipment including safety mats, safety gloves, visual warning indications (Telugu, English and Hindi) and glow sign boards, First aid kit, other relevant accessories as per the site requirement and local electrical codes.

Lot 1

       

4 DG Sets            

4.1Installation, Testing and commissioning of 1250 KVA generators with control panel and with all accessories.

Lot 2       

4.2DG Redundant fuel distribution system with concurrent maintainability from the fuel storage tanks to the day tanks of the DG Sets

Lot 1       

5 Services Lot 1        5.1 Design, Engineering, Installation, configuration, commissioning, documentation

and training of Electrical System as per above requirements.Lot 1

       

5.2Services and expenses related to CEIG approval including but not limited to preparation of drawings, completing works as per approved drawings, arranging inspections, liaison with CEIG authorities and other incidental expenses

Lot 1

       

C Electrical Works in the Datacenter            1 Low voltage Electrical distribution panels Lot 1          Low Voltage Electrical Distribution Panels consisting of but not limited to:            

1.1UPS Input Power Supply Boards with 1x800A TPN Incoming, 4x630A TPN Outgoing, Metering, earthing provisions and other accessories as per the

No 2       

31

Page 32: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

specifications

1.2UPS Output Power Supply Switch Boards with 1x630A TPN Incoming, 6x125A TPN Outgoing, Metering, earthing provisions and other accessories as per the specifications

No 6       

1.3AC Power distribution panel with 1x400A TPN Incoming, 12x63A outgoing, metering, earthing provisions and other accessories as per specifications

No 5       

1.4Power distribution from UPS to Racks including PDUs, cables, switch gears and accessories for 40 racks in phase 1 as per the design requirements and technical sepcifications

Set 1       

1.5UPS output power supply switch boards with 1x63A TPN incoming, required number of outgoing circuits for Safety security systems, PCs and other related loads, at least 2x32A spare circuits as per the specifications.

Sets 2       

1.6UPS output power supply switch boards with 1x63A TPN incoming, required number of outgoing circuits for all lighting systems

Sets 2       

2 Earthing Lot 1        

2.1

Redundant Interconnected Earthing Grid system and distribution using suitable copper conductors for UPS grounding, UPS neutral, Panel earthing, Rack Earthing and other requirements as per relevant IS and IEEE standards and specifications

Sets 1

       

3 Lighting Lot 1          Lighting System for the entire datacenter consisting of but not limited to:            

3.1

Lighting system with 600mmx600mm aesthetically designed fittings, CCFL/LED energy efficient lamps for providing uniform lighting intensity of 500LUX at Datacenter, Network Room, Telco Room. The system should include necessary switches for each Datacenter zone and room fixed at locations as per specifications and approved drawing.

Set 1

       

3.2

Lighting system with 600mmx600mm aesthetically designed fittings, CCFL/LED energy efficient lamps for providing uniform lighting intensity of 300LUX at UPS Room, Battery Room, NOC Room, Staging Room, L2 Support Engineers Room, BMS Room, LV Panel Room and DC main passage as per specifications. The system should include necessary switches for each Datacenter zone and room fixed at locations as per specifications and approved drawing.

Set 1

       

32

Page 33: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

3.3

Lighting system with aesthetically designed fittings, CCFL energy efficient lamps for providing uniform lighting intensity of 200LUX at Security Area, Lift Lobby, Toilet and Store Room as per specifications. The system should include necessary switches for each Datacenter zone and room fixed at locations as per specifications and approved drawing.

Set 1

       

3.4DC Powered emergency lighting system for all areas within the datacenter as per specifications

          

4 Cabling Lot 1        

4.1

Supply and laying 1.1 KV grade fire retardant, XLPE armored aluminum conductor cable confirming to IS 1554 of suitable sizes on cable trays with proper tie and clamping as per specifications. Cables should be tagged with name plate near end terminals and at an interval of 4 Mts. Set

1

       

4.2

Supply and Fixing of Termination of the following cables including supply of cable glands, crimping sockets and glands earthing including copper – foil with all accessories required to complete the work. Set

1       

5 Cable Trays and Misc items Lot 1        

5.1

Supply & Erection of the following sizes Hot dip galvanized G.I Perforated cable tray made of 2mm thick, The Quoted price shall inclusive of Elbow, cross, tee, bend ,coupler plate with necessary grip bolts, grid plates, earthing provision and all other accessories/mountings required. The cable trays should have a spare capacity of at least 50% after laying the cables as per the approved drawings Set

1

       

5.2

Supply and Fixing of Miscellaneous safety items such as safety mats, Visual safety warning indications (in Telugu, English and Hindi), Clean agent fire extinguishers, discharge earth rods and other necessary equipment/accessories as per the requirements of local electrical code Set

1

       

6 UPS Sets 2        

6.1Supply and installation of 400kVA/Kw (KVA=KW) UPS System with 15 minutes battery backup at full load as per the specifications (For Datacenter) No

2       

6.2

Supply and installation of 20kVA/Kw (KVA=KW) UPS System with 15 minutes battery backup at full load as per the specifications (for Desktops and services loads) No

2       

7 Services Lot 1        

7.1Design, Engineering, Installation, configuration, commissioning, documentation and training of Electrical System as per above requirements.

No 1       

D HAVC System            

33

Page 34: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

1 Precision Cooling System            

1.1

Bottom Discharge, Humidity Controlled Direct Expansion type perimeter precision cooling system and necessary accessories for 4 rows of 10 Racks with load density of 5kW per rack. The system shall have at least N+1 Redundancy as per the specifications

No  

       

1.2 Cold Aisle Containment System as per the specifications No 2        2 Cooling for Network and Telecom Room.            

2.1Bottom Discharge, Humidity Controlled Precision Cooling system and necessary accessories for the Network and Telecom room with an IT Load 30kW as per the specifications. The system shall have N+1 Redundancy

No 3       

3 Cooling for Other Areas            

3.1Ductable Split type Air-conditioning System for the UPS Rooms of suitable capacity @ full Datacenter load and N+1 system redundancy No 3

       

3.2Ductable Split type Air-conditioning system of at least 3Tr or more capacity which is adequate for cooling the Battery Rooms No 3

       

3.3 3.5Tr Ceiling Mount AHU Type Air-conditioning System for Staging Room No 2        

3.42Tr Split Air-conditioning System for other rooms with N+1 Redundancy (NOC Room, BMS Room, L2 Engineer Support Room) No 6

       

4 Services            

4.1Design, Engineering, Installation, configuration, commissioning, documentation and training of HVAC Solutions

No 1       

E Safety and Security System            1 Fire Alarm System            

1.1

Addressable fire alarm system with fire sensors in all the voids (Room, False floor and False ceiling) with detector spacing as per NFPA standards, redundant sensors with redundant loops terminating on two different panels, combination of smoke & heat detectors as per the technical specifications. The areas covered shall be the entire datacenter area including server farm, network room, Telco Room, BMS Room, NOC, Staging Room, L2 Support room, UPS and battery rooms, Panel Rooms and corridors

Set 1

       

34

Page 35: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

2 Fire Suppression System            

2.1Novec 1230 GAS based suppression system for Server farm, network room, Telco room and UPS room as per the technical specifications and shall meet the relevant NFPA Standards.

Set 1       

3 Aspiration based Detection System            

3.1

Supply and installation of VESDA or equivalent aspiration system based smoke detection system with required piping, panels, sounders and accessories as per specifications. The system shall be integrated with BMS using potential free Digital I/O.

Set 1

       

4 Access Control System and Visitor Management System            

4.1Supply and installation of Biometric+Smartcard access control system for all Datacenter doors, Network Room Doors with required cabling, conduits and other accessories as per technical specifications.

Sets 6       

4.2

Supply and installation of Smart Access control systems for DC Main entry, network room, BMS Room, L2 Support room, UPS rooms, Staging rooms and Panel rooms, cabling, conduits and other accessories as per technical specifications.

Sets 10

       

4.3Access Control software and Visitor Management system as per technical specifications

No 1       

4.4 Smart Cards No 100        5 CCTV Surveillance System            

5.1

Supply of IP based CCTV Surveillance system with 60 days of storage for covering the entire Datacenter, Network Room, Datacenter main entry, Passage, UPS Rooms, NOC Room, MV Panel Room, NOC Rooms, Power house, DG and transformer yard and other areas as per the specifications

Lot 1

       

6 Building Management System            

6.1

Supply and installation of building management system for monitoring and control of Access control system, Fire Alarm system, Fire suppression system, Temperature and Humidity monitoring for the entire datacenter, Monitoring for main panels, UPS parameters, DG parameters as per the technical specifications. The Software should be capable of monitoring all the specified parameters for the total datacenter including all phases.

No 1

       

35

Page 36: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

7 Water Leakage System            7.1 Supply and installation of Water leakage system for DC Room, Network Room Lot 1        8 Rodent Repellant System            

8.1Supply and installation of Water leakage system for DC Room, Network & Telecom Room, UPS Room, Panel Room and entire false ceiling void. Lot 1

       

9 Services            

9.1Design, Engineering, Installation, configuration, commissioning, documentation and training of Safety and Security System as per the above requirements

No 1       

F Passive Network Cabling            1 Ducting Systems            

1.1

Supply and erection of over head fiber ducting system with redundant cabling paths from the Network room to all the designated network racks in each row as per approved layout drawing and specifications. The ducting system shall be installed for entire capacities in the first phase itself.

Lot 1

       

1.2Supply and Erection of UTP cabling ducts for each row of server racks from the designated network rack to server racks

Lot 1       

2 DC Cabling Rows 4        

2.1

Supply and installation of OM4 Fiber cabling system, MPO or equivalent termination with LC type connectors, 24 core fiber cabling from each central network cabling rack to row network rack, LIUs, Pigtails and other accessories as per specifications

Rows 4

       

2.2Supply and installation of Single Fiber cabling system, MPO or equivalent termination with LC type connectors, 24 core fiber cabling from each central network cabling rack to row network rack as per specifications

Rows 4       

2.3

Supply and installation of UTP cabling system with 48 runs of Cat6A cabling from each central network rack to each of row network racks, Patchpanels, cable managers, patch cables and other accessories as per specifications

Rows 4

       

36

Page 37: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

2.4

Supply and installation of OM4 Fiber cabling system, MPO or equivalent termination with LC type connectors, 2x12 core fiber cabling from each server rack to row network rack, LIUs, Pigtails and other accessories as per specifications

Racks 36

       

2.5Supply and installation of UTP cabling system with 24 runs of Cat6A cabling from each server to row network racks, Patchpanels, cable managers, patch cables and other accessories as per specifications

Racks 36       

2 Cabling for Other Areas            

2.6Supply and installation of CAT6 cabling for other DC areas as per the approved drawings and specifications

Points 50       

2.7Supply and installation of 2x6 core single mode fiber cabling from Central Network rack to the Power house including SM fiber cables, LIU, Racks and other accessories.

Lot 1       

2.8Supply and installation of CAT6 cabling for power house per the approved drawings and specifications

Points 20       

3 Services            

3.1Design, Engineering, Installation, configuration, commissioning, documentation and training of Network Cabling System

No 1       

G Racks            1 Server Rack            

1.1 Supply, installation and commissioning of Server Racks (42U height x 600 widthx1000mm depth) and required accessories as per specifications

No 36        

2 Network Racks            2.1 Supply, installation and commissioning of Network Racks (42U height x 800

widthx1000mm depth) and required accessories as per specificationsNo 6        

H Project Management            

1Project Management Expenses Lump

sum         

I Design Certification            Obtaining of TIER III design certification from Uptime Institute. The contractor shall obtain the design certification prior to commencing of construction.

J Site Certification            

Obtaining of TIER III Site certification from Uptime Institute. The contractor shall

37

Page 38: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

obtain the site certification prior to site acceptance.K Operation and Maintenance            

1Operation and Maintenance during Long Term Maintenance support period (5 years from the date of completion of warranty and final acceptance) - OPTIONAL

Lump sum

5        

Important Note:

1. The bidder shall enclose detailed BOQ for each system with rates in the price bid for each component/subsystem as per their design (in line with the design requirements). The detailed BOQ without prices shall be included in the technical bid.

2. The rates quoted above shall be all inclusive prices.

3. The rates quoted shall include the cost of operation maintenance support during the warranty period (12 months) as specified in the special conditions of the contract.

4. The bidder should indicate the taxes, duties and other levies for each item separately.

5. The Long Term Maintenance support charges will not be used for determining the L1 bidder.

38

Page 39: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

SECTION-I

CHAPTER-III

Technical Specifications

39

Page 40: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

TABLE OF CONTENTS

1. CIVIL AND INTERIOR WORKS 40

1.1 INTERIOR DESIGN AND LAYOUT 401.2 PEST CONTROL 401.3 PARTITIONS AND WALLS 401.4 FALSE CEILING FOR SERVER ROOMS 411.5 FALSE CEILING FOR OTHER ROOMS 411.6 FALSE FLOORING 421.7 THERMAL INSULATION 431.8 VITRIFIED FLOORING 431.9 DOORS 431.10 PAINTING 431.11 FURNITURE 441.12 ELEVATOR 441.13 TOILET 451.14 EMERGENCY EXIT STAIRCASE FROM THIRD FLOOR TO SECOND FLOOR 451.15 OTHER MISC WORKS 45

2. HT SWITCH GEAR PANEL - UTILITY 46

3. HT SWITCH GEAR PANEL – CONSUMER 58

4. TRANSFORMERS 61

5. DG SETS 65

6. DG FUEL STORAGE AND DISTRIBUTION SYSTEM 73

7. POWER HOUSE CIVIL WORKS 74

8. DATACENTER ELECTRICAL PANELS 75

8.1 ELECTRICAL DESIGN GUIDELINES 758.2 DATACENTER LT PANELS 75

9. UNINTERRUPTED POWER SUPPLY (UPS) 81

10. SERVER FARM POWER DISTRIBUTION 88

10.1 POWER DISTRIBUTION UNITS 8810.2 CABLING BETWEEN PDU AND RACK 9010.3 POWER DISTRIBUTION FOR HVAC SYSTEMS 90

11. LIGHTING 91

12. CABLE TRAYS AND DUCTING 95

13. DATACENTER EARTHING 96

14. DATACENTER COOLING SOLUTION 99

40

Page 41: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

14.1 PRECISION COOLING SYSTEM 9914.2 AISLE CONTAINMENT 10514.3 COMFORT COOLING 106

15. SAFETY AND SECURITY SYSTEMS 107

15.1 BUILDING MANAGEMENT SYSTEM 10715.2 IP BASED CCTV SURVEILLANCE SYSTEM 13615.3 ACCESS CONTROL SYSTEM 14115.4 FIRE ALARM SYSTEM 14615.5 VESDA SYSTEM 16315.6 FIRE SUPPRESSION SYSTEMS 17015.7 RODENT REPELLANT SYSTEM 17517.8 WATER LEAK DETECTION SYSTEM 182

16. RACKS 187

17. NETWORK CABLING 189

18. DC INFRASTRUCTURE MANAGEMENT 190

19. DC CERTIFICATION 206

20. SUBMITTALS 207

21. APPROVED MAKES OF COMPONENTS 208

41

Page 42: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

1. Civil and Interior WorksThe scope of civil works shall include but not limited to the following:

Interior design

Pest Control

Permanent walls and partitions (Fire rated)

Temporary removable Partitions (Fire rated)

False Ceiling

False Flooring

Thermal Insulation

Painting (Fire rated)

Doors (Fire rated)

Furniture

Industrial grade elevator

Staircase (steel structure) from third floor to second floor

Any civil, masonry, trenching and fabrication works required for Electrical installation,

Earthing, HVAC installation and other subsystems installations.

Any other civil works required at site

All the Civil works are to be carried out as per the layout diagram.

1.1 Interior Design and Layout The interior has to be aesthetically designed and as per the approved color scheme of

RailTel.

The successful bidder has to submit alternate design options along with 3D visualization and

get it approved by RailTel before commencement of the civilworks.

1.2 Pest Control The contractor shall carry out pest control measures for walls, partitions and other civil

worksexecuted by them as per the specifications outlined by Bureau of Indian Standards or

other bodies.

The pest control shall be done for all external walls, ceilings, furniture and civil works using

suitable chemical emulsions as per specifications of BIS and industry standard practices.

Anti termite treatment under existing cavity floors shall be done using suitable chemical

emulsion.

1.3 Partitions and Walls The peripheral walls of server and network room shall be at least 200mm thick constructed

using Aerocon blocks of minimum 2 hours fire rating

42

Page 43: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

The partition walls inside the server farm 150mm thick gyp board walls with 2 hours fire

rating

The UPS and Battery room partitions are at least 150mm thick gyp board with 2 hours fire

rating

All partitions shall be full height from true floor to true ceiling

All piercings on wall and partitions of the server farms, network room and telecom rooms for

conduiting/cabling shall be closed with appropriate fire sealant.

1.4 False Ceiling for Server Rooms False Ceiling at appropriate height should be installed concealing any cabling tray and

electrical lighting wiring in all areas.

False ceiling shall be provided with Armstrong Lay in (Hot dipped galvanized steel) or

equivalent metal ceiling system 600 x 600 x 5mm with standard perforation of 2.5 mm dia

(16% open space) and fleece with NRC of 70 & CAC 36 to be laid on grid system.

The grid is suspended from the ceiling using hot dip galvanized suspension system and

anger fasteners as per manufacturer’s specifications.

1.5 False Ceiling for Other Rooms Acoustical false ceiling of mineral fiber Board (600 x 600 x 15mm) of Armstrong (ELIT RH99)

orequivalent make.

Laid on Grid system (Micro lock edge) with 15mm thick T section(White) having main runner

1200mm x 600mm, cross Tee at 295 HT.

Mineral Fibre Board edge Fissured ANF tiles of size 600mX600mmX15mm having Noise

reduction Co-efficient 0.5, light reflection over 75%, Relative Humidity 99%, fire performance

class0/class1 (BS 476) 24XL

Hot Dipped Galvanized Steel Suspension System having rotary stitching on main runner,

1200 mm & 600 mm cross tees with 15mm wide flanges of white colour with standard

perforation of 2.5mm dia. (16% open space) fleece with NRC of 0.70 & CAC 36, fixed to the

structural soffit by Butterfly clip hangers, suspension wires & anchor fasteners as per the

manufacturer's specification, Suspension wires to be provided at every 600mm c/c with two

nos of ties on each anchor fastener, Perimeter trim of Trulok wall angle in white colour

secured to wall at 450mm maximum centers.

The False Ceiling tile should be Dust free type and of Non-combustible material. Each False

Ceiling tile (preferably 600mm x 600mm) should be individually removable for access to area

above False Ceiling.

43

Page 44: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

1.6 False flooring The server & other required area should be equipped with raised floor and should be

sufficient for the airflow requirements as per the designed IT load.

False Floor Panels

Access floor shall have false flooring panels of 18 gauge steel 600 x 600 coated with 50

micron epoxy conductive paint. Floor panel shall be finished with 2mm thick antistatic high

pressure laminate with 2mm thick PVC trim edge all-round.

The interior of the panels shall be filled with non-combustible cement compound.

Floor panels with Grills/Perforations are to be provided in the cold aisle for supply air

delivery. The placement of perforated panels shall be decided as per the rack layout. The

perforated panels shall have dampers.

The false floor should have a load bearing capacity of at least 1500kg per square meter and

at least 800kg point load.

No power/data cabling will be installed under the false floor

Ramps and steps are to be provided for transitioning to elevated floor area at entrance of

Data Center. Ramps are to be designed and installed to building code requirements.

Special tools and tackles required for operation of false flooring should be supplied in two

sets.

Under Structure

Pedestal assembly shall be of snap lock type consisting of base assembly 100 x 100 x 2

mm. with full bead weld to steel base plate with embossing and four numbers holes which

shall be fixed to the floor with screws.

Anti vibration rubber pad shall be provided below base plate. Steel pipe riveted to base plate

shall engage the pedestal head assembly. Head shall be formed steel and full bead weld to

stud, with four flanges having shape and size as per standard approved manufacturers’

specifications.

Pedestal head flanges shall be provided with holes for screws for fastening the G.I.

Stringers. No sharp edges or corners shall be exposed from pedestal head when floor panel

is removed.

G.I. rod, fully threaded shall be locked to pedestal head. The entire head assembly is

engaged in the base assembly by means of nut and check nut.

Stringer

44

Page 45: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

Stringer system is hot dipped galvanized sheet, construction having channel, with pre-

punched counter and holes at both ends of the top face for securing the stringers on to the

pedestal head to be fixed with screw ensuring maximum lateral stability in all directions.

The grid formed by the pedestal and stringer assembly shall receive the floor panel. The

stringer system would be earthed properly by using copper wire. This is required for some of

the servers for transient grounding.

1.7 Thermal Insulation Thermal insulation has to be provided for in true ceiling above false ceiling as well as true

floors below raised floor areas.

Insulation shall be done with at least 15mm thick insulation materials of Armaflex or

equivalent make.

The insulation material shall be tested for Class O Fire rating

The insulation shall be pasted on the floor using suitable adhesive as per the manufacturer’s

specifications.

1.8 Vitrified Flooring Thick vitrified tiles 600 x 600 size conforming to IS:15622: 2006 to be fixed with special

adhesive of Dr. Fixit Fevimate X-L or equivalent in all areas other than the access floor

areas.

All areas should have 6” skirting.

1.9 Doors All doors should be 2 hr fire rated metal door with size as per drawing and requirement.

All doors should be equipped with DORMA or equivalent make door closer or floor spring

and other required hard wares.

All doors should have all accessories to fit access control system.

All doors shall have a fire rated vision glass of size 12”x9”

1.10 Painting Anti-dust type painting shall be used for data center.

Gypsum / Plaster of Paris paste of thickness 5 - 8 mm putty over cement plaster shall be

providedso as to ensure a level and smooth texture to the exposed walls and columns.

The existing surfaces are to be cleaned and scratched and markers are kept before the

application of putty.

After the material has dried upon application it is to be smoothened by means of rubbing it

with sandpaper.

Upon this smoothened surface one coat of primer and two coats of plastic emulsion paint of

approved make & shade is to be applied.

45

Page 46: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

Server farm, network, UPS and battery rooms shall be painted with 2 coats of fire retardant

painting.

1.11 Furniture Security table - Supplying and fixing in position of Security table of size 1500 x 600 with

plywood and laminate finish with drawers and necessary storage and wire management, etc.

Support Engineers Work stations - Supplying and fixing in position of Security table of size

1500 x 600 with Modular partition made of Aluminium and metal panels and table tops using

plywood and laminate finish with drawers and necessary storage and wire management.

NOC Work stations - Supplying and fixing in position of Security table of size 1200 x 600

with Modular partition made of Aluminium and metal panels and table tops using plywood

and laminate finish with drawers and necessary storage and wire management.

Providing and fixing white magnetic board of Alkosign display system on wall of 1050 X 1200

mm

EXECUTIVE CHAIR: Low back Executive Chairs as approved by Engineer in-charge as per

catalogue of preferred makes.

SHOE RACK: -Shoe Rack with seating approved by end user as per catalogue of preferred

makes.

1.12 Elevator The bidder shall provide an Industrial grade elevator with capacity of 8 people or 1000kg

load.

The elevator have doors on both sides (Openings in the ground floor and other floors are in

the opposite sides)

The elevator shall be driven by a motor with inverter drives

All the safety measures as per the standards shall be applicable

The contractor has to obtain the necessary certifications

The elevator shall support Ground + 3 floors with an option for 4th floor in future.

Automatic door opening and closing with sensors for detection of people/objects between

the doors.

The cabin shall be of stainless steel type.

The bidder should carry out a site survey to understand the site conditions and submit the

offer accordingly.

The elevator shall be of Kone/Johnson/Thyssenkrupp/Schindler.

1.13 Toilet Construction of new toilet setup in the available shell including brick walls for partitions,

internal plumbing lines, floor and wall tiles, doors and ventilators and sanitary fixtures

46

Page 47: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

1.14 Emergency Exit Staircase from third floor to second floor Design, Supply and fixing in position of MS fabricated staircase from third floor to second

floor with necessary supports and details as per design.

The Structural Steel staircase shall be as per following norms:

o Minimum stair width (clear) : 700mm

o Riser height: 200mm (max)

o Tread width: 250mm (min)

o Inclination: 30 ~ 41 with horizontal

o Minimum width of landing: 750 mm (min)

o Vertical clear headroom over stairs: 2100mm (min)

o Vertical height between successive landings: 4000 mm (max.) and shall not be

less than 2600mm.

o Load bearing capacity of 500kg/sqm.

Staircase shall be made of channel stringers (minimum size MC 200) with grating treads.

Hand railing shall be provided on one or both sides as per requirement.

Stair treads and walkways shall be made with galvanized grating

The staircase shall be properly fixed on the walls to handle the load.

The bidder shall submit the drawings and datasheets of the staircase along with the tender.

1.15 Other Misc Works Providing & fixing glow signage on both sides of the door shutters marking PUSH / PULL

along with other signage marking different work areas and emergency signs.

Chipping, Removal and disposal of the 6” excess masonry flooring in all areas wherever

applicable within the Datacenter.

Any other civil works required to complete the works in the datacenter shall be in the scope

of the bidder.

47

Page 48: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

2. HT Switch Gear Panel - Utility

This specification covers the design, manufacture assembly, factory test, supply, delivery, field

test and installation of VCB, metal clad, indoor switchgear, complete in all respects with all

equipment fittings and accessories for efficient and trouble-free operation as specified here-in-

under:

1. 11 KV metal clad, cubicle type indoor switchgears.

2. Controls and interlocks as required for the safe operation of the switchgear. It also includes

all supporting structures and installation materials, steel foundation frame, anchor bolts,

holdings down bolts, etc.

3. Drawings, technical details, installation and maintenance manual for the switchgear and

auxiliary equipment.

DESIGN REQUIREMENTSDESIGN REQUIREMENTS The switchgear will be used for 11 KV, 3 phases, 16 KA, 50 Hz system. Technical

particulars of 11 KV indoor switchgear shall be as per Appendix -A enclosed.

The equipment shall be installed indoor. All equipment, accessories and wiring shall be

provided with tropical finish to prevent fungus growth.

The maximum temperature rise in any part of the equipment at specified rating shall not

exceed the permissible limits as stipulated in relevant standards. The derating of the

equipment shall be made taking 43o C as an ambient temperature of the site, if it is

designed for any lower ambient temperature.

The rated peak short circuit current or the rated short time current carried by the equipment

shall not cause:

o Mechanical damage to any part of the switchgear.

o Separation of contacts

o Insulation damage of "Current Carrying Part"

All controls shall be suitable for 24V D.C.

48

Page 49: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

CONSTRUCTION FEATURESCONSTRUCTION FEATURES

The switchgear shall be indoor, metal-clad (cubicle type), floor mounted, draw-out truck type

design. Each panel shall comprise essentially of two portions.

The fixed portion comprising of housing bus bars, current transformers, voltage

transformers, cable pot heads and other accessories.

The moving portion comprising of circuit breaker.

The switchgear shall have structural steel framework, enclosed on all sides and top by sheet

steel of 2mm thick.

The moving portion of the switchgear shall consist of circuit breaker mounted on a carriage.

The operating mechanism of the circuit breaker shall be located at the front of the carriage.

The moving carriage shall be complete with self aligning primary and secondary disconnecting

devices. The moving carriage shall have three positions - (a) service (b) test (c) withdrawn.

The switchgear shall be required to operate in the following manner.

In "service" position all the power contacts and control contacts shall be maintained and

the circuit breaker can be closed and tripped in the normal way.

In "test" position, the power contacts shall be disconnected and control contacts shall be

maintained .In this position, the circuit breaker can only be closed and tripped from local

panel only

In "withdrawn" position, both the power and control contacts shall be disconnected and the

carriage shall be ready for removal as follows:-

SAFETY INTERLOCKSSAFETY INTERLOCKS

Breaker truck cannot be withdrawn or inserted when breaker is in closed position.

Breaker can be operated only in test, service, and isolated and withdrawn positions of the

breaker truck.

The switchgear shall be designed in such a way that power contacts of the fixed portion shall

be covered by a shutter when the moving carriage is withdrawn from the switchgear.

Each switchgear assembly consisting of all the units shall be mounted and bolted to a common

channel. The channel in turn shall be bolted to the foundation at site. All equipment foundation,

anchor bolts, etc. shall be furnished.

The standard phase arrangement when facing the switchgear shall be R-Y-B from left to right.

All relays, instruments, other devices, buses and equipment involving three phase circuit shall

be arranged and connected in accordance with the standard phase arrangement.

49

Page 50: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

BUS BARSBUS BARS

Bus bars shall be copper, suitably sized for the specified continuous current rating mentioned

in the SLD and short circuit current rating of KA (rms) for 3 sec. Necessary precaution shall be

taken to avoid bimetallic action if aluminium conductors are to be connected to copper bus.

Means shall be provided for identifying various phases of bus bars by red, yellow and blue

print. Bus support shall be of arc resistant, non trackling, low absorption type insulators of high

impact strength to withstand normal and fault condition stresses.

CIRCUIT BREAKERSCIRCUIT BREAKERS

The circuit breakers shall be VCB type mounted on the moving carriage. The circuit breaker

shall be of modular design. The rating of the circuit breaker shall be as per Appendix-A.There

Shall be minimum 20% Spare circuit Breakers of each ratings.

Sr. No.

Description Type

1 Circuit Breakers : Schneider/Areva/ABB/Siemens2 Applicable Standard : IS:13118, 1991; IEC- Pub.-56,

19973 Normal Service Conditions

Ambient temperature Relative humidity

::

43C95%

4 System Voltage

Highest system voltage

Frequency

:::

11 kV, effectively earthed system11 kV

50 Hz5 Main circuit terminal : Circuit breaker should be

provided with 3 main terminals and 3 load side terminals

6 Rated Operating Duty : B-3 min. MB-3 min.7 Total breaking time : Not more than 7 cycles (lower

value is preferred)

8 Whether trip free : Trip free as per IEC/IS9 Antipumping device : Mechanical and electrical

antipumping device shall be provided.

10 Coil voltage : 24 V DC shunt trip & closing

The symmetrical breaking capacity in MVA shall remain constant for 11 KV breakers. For

voltages lower than 11 KV for 11KV breaker the breaking current shall remain constant at 50

KA.

Breakers shall be capable of making, carrying and breaking starting & full load currents.

Breakers shall be suitable for electrical operation local/remote

50

Page 51: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

Breakers shall be complete with the following accessories.

Mechanical operating device for manual closing and tripping of the breaker.

Device for manual charging of the closing spring.

At least three (3) NO and three (3) NC mechanically operated auxiliary contacts of

sufficient rating (in addition to those required for breaker operation) shall be wired out to

terminal block for external connection. In the case of 11 KV breaker in addition to the

circuit breaker auxiliary contacts provided on breaker trolley for circuit breaker

operation, a mechanically operated switch shall be provided on a stationary part of

switchgear. This switch shall be positively operated by the breaker mechanism when the

breaker is in "service" position but not when the breaker is withdrawn. The switch shall

provide at least six (6) normally open and at least six (6) normally closed adequately

rated auxiliary contacts for each circuit breaker for interlocking.

In case a switch with six (6) NC contacts cannot be offered as required then a switch

with six (6) normally closed and two (2) normally open contacts offered along with an

auxiliary 24 V DC relay having four (4) normally open and two (2) normally closed

contacts (out of which any four contacts shall be wired out), shall be provided on each

feeder cubicle.

Current transformer for series trips/protective relays, if necessary.

Each circuit breaker, disconnector and bus VT cubicle shall have necessary limit

switches for service and test positions, which shall provide the required contacts for

breaker operation and interlocking, position indication and disconnection of remote

control circuits.

51

Page 52: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

PROTECTIONPROTECTION

Protection Functions ANSI Code

S20 S23 B22 S40 S41 S42 S80 S81

Phase Overcurrent(1) 50/51 4 4 4 4 4 8 8Earth fault/Sensitive Earth fault(1)

50N/51N50G/51G

4 4 4 4 4 8 8

Breaker failure 50BF 1 1 1 1 1 1

Negative sequence / unbalance

46 1 1 2 2 2 2 2

Thermal overload for cables

49RMS 2

Directional phase overcurrent (1)

67 2

Directional earth fault (1) 67N/NC 2 2 2

Directional active overpower

32P 1 1 2

Directional active underpower

37P

Positive sequence under voltage

27D 2 2 2

Remnant under voltage 27R 1 2 2

Under voltage (L-L or L-N) 27 2/1(4) 2 2 2 4 4

Overvoltage (L-L or L-N) 59 2 2 2 2 4 4

Neutral voltage displacement

59N 2 2 2 2 4 4

Negative sequence overvoltage

47 1 1 1 2 2

Over frequency 81H 1 2 2 2 2 2

Under frequency 81L 2 4 4 4 4 4

Rate of change of frequency

81R 1 2

52

Page 53: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

Protection Functions ANSI code

T20 T23 T40 T42 T81 T82 T87

Phase overcurrent(1) 50/51 4 4 4 4 8 8 8Earth fault/Sensative Earth fault(1)

50N/51N50G/51G

4 4 4 4 8 8 8

Breaker failure 50BF 1 1 1 1 1 1

Negative sequence / unbalance 46 1 1 2 2 2 2 2

Thermal overload for Machine(1) 49RMS 2 2 2 2 2 2 2Restricted earth fault differential

64REF 2 2 2

Two-winding transformer differential

87T 1

Directional phase overcurrent (1) 67 2 2 2

Directional earth fault (1) 67N/67NC 2 2 2 2

Directional activeoverpower

32P 2 2 2

Overfluxing (V / Hz) 24 2

Positive sequenceundervoltage

27D 2 2 2

Remanent undervoltage 27R 2 2 2

Undervoltage (L-L or L-N) 27 2 2 4 4 4

Overvoltage (L-L or L-N) 59 2 2 4 4 4

Neutral voltagedisplacement

59N 2 2 2 2 2

Negative sequenceovervoltage

47 1 1 2 2 2

Overfrequency 81H 2 2 2 2 2

Underfrequency 81L 4 4 4 4 4

The figures indicate the number of units available for each protection function

Protection functions with 2 groups of settings:

Sr.No.Sr.No. TYPETYPE PROTECTIONPROTECTION

1 INCOMER FEEDER T202 OUTGOING FEEDER S20

53

Page 54: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

METERINGMETERING

Selection Guide MeterVoltage inputsVoltage inputs    ::

Nominal Full scale (Un)

-10 to 277 direct V ac L-N-10 to 480 V ac direct L-L-Up to 1.6 MV with external VT/PT, start of measuring voltage depends on PT ratio

Current inputs:

Nominal current

-1A or 5A ac

Metering Range

-5 mA to 6A ac

Control Power:

Operating Range-100-415V ac +/- 10%-125-250V dc +/- 20%

GeneralUse on LV and HV SystemCurrent accurancy (1A to 6A)

+/-0.5%

Voltage accurancy(50V to 277V)

+/-0.5%

Energy and power accuracy

1%

Instantaneous rms valueCurrent Phases and neutralVoltage Ph-Ph, Ph-N

Frenquency

Signed PowerReal

Reactive

Apparent

Power Factor

Energy valueSigned real and reactive energy and apparent energyDemand valueCurrent (Present and Max.)Active,reactive,apparent powerSetting of calculation mode.Power qty measurementHarmonic distortion (current,voltage)Data recordingMin/Max of instantaneous values.Display & I/OBacklit LCD display

Pulse Output -

Pulse Input -

CommunicationRS485 Port

54

Page 55: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

Selection Guide MeterVoltage inputsVoltage inputs    ::

Nominal Full scale (Un)

-10 to 277 direct V ac

Modbus protocol

AlarmOver/Under condition -

Sr.Sr. No.No.

Meter TypeMeter Type DifferenceDifference TypeType

1 Multi function Energy meter

With THD monitoring

In each incomer feeders.

2 Multi function Energy meter

Without THD monitoring

In outgoing of the panels.

CURRENT TRANSFORMERCURRENT TRANSFORMER

The current transformers shall be of epoxy encapsulated/cast in resin type, mounted on stationary

portion of the switchgear and shall be easily accessible for maintenance and testing purpose. The

current transformers shall be capable of withstanding the short circuit stresses corresponding to a

fault level of the system.

The ratio and ratings of the current transformers shall be suitable to meet the requirements of

metering and protection of the corresponding feeder.

The current transformers shall conform to the latest edition of IS: 2705 unless specified otherwise,

insulation, temperature rise and all other phases of manufacture and testing shall conform to that

given in the standards.

Facilities for shorting and grounding the terminals shall be provided at the terminal block.

POTENTIAL TRANSFORMERPOTENTIAL TRANSFORMER

The potential transformers shall be epoxy encapsulated/cast in resin design. A manually operated

disconnecting device shall be mounted on the primary side of potential transformer. This device

shall be designed to operate externally without access into the line portion of the switchgear. The

connections from main circuit to potential transformers shall be capable of withstanding short

circuit stresses of the system.

The high voltage winding of the potential transformer shall be protected by current limiting fuses.

Low voltage fuses, sized to prevent harmful overload, shall be installed.

The technical particulars of the potential transformer shall be as indicated in Appendix-A.

The manufacture, testing, insulation and temperature rise of the potential transformer shall confirm

to the latest revision of the relevant IS.

55

Page 56: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

AUXILIARY AND CONTROL POWER SUPPLYAUXILIARY AND CONTROL POWER SUPPLY

AC power supply for space heater and cubicle illumination lamps.

Each carriage control panel including the breaker operating mechanism shall be

provided with thermostatically controlled space heater. The thermostat shall have

adjustable range. The space heaters shall be rated for 230 volts, 1 phase, 50 Hz. For

cubicle illumination, receptacle arrangement at suitable location of each control panel

shall be provided so that hand lamp connection may be taken from this receptacle

during inspection and maintenance.

The receptacle shall be suitable for 230 volts, 1 phase and 50 Hz supply. Wiring for

space heaters and panel receptacles shall be suitably grouped so as to form a more or

less balanced condition on 230 V, 1 phase, 50 Hz supply.

Each space heater and hand lamp circuit shall be provided with ON/OFF switch and

suitable protection.

DC power supply

The power for breaker control and indication shall be taken from 24 V DC power supply

from DC distribution board.

Fuse

All control and power fuses shall be link type "HRC" fuses.

SECONDARY AND SMALL WIRINSECONDARY AND SMALL WIRINGG

All wiring for the equipment and devices located on or within the switchgear shall be furnished.The

wiring shall be complete in all respects so as to ensure proper functioning of control, indication,

measurement, protection and interlocking scheme.

Other requirements shall be as specified in the general specification of this document.

CABLE TERMINATIONCABLE TERMINATION

Power Cable

Cable pot heads for termination of 11 kV XLPE type insulated cables shall be furnished.

All power cable entry shall be from the bottom and the cable pot heads shall be

self-supported, detachable type.

Control Cable

56

Page 57: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

All control cables shall enter the switchgear from bottom. Removable plates at the

bottom of the panel shall be furnished with compression type cable glands to make

entry dust-tight and no weight is transferred on the terminal.

TERMINAL BLOCKSTERMINAL BLOCKS

Terminal blocks shall be provided as specified in general.

ACCESSORIESACCESSORIES

Following accessories shall be provided for each switchgear:

Channel base and foundation bolts

Manual closing handle for circuit breaker

Draw out handle for circuit breaker

Hook stick, indoor use, 1.5 m long

Test plug for draw out type relay

NAMEPLATENAMEPLATE

Nameplates of approved design shall be furnished at the front of each compartment of the

cubicles. Rating plates for each circuit breaker and at each instrument, relay and auxiliary

switches as mounted on the face or inside the cubicle shall also be furnished. Instruments and

devices mounted on the cubicle door of the switchgear shall be identified on the rear also with the

respective numbers on or adjacent to the instrument or device case.

GROUND BUSGROUND BUS

A ground bus of minimum 40 mm x 6 mm Copper flat shall be furnished along with the full length

of the switchgear. Each stationary unit shall be connected directly to this ground bus.

Grounding terminals at two end of the ground bus shall be provided for connection to station

ground grid.

The frame of each draw-out carriage containing circuit breaker shall be grounded through heavy

multiple finger contacts at all times except when the unit primary disconnecting devices are

separated by a safe distance.

TESTSTESTS

Switchgear Unit

The switchgear unit shall be completely assembled, wired, adjusted and tested for operation under

similar conditions to ensure accuracy of wiring, correctness of control schemes and proper

functioning of all equipment.

Routine test comprising of :

57

Page 58: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

Mechanical operation tests

Power frequency voltage test

Tests on auxiliary & control circuits

Measurement of resistance of the main circuit

Each of the following equipment shall be subjected to standard routine tests as per applicable

clauses of relevant IS specifications:

Circuit breakers

Bus bar assembly

Instrument transformers

Auxiliary relays

Control switches and indication lamps

TEST CERTIFICATESTEST CERTIFICATES

Test certificate shall be furnished in four (4) sets of copies. The report shall furnish complete

identification of data including serial number of each equipment.

APPENDIX ATECHNICAL PARTICULARS OF HT SWITCHGEAR PANEL

1 a) Typeb) Degree of protection

Indoor, cubicle typeIP-42 to IS - 3427

2. System rated voltage 11 kV3. System maximum voltage 12 kV4. Frequency 50Hz 5. Insulation levela) 1.2/50 microsecond Impulse withstand voltage 75kV peakb) One minute power frequency withstand voltage 28 kV rms6 Rated currenta) Continuous

- Bus bar AL- Incoming and outgoing circuit breaker As per requirement

b) Short time current for 3 seconds50 kA rms

7 Circuit breakera) Quantity

- Incoming feeder/ Outgoing feeder As per requirementb) Rated breaking capacity Symmetrical 40 KAc) Rated making capacity As per ISd) Total breaking time 7 cycles (maximum)e) Operating sequence IS/IECf) Auxiliary voltage8 Potential transformersa) Quantity One on each busb) Voltage ratio 11000/ 3:110/3:

110/3V

58

Page 59: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

APPENDIX ATECHNICAL PARTICULARS OF HT SWITCHGEAR PANEL

c) Reference Standard IS-3156d) Over voltage factor As per IS-3156e) Accuracy class 0.5f) No. of Cores 1g) Insulation level 75KVpeak/28 kVrmsh) Voltage factor 1.2i) Rated burden 100 VA (minimum)

9. Current Transformera) Circuit Ratio Accuracy

ClassBurden

Incoming and outgoing- For relay - For metering

As requiredAs required

5P 200.5

15VA (Min.)15VA (Min.)

All the C. T's should be double core typeb) Instrument insulation level 75KVpeak/28 kVrmsc) Insulation Class E or higherd) Reference standard IS:2705

59

Page 60: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

3. HT Switch Gear Panel – Consumer

HT Switch gear panel from consumer side would include the following scope:

SITC of 11kV, outdoor Type, 3 Pole, 16 kA fault for 1second capacity, 630Amps,VCB (2 I/C,1

buscoupler and 4 nos. 630 amp transformer feeder o/g) complete with operating mechanism

housed in floor mounted metalclad enclosure. With power pack 24 Vdc per vertical and PLC for

interlocking. Also include 1 no. Earthing truck and foundation for HT panel (10X3X2)m3

Incoming Specification:

Metering

1 No. digital multifunction meter PM710 or equivalent

1 No Voltmeter (0-12KV), PTR (11kV/√3,110V/√3), 144sqmm with VSS.

1 No Ammeter (0-630A),CTR (630/1/1 (5P10)A,C.L-.5),144 sqmm with ASS

Indicating Lamp for:

Spring Charged (Blue)

A.C on

D.C on (White)

Breaker On (Red)

Breaker Off (Green)

Auto Trip (Amber)

D.C failure alarm comprising of:

Indicating lamp.

Lamp test push button.

Bell for audio alarm.

Acknowledge Push Button.

1 no. mimic display

Protection& Protection Relay

1 no. Numeric relay, micro processor based for following protection.

Three phase over current protection with high set .

One Earth fault protection, over voltage, under voltage protection

Trip circuit supervision.

Trip free relay

Master relay

60

Page 61: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

1 no DC auxillary relay

TRF- Feeder Specification:

METERING

1 no ammeter(0-100A),CTR (250/1A,C.L-.5),144 sqmm with ASS

1 no. digital multifunction meter PM710 or equivalent

Indicating Lamp for:

Spring Charged(Blue)

A.C on

D.C on (White)

Breaker On(Red)

Breaker Off(Green)

Auto Trip(Amber)

D.C failure alarm comprising of:

Indicating lamp.

Lamp test push button.

Bell for audio alarm.

Acknowledge Push Button.

1 no. mimic display

Communicable anunciator(eight window) with Test, Accept and Rest facility with hooter for

following annunciation.

Over current tripped.

Earth fault tripped.

Restricted earth fault tripped

Trip CKT unhealthy

Winding Temperature high tripped

Winding Temperature high alarm

Spare nos. 2

Protection& Protection Relay

1 No. Numeric relay, micro processor based for following protection.

Three phase over current protection with high set

One Earth fault protection

Restricted earth fault protection

Trip circuit supervision

61

Page 62: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

Trip free relay

Master relay

4 Nos. Auxillary relay for transformer faults (TYPE-VAA or equivalent)

1 No. DC Auxillary relay

1 No. Illumination Lamp with push button in door panel

1 No. Space Heater with MCB

1 No. Power socket 5 Amp. With MCB

62

Page 63: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

4. Transformers

GeneralGeneral

Transformers shall comply with IS 2026, BS 171 or IEC 76. They shall be oil immersed; naturally

cooled type classified ONAN for pole and ground mounting. The transformer shall be sized for

continuous operation at its maximum rating under the climatic conditions.

The load factor shall be taken as 80% for normal operation.

ConstructionConstructionThe transformer tank shall be made from high-grade sheet steel, suitably reinforced by stiffeners

made of structural steel sections. All seams, flanges, lifting lugs, braces, and other parts attached

to the tank shall be welded. The interior of the tank shall be cleaned by shot blasting and painted

with two coats of heat resistant, oil insoluble paint. Adequately sized manholes shall be provided

for ease of inspection and maintenance. Steel bolts and nuts exposed to atmosphere, shall be

galvanised. The tank cover shall be removable and shall be suitably sloped so that it does not

retain rain water. Lifting lugs and eyebolts shall be so located that a safe clearance is obtained

without the use of a spreader, between the sling and transformer bushings.

Transformers shall be provided with fixed type radiators. Fins of the radiators shall not have sharp

edges and shall be rounded in shape.

The transformer core shall be constructed from high grade, non-ageing, cold-rolled, grain oriented,

silicon steel laminations. The steel laminations shall be of "core" type. Each lamination shall be

coated with insulation which is unaffected by the temperature attained by the transformer during

service. Core laminations shall be annealed and burrs removed after cutting. Cut edges shall be

insulated. The framework and clamping arrangements of core and coil shall be securely earthed

inside the tank by a copper strap connection to the tank.

Windings shall be of insulated copper wire or copper strip. Windings and insulation shall be so

arranged that free circulation of oil is possible between coils, between windings, and between

winding and core. The windings shall be fully shrunk under vacuum before assembly. High voltage

end windings shall be suitably braced to withstand short circuit stresses and stresses caused up

by surges.

The sequence and orientation of HV/LV side phase and neutral bushings shall be as specified in

the latest edition of relevant IS.

63

Page 64: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

Transformer shall operate without injurious heating at the rated KVA and at any voltage up to + 10

% of the rated voltage of any tap. Transformer shall be designed for 110 % continuous over-

fluxing withstands capability.

Noise level of the transformer shall be less than 80 dB.

WindingsWindingsWindings shall be double wound Group IV, vector group Dyn 11. ON load tap changing shall be

provided with tappings from + 5% to – 15 % in steps of 1.25 %. It shall be possible to padlock the

tap changing handle to prevent unauthorised operation.

Tank FittingsTank FittingsThe following fittings shall be provided for the transformers:

Rating plate;

Terminal marking plate;

Lifting lugs;

Filling and drain valve facilities;

Earth terminal;

Oil level indicator;

Thermometer pocket;

Breather (vented transformer);

Pressure relief device (sealed transformer).

In addition to the aforementioned, ground mounted transformers shall be provided with:

Jacking lugs (above 1 MVA)

Bi-directional rollers (above 500 kVA)

Skids

Conservator (vented transformers above 750 kVA)

Winding temperature indicator

Oil temperature indicator

Gas and oil surge operated (Buchholz) relay (vented transformers above 750 kVA)

Bursting disc pressure relief valve (sealed transformers)

Pressure/vacuum bleeding device (sealed transformers)

All switching devices shall be provided with alarm and tripping contacts. The contacts shall be

rated for the specified application.

64

Page 65: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

Transformer OilTransformer OilTransformer oil shall comply with IS 335, BS 148 or IEC 296.

Cable TerminationsCable Terminations Cable termination boxes for ground-mounted transformers shall be suitable for dry

termination of HV and LV cables. Non-magnetic gland plates shall be provided for the

termination of single core cables.

It shall be possible to remove the cable boxes without dismantling the cable glanding or

draining the oil. Disconnecting links shall be provided to facilitate testing of the cable.

Tolerance on LossesTolerance on Losses The permissible tolerances on the guaranteed values of transformer losses shall be as

per IS 2026.

The values of load- losses and No-load losses shall be within the values given in latest

edition of CBIP

manual for transformers.

65

Page 66: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

APPENDIX BAPPENDIX BTECHNICAL PARTICULARS OF DISTRIBUTION TRANSFORMERTECHNICAL PARTICULARS OF DISTRIBUTION TRANSFORMER

DESCRIPTIONDESCRIPTION UNITUNIT ITEM ITEM Application   DISTRIBUTION OUTDOOR TYPEOutput KVA As per designNo Load Voltage ratio at rated voltage & frequency KV 11/0.433Cooling   ONAN

Type of Tap Changer-(Off Circuit/OLTC) Yes OLTCTap Range & Step (Plus/Minus/Step) %/%/% +5% to -15% in steps of 1.25%.Vector Group   Dyn11

Temperature Rise (Oil/Wdg.) Deg.C. 50/55Fittings & Accessories  Rating & Diagram Plate Yes YESEarthing terminals - 2 nos. Yes YESLifting lugs Yes YESAir Release hole with plug Yes YESDehydrating Silica Gel Breather Yes YESPrismatic Oil level gauge Yes YES

Oil filling hole with plug on CONSERVATOR Yes YESOil Conservator with drain plug Yes YESThermometer pocket Yes YESJacking lugs Yes YESBottom drain cum filter valve Yes YESTop filter valve Yes YES4 Nos. Bi-Directional Rollers Yes YESPressure Relief Device Yes YESMarshalling Box (where ever applicable) Yes/No YES150 mm OTI with alarm & trip / 100mm OTI Yes/No 150mm OTIWTI with alarm & trip Yes/No YESBuchholz Relay with alarm & trip Yes/No YESShutt off valves for Buchholz Relay Yes/No YESMagnetic Oil level gauge Yes/No YESNeutral CT for REF Protection Yes/No YESSurge Arrestors on HV Side Yes/No YESRadiators-Fixed/Detachable(for ratings750 KVA & ABOVE) Yes/No DETACHABLETerminal Arrangement    HV Side : Bare bushing / XLPE Cable box / Air insulated cable box/   XLPE Cable BoxLV Side : Bare bushing / XLPE Cable box / Air insulated cable box /   Bus Duct Flange

Impedance (without any -ve tolerance % 6.25

66

Page 67: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

5. DG SetsGeneralGeneral

1250 KVA DG SET1250 KVA DG SET

Genset prime power (PRP) : 1250KVACylinder arrangement : As per

OEMAlternator :

Stamford/LSRating : 1250KVARated Power Factor : 0.8 lagRated Voltage : 415VQuantity : 2 Nos.

Reference and StandardReference and Standard

Diesel Engine Power : ISO 3046-1Speed Governor : ISO 3046-4Generator : IS 4722 / IS 13364Permissible limits of Noise level of Rotating Machines

: IS 12065

Diesel Fuel : IS 1460Hot dip-Galvanizing steel : IS 2629Codes of fire safety : IS 3034Battery & Charging : IS 7372Degree of Protection of generator : IP 23 as per IS 4691Degree of Protection of Control panel : IP 41 as per IS 2147Control Panel : IS 8623 Part I

DG Set of Continuous Rating 1250KVA, 415V, 50HzDG Set of Continuous Rating 1250KVA, 415V, 50Hz

1000kW/1250 KVA Diesel Generating set comprising of diesel Engine with radiator cooling and

with all standard features coupled to 1250KVA Alternator with Class H insulation and VPI epoxy

impregnated winding, coupled together and mounted on a rigid base frame and comprising of

following accessories like separate fuel tank of 990 liters, Batteries 2 Nos. 12 Volts / 180Ah,

Battery leads, Electronic modular control panel with AMF Control Panel & Acoustic Enclosure

suitable for outdoor applications.

DG Set Area shall be covered with GI sheet shed with proper MS structure.

67

Page 68: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

DIESEL ENGINEDIESEL ENGINE

1250 KVA EngineEngine Make :Perkins/Cummins/Doosan

or equivalentCylinders : As per OEMBore x Stroke : As per OEMDisplacement : As per OEMCompression Ratio : As per OEMGovernor : ElectronicPiston Speed : 9.5 m/secRecommended fuel : HSD as per IS 1460Fuel Consumption* : As per OEM100% load : As per OEM75% load : As per OEM50% load : As per OEM

* Fuel Consumption values are subjected to +5% tolerances.

The Engine shall be complete with the following accessories:

Air Inlet System

After cooler Air cleaner - Dry paper element with Service Indicators Turbo chargers

Cooling System

Recommended Coolant: 50 % inhibited ethylene glycol or 50 % inhibited propylene glycol and

50% clean water. For combined heat and power system and where there is no likelihood of

ambient below 10oC, Then Clean soft water may be used, treated with 1 % volume of

inhibitor in the cooling system. The Inhibitor is available in 1 litre bottles. System designed for

high ambient temperatures.

The standard scope of supply also includes

Two twin thermostat

Powder coated radiator comprising of fuel oil cooler, all pipes, hoses, and clips Fan, pulley, fan

belts and safety guards

Exhaust System Exhaust manifolds, dry with residential silencer

Turbocharger, dry with 8 Inch outlet elbow

68

Page 69: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

Exhaust flexible fitting

Exhaust flange - 2 Nos. 8 Inch

Exhaust system piping shall be supported with suitable steel structure and shall be provided as

per the CPCB/other regulatory norms.

Fuel System

Electronic Unit Injectors (EUI)

Fuel filter, spin-on type

Fuel transfer pump

Primary fuel filter

Fuel priming pump

Flexible fuel lines

Water separator

Lubrication System

Wet Sump with filter and dip stick

Full flow spin on oil filter

Engine jacket water /lube oil temperature stabilizer

Flywheel& Flywheel Housing

Flywheel, SAE - 1

Flywheel Housing, SAE - 1

SAE standard rotation

Charging System

Charging alternator, 24 V, 35 Amps

Ammeter, 24 V

Control System

Governor, ELECTRONIC (ECM)

69

Page 70: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

Instrumentation

The set will be supplied with Electronic Modular Control Panel with the following features.

Auto start/stop with safety shut down

LCD Readouts for

Engine Oil Pressure

Coolant Temperature

Engine RPM

System DC Volts

Engine Running Hours

Generator AC Volts, Amps and Frequency

LCD Indicators for

Low Oil Pressure

High Coolant

Low Coolant Level

Over speed, over crank, Emergency Stop

Spare Fault Shutdown and Alarm

Generator AC Volts

Amps and Frequency

Adjustable Cycle Cranking

Adjustable Cool down timer

Programmable for Energize to Shut Off or Energize to run

Generator Voltage Adjust Potentiometer

Indicator / Display Test Switch

NEMA 1/IP 22 enclosure

Emergency Stop Push – Button

Base Frame and CouplingBase Frame and CouplingDiesel engine and alternator are coupled together with closed coupling and placed on robust,

sturdy iron base frame specially designed to absorb vibrations for the smooth operation of the

D.G. set. Spring mounted Anti-vibration mounting shall be supplied.

70

Page 71: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

AlternatorAlternator

1250 Kva STAMFORD/Leroy SomerContinuous Output : 1250 kVA

No: of Phase : 3

Power factor : 0.8 lag

Reference Altitude : 1000 meters above MSL

Ambient Temp : 43oc

No: of poles : 4 pole

Insulation Class : H

Excitation type : Brushless

Voltage Regulator : AVR

Voltage Regulation : +/- 5%

Fuel TankFuel Tank

990 liters capacity fuel tank made up of quality M.S. sheet tested for leak and pressure and

supplied with filling point, breather, and level indicator with graduation, outlet valve, drain plug,

lifting hooks and provision for return fuel.

BatteryBattery2 Nos. 12 V. dry uncharged suitable plates of batteries along with terminated lead connectors

including inter connection cables will be supplied. Suitable M. S. battery stand with proper

earthing will be provided.

The power supply shall be provided to battery charging from redundant circuits and shall be

concurrently maintenable.

Acoustic EnclosureAcoustic EnclosureAcoustic enclosure is state-of-art construction and specially designed to meet the stringent norms

laid by MOEF / CPCB, meeting the noise barrier of 75 dB @ 1 mtr. Distance from the enclosure at

free field conditions. The Enclosure is fabricated to have optimum serviceability. The air inlet

louvers are specially designed such that the system operates at rated load even at 50 deg C

ambient temp. These sound attenuators are fabricated using special purpose CNC machines for

consistency in quality and workmanship. All the five sides are powder coated for superior finish

and long lasting life. Use of stainless steel hardware in addition to IS 8183 spec. material we

71

Page 72: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

achieve better noise insulation resulting in the best sound attenuation. The Enclosures are

containerized type housing the Engine, Alternator, Fuel Tank, and Batteries.

Standard AMF PanelStandard AMF Panel

Cubicle type, base / floor mounting control panel with hinged doors undrilled bottom gland plate

accommodating the following:

SWITCH GEARS

2500A, 3 Pole ACB EDO Type for ALTERNATOR MICROPROCESSOR BASED AMF

MODULE

INCORPORATING

Functions

Supply Failure Timer

Restoration Timer

3 Impulse automatic engine Start / Stop logic

Mains / Generator Voltage & Frequency Sensing

ADDITIONAL FEATURES

Metering

Combined Meter for Voltage / Ampere / Frequency

Combined Meter for KW / Power Factor / KVA

Electronic kWh Meter (Counter Display)

Current Transformers

Relay Electronic Earth Fault Relay

Indications (LED)

DG ON , Load on DG

Mains ON, Load on Mains, Battery Charger ON

Push Buttons (AMF MODULE BY PASS MODE):

Engine START / STOP

Generator Breaker CLOSE / TRIP

Fault ACCEPT / RESET

72

Page 73: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

TECHNICAL PARTICULARS OF DG SETDescription Units RatingType Turbocharged, Air-to-

Water coolingDisplacement Vee As per OEMCylinder arrangement Litres As per OEM

Bore and stroke MM As per OEM

Compression ratio Ratio 16.5 : 1Rated speed RPM 1500

Altitude capability above MSL Mtrs 1500Lube oil & filter change period Hours 500

Minimum continuous load % 20Piston speed Mtrs/sec 10.5Engine kW at rated RPM Kw (HP) As per OEM

Fuel stop power as per ISO-3046 Kw (HP) As per OEMFrequency regulation, steady state % +/- 0.25BMEP kPa 1990Governor type - Electronic, Isochronous

(Droop adjustable to 4%)

Governor class - ISO 8528-5, better than Class G3

Engine over speed shutdown RPM 1800Exhaust SystemExhaust gas flowExhaust gas temperatureExhaust back pressure - Design value/Maximum

m3/minDeg Cmbar

24043030/85

Fuel SystemFuel filter filtration capacity - SecondaryFuel filter pressure differential - MaxFuel pressure at return - MaxMaximum suction head at pump inletFuel supply flow - MaxFuel temperature at fuel inlet - Max

LPMBarBarMtrsMicronsDegre C

73

Page 74: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

Type of injection

Lube Oil SystemLube oil filter filtration capacityRecommended lube oil gradeNormal lube oil temperatureLube oil differential pressureTotal system capacityNormal lube oil pressure

Microns

Deg CBarLitresBar

12API-CI488-981.52605.5

Heat Balance @ 100% LoadEnergy to radiationEnergy to coolantEnergy to charge air cooler

kWkWkW

75540200

Combustion/Air IntakeCombustion air flowCharge air pressureAir filter

m3/minBarType

962.6Dry paper type - 2 Nos.

Coolant SystemRecommended coolant

Total system capacityCooling sytem operating pressureCoolant temperatureCoolant flowCoolant pump inlet pressure - Min/MaxRadiator fan powerRadiator fan air flow (with 200 pa duct allowance)Cooling system ambient capability

LitresBarDeg Cm3/HrBarHPCFMDeg C

Engine extended life coolant4002.5100/5556/300.4/1.52557480050

Engine Electrical SystemTypeCharging alternator volys/currentStarter power

VDC / AmpskW

24V negative earth28 / 702X9

Pollution Control Board Certificate should be provided for the installed DG Sets.

74

Page 75: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

6. DG Fuel Storage and Distribution System

HSD yard to be made with proper fencing, gate arrangement and unloading bay.

TWO Underground Fuel tanks to have onsite storage capacity to run DG for 72 hours on Full

Load capacity as per the given details. Fuel line to Day tanks and sump tanks to have valves

at proper locations with routing considering site conditions. Fuel line ofC Class MS pipes to

have Flame proof pumps with starters run by a logic control panel for auto operation of fuel

level refilling.

A semi rotary hand pump to be provided.

Vendor to consider necessary statutory approvals in his scope.

The fuel distribution system shall be designed with redundant pumps, pipings and valve

arrangements to ensure redundancy and concurrent maintainability meeting Tier III

guidelines.

The bidder has to obtain the necessary regulatory approvals and licenses for the fuel

storage system.

The bidder shall share the design drawing for the fuel distribution system along with bid.

75

Page 76: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

7. Power House Civil Works The powerhouse and transformer yard is to be located at a distance of 200 meters from

the Datacenter Area

Successful bidder should build powerhouse with appropriate dimensions and meeting

regulatory requirements.

The building shall be an RCC structure designed for G+2 and slab loading of at least

2000kg/Sqm and point load of 1000kg.

The building shall house HT breaker panels (Utility/consumer), Main LT panels, DC Sync

Panels, etc.

The transform area to be leveled properly surrounded with a fencing wall of 7 ft masonry

wall.

Transformers, DG Sets (maximum 4) and Underground diesel tanks shall be installed in

the outdoor area.

The entire area has to be leveled properly and surrounded with a fencing wall of 2100mm

masonry wall with two entrances. The entrances shall be secured with aesthetically

designed ockable grill gates. The entrances should be wide enough for vehicle entry/exit

for unloading diesel.

The bidder shall carry out site survey, assess the requirements and submit the offer

accordingly.

Bidder shall submit the design layout and drawings for entire area.

76

Page 77: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

8. Datacenter Electrical Panels

8.1 Electrical Design Guidelines Electrical design shall be meet TIER III Guidelines of the Uptime Institute and TIA942

standards.

Redundancy and concurrent maintainability is must for all the capacity components (such as

UPS, DG, HT & LT Panels, etc) and distribution components (Cabling, Switch gears, etc).

Bidder to submit detailed SLD in technical bid for technical evaluation and qualification.

All metering instruments used in the LT panels, DG sets, HT Panels shall be microprocessor

based digital type with RS485 interface with Modbus protocol support.

Datacenter grounding and protection shall be in accordance with the relevant IEEE, TIA and

BIS standards and shall be in compliance with local electrical codes.

The contractor shall submit the design document along with engineering drawings and soft

copy for review by RailTel. Only after due approval by RailTel, the contract shall carry out

the construction.

8.2 Datacenter LT Panels

SCOPESCOPE

Design, manufacture, assembly & testing at the manufacturer’s works, supply, delivery

erection and commissioning of indoor type 415 / 230 volts Main LT switch boards as per the

scheme specified in the SLD.

STANDARDSSTANDARDS

The equipment covered by this specification shall, unless otherwise specified be in

accordance with relevant IEC/IS specification. The degree of protection shall not be less

than IP-52 mentioned in IEC – 144 / IS – 5.

DESIGN CRITERIADESIGN CRITERIA

Dedicated distribution panels are required for UPS, Precision Cooling, Comfort Cooling,

Lighting, Safety and security system and other facilities in the Datacenter.

Each distribution panel inside the datacenter shall have incomers of appropriate ratings from

the powerhouse.

Redundant and concurrent maintainability shall be provided for UPS, Precision Cooling and

Safety and Security systems LT panels as per Tier III.

Feeders of rated capacity shall be provided from AC Distribution Boards for miscellaneous

Station Services to Data Centre.

77

Page 78: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

The Main LT Panels, UPS and PAC Panels and PDUs distributing power to racks should

have inbuilt TVSS of appropriate rating with response time <0.5 nanoSec, all mode

protection (L-L. L-N, L-G, N-G)UL Approved, and EMI/RFI attenuation of 45 dB typical.

Each LT Panel should be connected with one EB source with one DG connection.

There shall be at least one or 20% of the installed circuit breakers (whichever is maximum)

as spare to be provided for each rating.

CONSTRUCTIONCONSTRUCTION

The switchboards shall be of multi-cubicle/compartmental or multi box factory-built air-

insulated type, fully enclosed with doors for access to the interior. 3.00 mm thick steel sheet

shall be used for the fabrication of the panels.

The complete panels shall not be more than 1800 mm high with the channel base and the

depth shall be preferably within 750 mm wide measured from rear to front faces. The

working height shall be minimum 450 mm to maximum 1650 mm. The width of the panel will

depend upon the no. of circuits to be accommodated. The design shall be such as to permit

extension at site on either end.

The panels shall be designed to facilitate cable entry from the bottom through entry holes of

removable plates provided at the bottom of the cubicle.

The switchboard shall be vermin proof and suitable for use in tropical climate. All ventilating

louvers and holes shall be covered with fine wire mesh from inside. A suitable rust resisting

primer paint shall be applied on the panel after the same is polished and the primer shall be

evenly sprayed. The colour of the exterior of the panel shall be of same colour as that of the

main control & relay panel. The colour of the interior panel should be as to provide a colour

contrasting background for the wiring inside the cubicle.

The switchboards shall be mounted on channel and shall be complete with channel bottom

plates, grouting bolts, earthing bolts, washers, cable glands etc.

Both the single and three phase switches as well as the fuse terminals provided on the panel

shall be of best quality and easy in operation.

Bus barsBus bars

Bus bars shall be copper, suitably sized for the specified continuous current rating

mentioned in the SLD and short circuit current rating of 50 KA (rms) for 3 sec. Necessary

precaution shall be taken to avoid bimetallic action if aluminium conductors are to be

connected to copper bus. Means shall be provided for identifying various phases of bus bars

by red, yellow and blue print.

Bus support shall be of arc resistant, non trackling, low absorption type insulators of high

impact strength to withstand normal and fault condition stresses.

Circuit breakersCircuit breakers

78

Page 79: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

AC Air Circuit Breakers or MCCBs shall be fully draw out type, housed in separate

compartments having a continuous current carrying capacity, breaking capacity as per

approved scheme. The circuit breakers shall be provided with trip coil and closing coil

operated from suitable control voltage to be arranged by bidder. Spring operated mechanism

shall be provided for breaker closing. The breaker shall be provided with trip free,

automatically operated mechanism & push button to trip the breaker as well as to close the

breaker electrically.

The breaker shall be provided with two over current and one earth fault IDMT type relay.

One ammeter and one voltmeter with their respective selector switches shall also be

provided in incoming breakers.

The circuit breaker shall be provided with auxiliary contacts for Close / Open and trip circuit

healthy indicating lamp. Two sets of spare auxiliary contacts of each open and close position

shall be provided.

The door of the circuit breaker compartment shall be interlocked so that (1) the door cannot

be opened while the breaker is in closed position and (2) when the door is open the breaker

cannot be closed. However, facility, to defeat this interlock shall be provided for testing

purposes. The circuit breaker shall have three defined position namely (a) Service (b) Test

and (c) Isolated. The circuit breaker can be closed in test position.

Miniature circuit breakersMiniature circuit breakers

The MCBs shall be triple pole / double pole, air break types capable of safely breaking the

fault current of the associated feeder. The MCB shall have a quick make, quicker break

mechanism complete with position indicator.

The MCBs shall comply with the relevant IS Standard.

The audio alarm for tripping of AC circuit breaker or blowing of fuse shall be made with

facility of canceling the alarm. Individual lamp indication shall be provided in the AC

switchboard and the same will continue to glow till the fault is rectified.

Indicating lamps of control switchesIndicating lamps of control switches

Indicating lamps shall be filament / neon type provided with suitable safety resistor and

coloured dust protecting type lens. Lamps shall be of very low wattage consumption and

heat generated due to continuous burning shall not deteriorate lamp cover.

Space HeatersSpace Heaters

The AC switch board shall be provided with thermostat controlled space heaters through

hand operated switch.

Internal wiringInternal wiring

79

Page 80: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

Internal wiring of the AC switchboard shall be done by means of stranded copper conductor,

PVC insulated and sheathed cable conforming to IS : 1554 (Part-I). Minimum size of the

wiring shall be such as to allow only 5% drop of voltage at the remote end of the longest

outgoing feeder from the AC panel board 2.5% drop in case of starting of motor of the

remote end. Multi way terminal blocks of copper stud moulded construction complete with

screws, nuts, washers etc. shall be provided for terminating the internal wiring and outgoing

cables. Control terminals shall be clamp type. Screw type terminals with screw directly

impinging on conductor shall not be supplied.

Each wire shall be identified at both ends & shall be properly tagged & ferruled in

compliance with approved drawings. Wires shall not be spliced or tapped between terminal

points.

Wires shall be neatly bunched and adequately supported as to prevent sagging, strain and

termination.

All spare contacts of the equipment shall be wired upto the terminal block. At least 10%

spare terminals shall be provided in each cubicle. There shall be sufficient space between

the terminals for easy connection of the leads. More than two connections in a stud shall be

avoided. Lock nut with washer shall be provided in each stud.

GroundingGrounding

A copper strip ground bus rated to carry maximum fault current shall be provided along the

entire length of the distribution board. Ground bus comprising of Aluminum conductors, as

alternative shall not be acceptable.

Each casing of the equipments provided in the board shall be connected directly to the

ground bus in accordance with I.E. rules. The ground bus shall be brought out to two

terminals at the two ends of the switchboard for connection with the station earthling system.

Tropical finishTropical finish

All electrical equipment, accessories and insulation of wiring shall have fungus protection

involving special treatment on insulation and metal against fungus, insect & corrosion.

InsulationInsulation

The insulation at any point in the distribution board shall be of at 1.1 KV grade.

80

Page 81: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

ASSOCIATED EQUIPMENT AND ACCESSORIESASSOCIATED EQUIPMENT AND ACCESSORIES

Cable glands

All feeders shall be provided with suitable dust tight screwed brass cable glands conforming

to the relevant IS Standard. Gland shall project above the gland plate. Terminating cables

shall be armoured and the armour rods shall be connected to earth bar.

Metres

One kWH metre of 3-phase, 4 wire type shall be flush mounted on the incoming breaker

compartments, Ammeter and voltmeter shall be of square casing moving iron instruments,

and of flush mounting type with accuracy +1% of full scale. Ammeter and Voltmeter shall

have zero adjuster on the front. The metres shall conform to the appropriate IS specification.

All circuits of the metres shall be capable of withstanding 20% overload for a period of at

least 8 hours. Phase selector switch shall be provided for Ammeter and Voltmeter. The

selector switch of voltmeter shall be such that it can select phase to phase and phase to

neutral voltage.

Relays & Contractors

Two over current relays and one earth fault relay shall be provided in each of the incoming

breaker. The relays shall be IDMT type. The relays shall be suitable for operation with a

temperature range of 0°C to 50°C. The contacts of the relay shall be silvered. When open,

the contacts shall withstand a voltage of 115% of the normal circuit voltage. The relays shall

not deteriorate in performance due to ageing of any constituent material.

The over current relay shall have a setting from 50% to 200% and that of earth fault relay

from 20% to 80% of the rated secondary current of the C.T. The operating voltage of the trip

& closing coil shall be 220 V DC +/– 10%. Contactors, if used shall be of same voltage

rating.

Current transformer of the breaker

Current transformer used for incoming L.T. Switchgear shall be air cooled of accuracy class

of 5P and 1 for protection and metering respectively. VA burden & CT ratio will be such as to

suit the requirement. The insulation level of the C.T. shall be suitable for 1.1 KV grade

service.

PACKING AND DESPATCHPACKING AND DESPATCH

All equipments shall have to be dispatched suitably and securely packed in wooden crates,

suitable for handling during transit by rail and / or road.

81

Page 82: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

TENDER DRAWING & CATALOGUETENDER DRAWING & CATALOGUE

One copy of the following drawings and literature shall be submitted with each copy of

tender for evaluation:

I. Dimensions of front and rear view of each switchboard with relay instruments and other device position marked. Height, width, depth and ground fixing arrangement shall have to be indicated.

II. Schematic wiring diagram for each switchboard.

III. Catalogue on each type of circuit breaker, switches, fuse relays, metres etc. offered. The list of drawing shall be furnished in the schedule attached herein.

IV. Test reports

CONTRACT DRAWING & CATALOGUECONTRACT DRAWING & CATALOGUE

After placement of Letter of Award six (6) copies of above drawings and literature shall be

submitted to the Purchaser.

Ten (10) sets of approved drawings and ten (10) copies of maintenance manual/ catalogue

of equipments shall be submitted for our record and distribution.

TESTS AT FACTORY AND TEST CERTIFICATESTESTS AT FACTORY AND TEST CERTIFICATES

The switchboard wiring should withstand a test of 3 kV power frequency voltage for one

minute. Other tests shall be carried out as per relevant IEC/IS specification. Six (6) copies of

such test reports are to be submitted to Purchaser for approval before the switchboard is

actually dispatched.

The Contractor shall give at least 21 (twenty-one) days advance notice of the date when the

test will be carried out.

SPARESSPARES

The item wise price for the spares for five (5) years operation and maintenance of the board

shall be furnished. Purchaser will decide the quantity of spares to be procured from the list.

82

Page 83: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

9. Uninterrupted Power Supply (UPS)

Bidder should supply UPS systems capable of delivering 400kW continuous output power with

(N+N) concurrently Maintainable configuration.

Bidder should understanding please see the single line drawing.

Module AC InputModule AC InputB Voltage Range: 320V to 460 ,

C Frequency Range: 45~65Hz

D Power Walk-In: maximum 90seconds. Field selectable from 1-90sec selectable.

E Power Factor: Input power factor shall be > 0.99 without any optional filter at rated UPS full

output load.

E. Current Distortion: Less than<3% at full rated UPS output load at input Voltage THDv<1%

UPS Module AC Output: UPS Module AC Output:

Three-phase, 4-wire plus ground.

A Load Rating: 100% continuous load rating for any combination of linear and non-linear loads.

B Voltage Stability: +/-1% output voltage stability in steady-state condition for input within

permitted limits and loads from 0 to 100%.

C Bypass Line Sync Range: Field selectable 0.5 to 3.0 Hz at .

D Frequency Stability: Frequency regulation shall be ± 0.1% in Battery mode or in

asynchronisation condition

E Frequency Slew Rate: the slew rate shall be <1Hz per sec.

F Efficiency: It is defined as output kW / input kW:

AC to AC efficiency should be Min 92% in double conversion mode across load at 25%.

Not less than 98% at full rated load in digital interactive mode.

G Phase Unbalance: 120º ±1º el. for 100% balanced loads.

H Voltage Transients: Complies with IEC/EN62040-3,Class1,

I Transient Recovery Time: Return to within 5% of steady state output voltage <20msec

J Distortion : (100% rated load with crest factor 3:1)

Less than 1% total harmonic distortion (THD) for linear loads

<3% THD for 100% balanced non-linear loads as specified by IEC/EN62040-3

K Module Overload Capability at Rated Output Voltage:

150% of UPS rated output for load for one minute.

83

Page 84: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

125% of UPS rated output for ten minutes.

Bypass Static SwitchBypass Static Switch

A. Voltage Range:

Upper limit: +10%,

Lower limit: -10%,

B. Frequency Range: ±5%

C. Overload Capability:

150% for 1 minute

700% for 600msec

1000% for 100msec

D. Neutral Conductor Sizing: 1.7 times rated current.

Technical ComplianceTechnical Compliance

Sl No Description Specifications

1 UPS Capacity 400kVA/400KW a 40degC

2 Standards

Design and test IEC62040-3

Safety Requirements IEC62040-1-1

EMC EN62040-2

3 UPS technologyDouble conversion on line UPS with

DSP Technology

a) Rectifier/Charger

b)Battery Management

c)Inverter

d)Static Switch

e)Maintenance bypass

4 Environmental conditions

Temperature (design ambient) 0 to 43 Deg C

Relative humidity < 95%

IP Class IP20

Acoustic Noise measured at 1 Mt

distance<71db

84

Page 85: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

5 Input

Voltage Range380/400/415 V ( Range 320V ac to

460Vac) 3Three Phase 4 wire

Frequency Range 50Hz ( Range 45HZ to 65HZ)

Power walk-in facility and time 1-90 sec ( Settable)

Pre charge hold -off Delay1-180sec (adjustable)

Input total current harmonic distortion

THDi at input Voltage THDv<1% @

100% Load <3%

75% Load <5%

50% Load <5%

25% Load <5%

Input Power Factor >0.99

AC to AC efficiency

At 100% Load >94%

At 75% Load >94%

At 50% Load >94%

At 25% Load >92%

6 Rectifier/Charger

Duration in which totally discharged

batteries are to be recharged8 -10 hours

Nominal DC bus Voltage480V DC ( 480Vdc – 600Vdc) or as per

design std of Manufacturer

I) During Battery float mode To be specified by bidder

ii) During Battery Boost mode To be specified by bidder

Battery charging with temp.

CompensationShould be available

Ripple voltage at full load<2% RMS without Battery and <1%

with Battery

Battery charger features

I) Type of charging circuit. Constant Voltage With Current Limit

ii) Battery protection circuits for Over Voltage and Under Voltage

85

Page 86: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

7 Battery Low

1.65 to 1.8 auto adjustable with load %

(back-up time).However Battery sizing

should based on end cell voltage as 1.7

vDC

8 UPS Output

Output power 400kVA/400KW

Voltage380/400/415Vac ( Three- Phase Four-

wire)

Technology of inversion IGBT with PWM

Load power Factor Handling Capability0.9 Lagging to 0.9 leading without

derating

Output voltage regulation

I) steady State +/-1%

ii) 0 to 100% step Loads As per IEC62040-3

UPS Output frequency: 50HZ

Synchronization mode range +/-0.5HZ to +/-3HZ selectable

free running on battery Mode or

Asynchronization+/- 50HZ +/-0.1%

Transient voltage regulation for following

conditions:

I) 25% step load change

As per IEC62040-3

ii) 50% step load change

iii) 100% step load change

Iv) Recovery time for 100% step load

change

Wave form Pure Sine wave

Crest Factor 3:1

output voltage harmonic distortion:

I) Total harmonic distortion at 100% non

-linear load<3%

ii) Total harmonic distortion at 100%

linear load.<1%

Voltage Phase displacement:

86

Page 87: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

I) Balanced load120deg+/-1% angle

ii) 100% Unbalanced load 120deg +/-2% angle

Transfer time

I) Synchronous mode 0 Sec

ii) Asynchronous mode <20 m sec

Synchronizing range with bypass I/P 48HZ to 52 HZ

Overload 125% for 10Min,and 150% for 1 Min

9 Bypass

Static Bypass: In built with UPS

Maintenance Bypass In built with UPS

Static bypass over Load

1) 150% for 1 minute

2) 700% for 600msec

3) 1000% for 100msec

By pass input Voltage 380/400/415 ( Three-phase four-wire)

By pass voltage range +/-10%

10 Battery

Battery Backup10 Minutes Battery Backup at 360KW

Load consider PF0.9

Type of batteries 12V SMF Batteries

11 Protections DC Over Voltage

DC Under Voltage

Battery charging Current limit

AC Under Voltage protection

AC Over voltage protection

Output Over load

output Shot circuit

12 LED MiMIC

Mimic provided on front panel to

indicate power flow to the critical Load

with an indication of the availably of the

Rectfier,battery,automatic,

bypass,Inverter and Load

87

Page 88: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

13 Alarms and Status InformationAll faults conditions are display in LCD

with Alarm (sound)

14

Metering

Input Voltage (Line to Neutral)

Bypass frequency

Bypass Voltage(Line to Line and line to

Neutral)

Bypass Frequency

Output Voltage (line To

Neutral)

Output Current per Phase (L1,L2,L3)

Output Frequency

Output load current (%) (L1,L2,L3)

Output Load (%) Average

Output Real power (KW) (L1,L2,L3)

Output Apparent power (kVA) )

(L1,L2,L3)

Battery Current ( charge/discharge)

Battery Voltage

15 Parallel & LBL option Should be available

16 Communication

Communication ports SNMP/RS232/RS485

Protocols HTTP/SNMP/Mod-bus

17 Dimensions of UPS panels

Width (in mm) Specify

Depth (in mm) Specify

Height (in mm) Specify

18TVSS (Transient Voltage Surge

Suppressor)

All Modes Protection (L-L, L-N, L-G, N-G)

Surge Current Capacity 200KA

Fault Current rating 200Ka/C

Connection Type Parallel

Response Time <0.5NanoSec

88

Page 89: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

Status Indication LEDs and Dry Contacts

Protection Level < 0.8 kV

EMI /RFI Attenuation 45db Typical

Certifications UL1449

19 CredentialsThe Manufacturer should have ISO

9001 and 14001 Certificates

89

Page 90: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

10. Server Farm Power Distribution

The server farm power distribution shall consist of cabling of appropriate sizing from the Datacenter LT panel to the Server farm area, Packaged Power Distribution units and Cabling from power distribution unit to the racks.

The Power distribution shall be redundant and concurrently maintainable meeting Uptime Institute Tier III guidelines.

10.1 Power Distribution Units

Packaged Power Distribution Unit shall be ofsuitable capacity to with conditioning, distribution, monitoring & control in a single unit.

The PDU should integrate the following features: Shunt trip main input breaker Isolation Transformer Computer Grade grounding EPO Controls Flexible output distribution Comprehensive Monitoring

The PDU shall provide monitoring of the following parameters: Input and Output voltahes Input and Output Voltages; Output, Neutral and Ground Currents; Output Voltage THD; Output Current THD; kVA; kW; kWH; Percent Load; Power Factor and Frequency.

The PDU shall provide monitoring of the above parameters for each output feeder and integrate with BMS/DCIM.

Technical Requirement of PDU

Sl No

Description Specifications

1 Capacity 225 KVA2 Input Supply

Input Mains Voltage 380/400/415V acIn put Supply 3 Phase 3 wire plus ground In put Voltage Tolerance 415Vac +/-10%In put frequency 50HZ +/- 5%

3 Output Voltage Output Supply Three Phase /Single Phase Rated Output Voltage 380/400/415 or 220/230/240Efficiency Above 96%

4 Isolation Transformer Configuration Three Phase, Delta/Star Insulation Class- HK-Factors K13

90

Page 91: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

Voltage Adjustment +/-2.5% by selecting Taps on PrimaryVoltage Regulation 2-4% for 100% Change in currentTransformer Input/Output MCCB Must be provided

5 Output FeedersOut Put feeder MCBs rating 63A-2P-MCB: 48Nos

No of Output feeders 48Nos6 Monitoring parameters from LCD

High visibility LCD must be in built at least 4 x 20 –Characters

Must be provided

Input Volts, L-L, Each Phase RequiredOutput Volts, L-L & L-N, Each Phase RequiredOutput Voltage THD, Each Phase RequiredOutput Current, Each Phase, N & G RequiredOutput Current THD, Each Phase RequiredOutput Current Crest Factor, Each Phase

Required

Output kVA, kW, PF, & % Load RequiredOutput frequency RequiredOutput K-Factor, Each Phase Required

7 Alarm ConditionsOutput Over & Under voltage RequiredOutput overload RequiredOutput Over Current RequiredNeutral Over Current RequiredGround Over Current RequiredOutput Voltage Distortion (THD) high RequiredFrequency Deviation RequiredPhase Sequence Error & Phase Loss Required

8 CommunicationLocal EPO Must be providedNO & NC remote EPO Must be providedBuilt-in RS232 service port Must be providedOperational SNMP/NIC Must be provided

9 Environmental characteristics Operating temperature 0-40degCRelative Humidity <90% at31degC

10 Protection Grade IP2011 TVSS (Transient Voltage Surge

Suppressors)All Modes Protection L-L,L-N,L-GSurge Current Capacity 50KAFault Current rating 14kA/CConnection Type ParallelResponse Time <0.5NanoSecStatus Indication LEDs and Dry ContactsEMI /RFI Attenuation 40db Typical

12 CredentialsThe Manufacturer should have ISO 9001 and 14001 Certificates

91

Page 92: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

10.2 Cabling between PDU and Rack Supply, installation and commissioning of overhead cabling of suitable rating for UPS power

distribution in the server farm..

Two independent cables are required for redundancy. The redundant cabling shall be

distributedin such a manner to ensure concurrent maintainability.

The Cables shall be terminated in a power distribution unit other side thru Mobile socket of

32A/63A Amps as per Rack density requirements. At least one feed of 3 Ph, 4 wire supply is

required per row at the center of Rack

The cables used should be of FRLS type and should be dressed properly in overhead tray of

suitable size and loading capacity.

10.3 Power distribution for HVAC systems Dedicated and redundant power distribution panels are required to be deployed for HVAC

Systems (for precision and comfort) with Manual Change over arrangement for each PAC

separately next to PAC.

Each of the Precision AC system should be dual powered from two different distribution

panels. In case of dual power supply options not available, a static transfer switch of

appropriate rating shall be used..

The electrical grounding and protection for HVAC equipment shall be done as per applicable

Industry standards and best practices.

The power cables for the in row cooling units shall be taken under the false floor.

92

Page 93: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

11. Lighting

SCOPESCOPE

Design, manufacture, shop assembly and testing, supply, delivery, erection, and

commissioning of lighting system for all rooms of data centre, corridor, stair-case and toilets

This also includes supply, erection and commissioning of all associated parts and

accessories required for construction, operation and maintenance of complete system

comprising of lighting fixtures complete with lamps, supports and accessories, ceiling fans

complete with regulators and accessories, exhaust fans, lighting panels, lighting poles

complete with distribution boxes, galvanized rigid steel conduits, lighting wires, G.I.

earthwire, receptacles, switchboards, switches, junction boxes, pull out boxes complete with

accessories, power cables, conduits, and allied accessories for such lighting system.

There shall be provision for emergency lighting system in strategic locations including

staircase, corridors, server rooms, UPS room, LT switchgear room etc so that the operating

personnel can safely find their way even during emergency of a total AC failure. These lights

will be normally ‘OFF’ and will be switched ‘ON’ automatically when under voltage or total

AC failure occurs in the main AC system.

STANDARDSSTANDARDS

The equipments and materials to be furnished under this specification shall be designed,

manufactured and tested in accordance with the latest revision of relevant Indian

Standards, IS : 3646.

The electrical installations shall meet the requirement of Indian Electricity Act - 2003.

DESIGN CRITERIADESIGN CRITERIA

There shall be main lighting system for full illumination under normal AC supply condition.

There shall be an emergency lighting system for all important places during total failure

of AC supply.

The main lighting system shall operate through two separate Lighting Distribution

Boards (LDB) which shall receive power from the L.T AC Utility switchboard installed at the

electrical or any other room.

The LDB shall be designed for operation in a 400 V, 3 phase, 4 wire, 50 Hz. Neutral

grounded system with a fault level of 15 KA at 400 V. The emergency lighting system

operating from 220 V +/- 10% DC system shall be automatically placed into service in the

event of loss of AC main supply.

The following illumination level has to be maintained at 1000mm height from finished floor

level for each area:

Server Room - 500Lux93

Page 94: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

Network and Telco Room - 300Lux

Staging Room - 300 Lux

NOC Room. Support Room, UPS, BMS - 300 Lux

Other areas - 300 Lux

Server room illumination system should be automatic type based on the movement sensors.

LIGHTING FIXTURELIGHTING FIXTURE

The lighting fixtures shall be designed for use in 230 +/- 10% V, 50Hz, AC system.

The emergency lighting fixtures shall be designed for use in 220 V +/10% (or other

suitable level) DC system.

Temperature rise of different components shallbe limited to the specified value as per

relevant standard over an ambient temperature of 30 degree C. All equipments and

accessories shall be suitable for continuous operation.

All lighting fixtures complete with lamps, tubes and accessories shall be within the

scope of the bidder.

Light fittings shall be so arranged that the required lux values specified are maintained

uniformly, with supply of required fixtures and supports.

LAMPSLAMPS

The luminaries will be selected to suit architectural, functional and aesthetic requirement.

For Datacenter functional areas 4x18w or 2x36w fluorescent fixtures and for other areas

energy saving fluorescent lamps and high efficiency lamps will be used.

Common areas will be provided with 1 x11w or 1x18w CFL lamps, decorative light fixture

both surface mounted & recess mounted shall be mirror optic low glare type with ‘V’ shaped

double parabolic cross louver. Reflector shall be made out of high purity aluminium

scientifically designed for high optical performance.

All fluorescent tubes shall be bi-pin type and white coloured.

The distribution of fittings over the three-phase supply shall be such that any particular area

is not completely void of supply in case of failure in any phase.

All such ceiling, exhaust fans and all accessories and fittings shall be within the scope of

supply of the bidder.

LIGHTING PANELLIGHTING PANEL

No. of panels have to be provided as per design requirement for convenience of operation

access. Each panel shall be provided with one incoming 3-phase MCCB/MCB with overload

thermal element and outgoing feeders through double pole/ triple pole switch fuse units.

The Panel shall be located in the LT Panel room in the Datacenter

Fuse shall be HRC type complete with fittings and shall be so designed as to permit

easy 94

Page 95: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

replacement of the fuses.

The bus bars, MCBs and switch fuse units shall be of suitable continuous ratting and short

time rating depending on full fault level..

The panel shall be fabricated from a minimum of 14 SWG sheet steel, and shall be dust

proof, galvanised with front hinged door having locking arrangement.

The panel shall be constructed so as to permit making terminal connection by opening

the hinged door in the front.

Incoming and outgoing feeders shall be connected from the bottom/top of the panels. The

panels shall be suitable for structural mounting as well as floor mounting.

Each panel shall be identified at the front with suitable designation plate.

Each panel shall have a CAUTION notice on it. The circuit diagram shall be fixed on inside

the door.

Each panel shall have provision of two separate and distinct ground terminals each for

connections with Cu flat of suitable size.

RECEPTACLE WITH PLUG RECEPTACLE WITH PLUG

All receptacle shall be of flush mounting type complete with individual plug and

switches. The receptacle shall be 15A/230V, 2-Pole, 3-Pin type with 3rd pin grounded

and suitable for indoor and outdoor installation.

SWITCH AND SWITCHBOARDSWITCH AND SWITCHBOARD

All switchboard/boxes shall be fabricated from 14 SWG sheet steel and shall be hot dip

galvanised.

All switchboard shall have adequate space to accommodate all accessories and

wires.

All switches shall have quick make and quick break mechanism. Small duty switches shall

be piano type with service marking on the switches.

CABLES CABLES

All lighting cables shall be 1.1 KV graded PVC insulated with stranded Aluminium

conductor. Multicore cables shall have extruded PVC inner sheath, single run GI wires

armouring and overall extruded PVC outer sheath. Entry of the cables shall be through

suitable and appropriate cable sockets and glands.

Final casing wiring / cable routing shall be done based on fixture location and other site

conditions.

The size and number of cores of all the cables shall be determined as per scheme

requirement keeping provision of 20% spare cores. The size of cables shall be supported by

cable-sizing calculation.

95

Page 96: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

Cable size shall be such that the voltage drop between the current consuming devices and

supply distribution board shall not exceed 3% of supply voltage when entire illumination

system is in operation.

All cables used in the Datacenter shall be Fire Retardent, Low Smoke, Zero Halogen (LSZH)

type

Cable shall be standard product of reputed manufacturer and shall conform to relevant

Indian Standards.

JUNCTION BOXJUNCTION BOX

The Junction Box shall be of 14 SWG sheet steel with hot dip galvanized and have

screwed cover. The junction boxes shall be square/rectangular type. Each junction box

shall have the following marking with indelible ink :

i) Circuit numbers on the top.

ii) Circuit numbers with ferrule (inside).

iii) Danger sign in case of 400 V junction box.

TERMINALSTERMINALS

Multi-way terminal block of Elmex make 1100V grade and of approved type complete with

screw, nuts, washer and marking strip shall be furnished for termination of incoming

and outgoing wires. Each terminal shall be used for only one termination.

20% spare terminal blocks shall be provided for future use.

GROUNDINGGROUNDING

All lighting panels/distribution boards, junction boxes, switchboard, fixtures etc. shall be

grounded in compliance with the provision of IE Rules.

TESTING AND COMMISSIONINGTESTING AND COMMISSIONING

All tests as required for successful commissioning of the system shall be carried out by the

Contractor at site in presence of engineers/consultants of RailTel

96

Page 97: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

12. Cable Trays and ducting

All electrical cabling inside the datacenter area shall be done using corrosion resistant

metal cable trays of appropriate size and weight carrying capacity.

The overhead cable trays shall be appropriately fixed to the ceiling using anchor fasteners

The cable trays sizing shall be done such that there shall be at least 30% spare capacity

for future use

All cable trays shall be earthed as per standards. Earthing continuity shall be provided at

cable tray joints.

The fixing of underground and overhead cable trays shall be as per industry best practices

and shall be approved by RailTel.

The bidder shall submit the proposed design, layout drawings and BOQ of cable ducting.

97

Page 98: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

13. Datacenter Earthing

SCOPESCOPEThe scope of work is inclusive of but not limited to the following:

i) Design and engineering of earthing system and supply, delivery, installation, testing

and successful commissioning as per the drawings and BOQ.

ii) Beside connections of different risers below and above ground up to equipments and

different structures and other important installations are also within the scope of bidder.

iii) Special treatment in Earth pit other than charcoal and salt, if necessary, shall be

adopted to ensure good earthing.

iv) Besides electrical installations, Earthing System for RF earthing for UPS and the

earthing of servers are also included in this scope. Reference earthing for false flooring

pedestals are also included with thin scope of work.

STANDARD STANDARD Proper grounding of data center equipment, often called network grounding or the data

center grounding infrastructure, is defined by TIA/EIA-942 Telecommunications

Infrastructure Standard for Data Centers, and goes beyond the requirements of the

National Electrical Code (NEC) to protect equipment and improve system reliability. The

bidder shall follow both TIA and NEC; however whenever NEC does not cover any aspect

or there is difference between the two, TIA/EIA-942 would prevail.

IEEE Std 1100 ™ -2005 (IEEE recommended Practice of Powering Grounding shall also

be acceptable. Earthing schematic to be submitted along with electrical SLD with detailed

should be mentioned of conductors.

DESIGN CRITERIA DESIGN CRITERIA The two goals of the grounding system are (1) to equalize electrical potentials and (2) to

create a low resistance path to ground to ensure equipment safety and personnel safety. It

should facilitate proper operation of protection system during earth fault in the system. Five

basic principles shall be used when designing a grounding system to accomplish these

goals:

i) Careful planning must be given to network. As the grounding system is no more

reliable than its weakest link, only high-quality components can be used and trained

professionals must make all connections.

ii) The grounding system shall be visually verifiable so as to be able to visually inspect

degradation of any component of the grounding system, from the equipment to the

rack, to the common bonding network (CBN), to the earth. The system shall be

98

Page 99: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

accessible during moves, adds, and changes (MACs), ensuring long-term system

reliability and scalability.

iii) The grounding system shall be adequately sized to prevent premature equipment

failure that contributes to increased operating costs.

iv) The grounding system shall make each rack to bond directly to the CBN, thereby

directing current away from sensitive electronics. (For instance, a common error is to

daisy-chain racks together. During a surge event, the entire row of daisy-chained

racks becomes energized with stray current, potentially resulting in additional

damaged equipment).

v) All metallic components in the data centre e.g., equipment, racks, cabinets, ladder

racks, enclosures, and cable trays shall be bonded to the grounding system to ensure

all conductive materials at the same electrical potential to minimize current flow.

Installation CriteriaInstallation Criteriai) The bidder shall, however, is liable for proper quantification for the work.

ii) The design shall ensure that the ground resistance shall be within the limit. The

composite of all ground electrodes connected together at a single point must have an

impedance of less than 2 ohms to ground. If this impedance exceeds 2 ohms, then

additional, driven ground rods or a chemically assisted grounding electrode must be

added to reduce this value to below 5 ohms.

iii) Standby Generator or UPS system are considered to be separately derived systems

(by the definition in NEC Article 100.I) and, therefore, must be separately grounded in

accordance with NEC Article 250-30.

iv) Methods for attaining low impedance to ground for data processing grounding

electrode may include:

An array of grounding electrodes spaced at least 10 ft apart

A buried ground loop with multiple ground rods

Chemically enhanced grounding electrodes

Ufer grounds or other types of grounding systems.

v) Once the grounding electrode has been established (location, low impedance,

minimum length, configuration, etc.), all electrical distribution components associated

with the data center should be connected to a central ground bus. This ground bus is

an insulated, isolated ground bus and is intended for a signal reference ground—not

an equipment, safety ground. It will be connected to the isolated ground bus in the

UPS, the PDUs, the branch circuit panels, and the isolated ground conductors going to

the individual server racks. This bus will be completely isolated within the data center

room from the green-insulated or bare, safety-grounding conductor that is connected

to the conduit, boxes, panel board cabinets, server rack frames, UPS enclosures,

99

Page 100: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

generator frames, and the like. It is critical to the data center grounding system's

integrity that there are no connections between these two systems within the data

center and, in fact, no connections anywhere—with the exception of a single bonding

jumper specifically located to minimize the interactions between the electrical

distribution system and the data center ground system.

vi) Thus by providing two separate low-impedance grounding electrodes (one for the

main electrical service and one for the sensitive electronic system), and connecting

them with the smallest bonding conductor permitted by the NEC (i.e., the conductor

with the highest impedance), a reliable, low-noise, low-impedance, virtually isolated,

signal reference ground for electronic systems.

vii) Apart from the two types of grounding system mentioned above one more type of

earthing, named Signal reference earthing, needs to be implemented with braided

copper wire tied with false floor pedestal. It will eventually create a mess system the

level of which will be in between power and data cable trays.

viii) Because most racks and cabinets are made of painted components that are bolted

together, there remains uncertainty about electrical continuity from one rack

component to the next. In the data center, rack and cabinet continuity is important for

safety; electrostatic discharge (ESD) protection; and the proper grounding of switches,

servers, and power strips. Continuity may not exist if the installer fails to scrape paint

between sections of rack or use specially designed paint-piercing hardware.

ix) To avoid loosening of grounding connectors over time, permanent copper

compression lugs shall be used instead of setscrews to fasten conductor.

x) Failing to create an electrical bond between the structural components of racks and

cabinets, can trap currents within sections of them, resulting in potential safety

hazards, failure of ESD protection, and ungrounded equipment. So Components,

such as hardware and jumper cables, that are tested for their ability to create electrical

bonds and carry current.

TEST TEST All tests as required for successful commissioning of the system shall be carried out by the

contractor at site.

UPS Power points for workstationsUPS Power points for workstations 3 individually controlled UPS Power points (5A) shall be provided for each workstation location

as per the drawing

The power points shall be provided in the furniture and the location shall be approved by

RailTel

The power distribution design for workstation outlets shall be in accordance with the drawings.

100

Page 101: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

14. Datacenter Cooling Solution

14.1 Precision Cooling System

Precision COOLING SYSTEMS shall be designed to suit the site condition and the load density

requirements as below:

Floor discharge cooling units for low density racks

The Precision Air conditioner shall be high sensible cooling capacity and high SHR minimum 95%

(i.e. the sensible to total cooling capacity ratio). Low running costs, achieved by means of

sophisticated design, latest& Proven Technology, combined with an accurate selection of the

components.

Precision AC Indoor units shall be placed inside the Equipment room only. Hence the Footprint

area of the Unit is extremely important to accommodate the same inside the existing Equipment

Room. The unit shall require front access only for routine service and installation work.

The Cooling Units shall be designed at N+1 configuration in which minimum 25% standby units

shall be Provided.

PAC units should be designed based on 22±1 ºC Cold Aisle Temperature and RH : 40% to 60% at

45 ºC outside temperature.

Cabinet ConstructionCabinet ConstructionThe unit construction shall be enabled to access all the main components of the machine from the

front for installation purposes and routine servicing. With this feature, the machines can be

installed side by side, or in between cabinets for other technical applications. Outside panels shall

be coated with grey epoxy-polyester paint, which guarantees the long-term durability of their

original features. The panels should be double skinned lined on the inside with heat and sound-

proofing PU insulation of adequate thickness with Nitrile rubber lining.

Fans Fans Aluminum single-inlet centrifugal fans with backward curved blades with a low moment of inertia

and innovative vane profile shall be provided. The directly-coupled electric motor is of the three-

phase offering the opportunity for speed adjustment by means of an auto-transformer and

complete with thermal protection inside the electric motor winding. Using this type of fan with a

highly-reactive fan wheel instead of the one with forward curved blades enables you to reach

higher useful static pressures (up to 350 Pa) AS A STANDARD FEATURE. Standard forward

curved blower with traditional Belt driven motor arrangement not acceptable.

The FAN motors shall be Electronically Commutative (EC) type.

Evaporator Coil Evaporator Coil Heat exchanger (evaporator coil) shall be designed with an ample front surface area in order to

ensure a low air flow velocity through the exchanger so as to prevent the entrainment of droplets

101

Page 102: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

of condensation, reduce the air's load losses and ensure a more efficient heat exchange during

both the cooling and the dehumidifying processes.

The exchanger is composed of copper tubes mechanically expanded on aluminium fins, complete

with a hydrophilic treatment to reduce the surface tension between the water and the metal

surface, thus favoring film-wise condensation.

The exchanger is situated upstream from the fans to ensure unhindered air distribution and is

complete with a stainless steel condensate tray with a flexible conduit for its drainage and an

incorporated trap.

FiltrationFiltrationAir filters of box type, made of self-extinguishing, artificial-fiber cellular material. The frame

containing the filter material is made of metal. Low airflow and clogged filter alarm sensors

consisting of two pressure switches for controlling the operating conditions of the fans and the

build-up of dirt on the air filters inside the unit.

CompressorCompressorLatest-generation hermetic scroll compressors characterized by a high COP (coefficient of

performance) and consequently also a high energy efficiency. Each unit should be having

minimum 2 nos. of compressor for high reliability.

The compressor shall be scroll type and support capacity modulation using a suitable technology

(E.g. Inverter or Digital scroll or equivalent technologies). The bidders shall provide the technical

details of the capacity modulation technique employed in the products offered by them.

Refrigerating CircuitsRefrigerating CircuitsEach circuit should be composed of as standard, a fluid intake complete with a rotalock on-off

cock and safety valve, a dehydrating filter and flow sensor. The former enables the refrigerating

circuit to be kept free of humidity (thus increasing the life of all the circuit's components), while the

latter enables a rapid check on whether the system is charged with refrigerant correctly and

whether it contains any humidity.

There should be minimum two independent refrigerant circuits operating to achieve good

efficiency at part load conditions.

Suitable expansion valve to adjust the flow of refrigerant fluid through the evaporator, controlling

the real evaporator superheating in relation to variations in the ambient conditions in the room

being air-conditioned & improving in this way precision of cooling and the energy efficiency of the

cooling cycle.

Liquid receiver with safety plug shall be installed inside the unit.

Remote air-cooled condenser Remote air-cooled condenser These condensers are characterized by a dual-circuit exchanger with aluminum finned copper

tubes, complete with low-speed axial-flow fans to reduce the sound pressure level. The frame is

102

Page 103: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

made of embossed aluminium with excellent weather-resistant characteristics. The remote

condenser is complete with an electric power and control board, fully wired and tested at the

factory. Condensers shall be suitable for 24 hours operation and be capable of providing vertical

or horizontal discharge.

Condenser fan shall be provided with Fan speed controller working based on condensing pressure

and should control speed according varying ambient conditions.

Electrical HeatingElectrical HeatingElectric heating with aluminium-finned heating elements complete with safety thermostat. It shall

have arrangement for manual resetting to cut off the power supply and trigger the alarm in the

event of overheating. Due to the low surface temperature of the heating elements, the air

ionization effects are also limited. This heating system serves a dual purpose:

- Heating the air in order to reach and maintain the set point;

- Reheating in the dehumidifying phase, so as to restore the air temperature to the

set point.

As a result, the installed heating capacity is sufficient to maintain the dry bulb temperature in the

room during operation in dehumidifier mode.

Humidifier Humidifier Immersed-electrode or Infrared humidifier for modulating sterile steam production should be

provided with the automatic regulation of the concentration of salts in the boiler to allow for the use

of untreated water. Proportional control of the humidifier's operation (achieved by controlling the

electric current allowed to pass through the cylinder's electrodes) and the periodic flushing cycle

(controlled by continuously monitoring the water's conductivity) guarantee a perfect efficiency of

the system, a low energy consumption and a greater durability of the components.

Switch BoardSwitch BoardSwitchboard shall be situated in a compartment separated from the air flow and made in

compliance with the directive 73/23/EEC and related standards. The main characteristics are 24V

AC low-voltage secondary circuit with isolation transformer, plastic insulating screen for protection

from live components, general isolator with mechanical interlock, thermo magnetic circuit-breakers

for protection, terminal board for no-voltage signal and control contacts. All the units must undergo

a safety test cycle to check the continuity of the protection circuit and the insulation resistance,

and a voltage (dielectric strength) test.

Microprocessor control systemMicroprocessor control systemThe control panel/user terminal shall be microprocessor-based system shall provide the following

features:

103

Page 104: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

It should be fitted with a backlit LCD display and keys to move between and change

parameters. It can be situated on board the machine or, on request, with a kit for wall

mounting for the remote control of the unit. By means of the user terminal, you can set

the air-conditioner's operating parameters, monitor the trend of the main working

parameters and read any alarm messages.

By means of the user terminal, it should be possible to set the air-conditioner's operating

parameters, monitor the trend of the main working parameters and read any alarm

messages

a)        Modes of operation (cooling, heating, humidification, de-humidification)

b)        Displays of actual temperature and actual Relative Humidity.

c)        Date, time and unit identification display.

d)        System component Auto / Manual status display on the controller screen.

The following alarms shall be available:

a)        Visual system alarm indication (along with mutable audio alarm as well).

b)        Alarm display menu (incorporating various system alarms like temperature high

/low, humidity high / low, Compressor HP/LP, Wet floor and loss of air flow

c) The unit should show the settings & operating parameters of the other units

d)         Programmable services interval indication display / alarm.

e) Displays the units are switched off by supervision system, thru timer, by inversion

Cycle, switched off by fire/smoke, switched ff by flooding

The unit shall also incorporate the following protections:

a) High pressure trip- Manual reset for each compressor

b) Low pressure trip- Manual reset for each compressor.

c) Single phasing preventers.

d) Reverse phasing

e) Phase unbalancing

f) Phase failure

g) Overload tripping (MPCB) of all components

Safety Interlocks: Operation of heaters & humidifiers shall be possible only when blower

fan is in operation. Fire detection signal from fire detector system shall be able to switch

off the package unit operation in event of fire in conditioned space.

Summary of features required for the Microprocessor control:

Microprocessor Controls

Following information shall be available on the display on the units:

104

Page 105: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

a. Room temperature and humidity

b. Supply fan working status

c. Compressor working status.

d. Electric heaters working status.

e. Manual / Auto unit status.

f. Temperature set point.

g. Humidity set point.

h. Working hours of main component i.e. Compressor, fan, heater, humidifier.

i. Unit working hours.

j. Current date and time.

k. Type of alarm (with automatic reset or block)

l. The last 100 intervened alarms.

The Microprocessor shall be able to perform following functions:

a. Testing of the working of display system.

b. Password for unit calibration values modification.

c. Automatic reset of program.

d. Cooling capacity control.

e. Compressor starting timer.

f. Humidifier capacity limitation.

g. Date & time of last intervened alarm.

h. Wrong password alarm.

i. Start / Stop status storage

Following alarms shall be displayed on screen of microprocessor unit:

a. Airflow loss.

b. Compressor low pressure.

c. Compressor high pressure.

d. High / low room temperature.

e. High / low room humidity.

f. Filter Clogged alarm

Sequencing: The units should have sequencing as an inbuilt feature. The units shall be designed

to work for equal no of run hours also incase of fault the stand by unit should Start. The units

should have weekly programmer.

The microprocessor control system can be supplied with the following optional cards:

105

Page 106: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

RS485 serial adapter for data transfer to a central supervisor system with STD protocol or

MODBUS protocol

REFRIGERANT PIPINGREFRIGERANT PIPINGEach refrigerant circuit shall be suitable for operation on R-407C and shall include the following items:

a) Expansion valve with pressure equalization;b) Removable liquid line drier / filter.c) Liquid line sight glass with moisture indicator.d) Hand shut off valves.

106

Page 107: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

14.2 AISLE CONTAINMENT

GeneralGeneral The Cold Aisle containment should be constructed between two symmetrical rows of

racks facing each other in Cold Aisle.

The Cold Aisle containment should be modular to enable to add the racks.

All the components used in the Aisle containment shall be 120 minutes fire rated.

Entry Doors of ContainmentEntry Doors of Containment Entry and Exit Doors of the Cold Aisle should have Swing type mechanism

Each door should have CRCA frame with fire rated glass of 4 mm thick

The frame of door should have 4 vertical MS Columns of rectangular section with thickness

of 1.5mm

4 columns should be grouted to real floor or can be fixed to the base frame of rack

Vertical columns should be connected to each other with help of Cross members. These

Cross members should be length of Cold Aisle width

The Doors must have a Steel Picture Frame fabricated in 1.2mm thick CRCA sheet as per

“IS 513 Grade D” standards

The Glass doors should be mounted on the frame to provide 120° door opening

PU Foam Gasket should used across the metal edges of the door to prevent any leakage

on cold air

The doors should have automatic door closers installed to ensure that those are closed

Polyamide Cable Brushes should be fitted at the bottom of doors to avoid leakage of cold

air when doors are closed.

Top PanelsTop Panels Top of the cold aisle should be covered with either fire rated Glass or Polycarbonate

panels

Top Panels are fixed in CRCA frame per “IS 513 Grade D” with thickness of 1.2 mm

The Glass/ Polycarbonate in the top Panels are of 4 mm thick

Top Panel must be tool less installation to offer quick access to area above the contained

aisle during the maintenance activity

Top Panel must have opening for Smoke Sensor/ FM System wherever necessary Powder

Coating

The Powder coating complies with ROHS requirement to avoid hazardous substance

contamination in the Data Center. Pre-treatment Nano Ceramic process should be

followed.

The powder coating thickness is 80-100 Microns

107

Page 108: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

14.3 Comfort Cooling

The bidder shall provide comfort-cooling system with ductable split airconditioners for NOC

room, BMS room, L2 Support room and LT Panel Room.

The system shall be designed for maintaining room temperature of 24 degree C and

ambient temperature of 43 Degree C.

The bidder shall submit the design drawings and layouts along with the bid.

The system shall be rated for 5 star energy efficiency.

108

Page 109: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

15. Safety and Security Systems

15.1 BUILDING MANAGEMENT SYSTEM

SYSTEM DESCRIPTION & INPUT OUTPUT SUMMARYSYSTEM DESCRIPTION & INPUT OUTPUT SUMMARY

The system will consist of a flat, open architecture that utilizes high-speed communication

protocol between all controlled and controlling devices.

Microprocessor based Direct Digital Distributed Controllers (DDC) shall interface with

sensors, actuators and environmental control systems (i.e. HVAC units, chillers, pumps,

electrical & plumbing system etc.) and carry out followings functions :

a. Individual input/output point scanning, processing and control.

b. Centralized operation of the plant (remote control).

c. Dynamic graphic details of plant and building.

d. Energy Management through optimization of all connected electrical and

mechanical plants.

e. Alarm Detection and early recognition of faults.

f. Time, event and holiday scheduling as well as temporary scheduling.

g. Prevention of unauthorized or unwanted access.

h. Communication interfaces and control.

The control system shall be designed such that mechanical equipment will be able to

operate under stand-alone control. In general, the operation of any controllers on the

network shall not rely on any other controller for its functional operation. System controllers

that require a master computer will not be considered. Function specific modules may be

used to supplement the functionality resident in each controller. As such, in the event of a

network communication failure or the loss of any other controller on the communication

network, the control system shall continue to independently operate under local control of

the resident program stored in nonvolatile memory as detailed herein. In such a case, each

individual controller shall continue to perform basic functions until a network connection can

be restored.

Each standalone intelligent outstation controller shall control a maximum of One

AHU/CRAC unit and shall be located adjacent to the Units.

The number of controllers for central plant room equipments shall be decided by the

contractor with a maximum capacity limited to 24 points per controller. Overall, the system

shall be provided with 15% spare capacity, with spare of at least 15% points on each

controller.

109

Page 110: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

There shall be one control station located in BMS Room. The computer shall be sized to

cover the graphic display memory and planning information. The display shallbe in the

form of dynamic colour graphics and text format with menu driven pop-up windows and

help facility.

Reference StandardsReference Standards

Control system components shall be new and in conformance with the following applicable

standards for products specified:

ANSI/EIA 709.1 (LonTalk Protocol)

LonMark Certified (Version 3.1 Guidelines)

BacNet/IP

Modbus

UL 916 (Energy Management Equipment)

OPC

ProductsProducts

Utilize standard components for all assemblies. Custom hardware, operating system, and

utility software are not acceptable.

All products (PCU's, TDCU's and ID's) shall contain LonWorks/BacNet/Modbus networking

elements to allow ease of integration of devices from multiple vendors.

All materials, equipment and software shall be standard components, regularly

manufactured for this and other systems and custom designed for this project. All systems

and components shall be thoroughly tested.

CENTRAL STATIONS HARDWARE CENTRAL STATIONS HARDWARE

The Control stations shall comprise of Personal computers (PC) providing high-level

operator interface with the system. The terminals shall be capable of providing the

operator with the facility for remote system interrogation, control, and retrieval / storage of

logged data, annunciation of alarms and reports, analysis of recorded data and the

formatting of management reports.

The control station shall consist of the following hardware with all of them suitable for the

power supply voltage of 230 V AC ± 10% , 50 HZ + 3%.

PC with Core I7 Processor/2GB RAM/1TB Hard Disk

21” LCD Display

Suitable Dotmatrix printer for printing of Alarms

Windows 7 operating system and other required software shall be included.

110

Page 111: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

CENTRAL STATION SOFTWARECENTRAL STATION SOFTWARE

A. Command & Operating Software

1. As a minimum, the menu driven command and operating software shall permit

the operator to perform the following tasks with a minimum knowledge of the

HVAC Control System provided and basic computing skills.

i. Configure the network.

ii. Create control sequences.

iii. Graphical interface to systems.

2. Provide additional third party software to permit the operator to manage hard

drive files such as access, delete, copy, modify, etc. The package shall be

object oriented and permit the user to manage directories upon boot-up. The

file management software shall organize directories and sub-directories using

files, file folder objects.

3. On-Line Help. Provide a context sensitive, on-line help system to assist the

operator in operation and editing of the system. On-line help shall be available

for all applications and shall provide the relevant data for that particular screen.

Additional help information shall be available through the use of hypertext.

4. Security. Each operator shall be required to log on to that system with a user

name and password in order to view, edit, add, or delete data. System security

shall be selectable for each operator. The system supervisor shall have the

ability to set passwords and security levels for all other operators. Each

operator password shall be able to restrict the operator’s access for viewing

and/or changing each system application, full screen editor, and object. Each

operator shall automatically be logged off of the system if no keyboard or

mouse activity is detected. This auto log-off time shall be set per operator

password. All system security data shall be stored in an encrypted format.

5. System Diagnostics. The system shall automatically monitor the operation of all

HVAC control workstations, printers, modems, network connections, and nodes.

The failure of these devices shall be annunciated to the operator.

6. Reports and Logs. Provide a reporting package that allows the operator to

select, modify, or create reports. Each report shall be definable as to data

content, format, interval, and date. Report data shall be archived on the hard

disk for historical reporting. Provide the ability for the operator to obtain real

time logs of designated lists of objects. Reports and logs shall be stored on the

PC hard disk in a format that is readily accessible by other standard software

applications including spreadsheets and word processing. Reports and logs

111

Page 112: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

shall be readily printed to the system printer. Data shall be able to transferable

to other software packages so as to create custom reports.

7. Web Browser Access: The DDC system shall provide total integration of the

facility infrastructure systems with user access to all system data, either locally

over a secure Intranet within the building or by remote access by a standard

Web Browser over the Internet.

B. Graphical Object-Oriented Programming Software

1. The system shall include a graphical object-oriented programming function

which shall be used to create all control sequences utilized in programmable

nodes (PN). The graphical object-oriented programming function shall provide

programming elements to be connected together to create a logic diagram. The

graphical object-oriented programming function shall include elements for

mathematical, logical, timing, setpoint, display and input/output functions to

create logic diagrams that represent sequences of operation for PNs.

2. Program elements shall be able to be combined into a custom template that can

then be used as a standard function.

3. Program checkout and debug tools shall include display of real-time and/or

simulated system variables and inter-object data on the programming screens.

The user shall be able to assign fixed or variable values to inputs during the

dynamic debugging of the control sequence.

4. The graphical programming tools shall provide the ability to print I/O lists, lists of

standard network variables and lists of all parameters to be viewed by the HMI.

5. The programming software shall reside on each POT and OW server for

programming and/or configuring each model of PN on the project. The

applications shall be downloaded and executed at the appropriate nodes. The

software shall allow for updated applications via the network from the OW.

6. DDC programs are to be provided to meet the control strategies as called for in

the sequence of operation sections of these specifications. Each PN shall have

available a full library of DDC algorithms, intrinsic control operators, arithmetic,

trigonometric, logic, Proportional Control, Proportional plus Integral (PI),

Proportional plus Integral plus Derivative (PID), and relational operators for

implementation of control sequences. 2-POSITION, FLOATING, STANDARD

I/O AND COUNTER INPUTS, TIME BASED DATA, CURVE FIT FUNCTION,

PSYCHOMETRIC FUNCTIONS, INTEGRATION.

112

Page 113: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

7. All DDC setpoints, gains, and time constants associated with DDC programs

shall be available to the operator for display and modification via the POT, DDU

or OW interface.

C. Library of Applications: A library of control, application, and graphic objects shall be

provided to enable the creation of applications and user interface screens. Provide the

capability to cut & paste objects and libraries into applications for a node/system.

Applications are to be created by selecting the desired control objects from the library,

dragging or pasting them on the screen, and linking them together, using a built-in

graphical connection tool. Completed applications may be stored in the library for future

use. Graphical User Interface screens shall be created in the same fashion. Data for the

user displays is obtained by graphically linking the user display objects to the application

objects to provide “real-time” data updates. Any real-time data value or object property

may be connected to display its current value on a user display. Systems requiring

separate software tools or processes to create applications and user interface display shall

not be acceptable.

D. Provide integral trend-logging presentation in the programming screen.

E. Print capability, with page break reference tags to allow down to 8 ½”x 11” size paper

F. Off-line simulations (step function, continuous run function, simulation of external inputs)

G. Dynamic presentation of logic in on-line state (all intermediate values)

H. Text to logic screens

I. Memory monitoring

J. Power cycle restart function

K. Run-time capability

L. Calculator objects, (basic stuff), including if-then-else, log, ln, exp, and trig functions.

M. Recognize standard network variable type data (nvi) and create network variables to put

on the network (nvo)

N. Programming Objects

1. Provide the capability to copy objects from the supplied libraries, or from a user-

defined library to the user’s application. Objects shall be linked by a graphical

linking scheme by dragging a link from one object to another. Object links will

support one-to-one, many-to-one, or one-to-many relationships. Linked objects

shall maintain their connections to other objects, regardless of where they are

positioned on the page and shall show link identification for links to objects on

other pages for easy identification.

113

Page 114: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

2. Configuration of each object will be done through the object’s property sheet

using fill-in the blank fields, list boxes, and selection buttons. Use of custom

programming, scripting language, or a manufacturer-specific procedural

language for configuration will not be accepted.

3. The software shall provide the ability to view the logic in a monitor mode. When

on-line, the monitor mode shall provide the ability to view the logic in real time

for easy diagnosis of the logic execution. When off-line (debug), the monitor

mode shall allow the user to set values to inputs and monitor the logic for

diagnosing execution before it is applied to the system (step function and run

mode, integral trend logging).

4. The system shall support object duplication within the Owner’s database. An

application, once configured, can be copied and pasted for easy re-use and

duplication. All links, other than to the hardware, shall be maintained during

duplication.

O. Object Libraries

1. A standard library of object function blocks shall be included for development

and setup of application logic, user interface displays, system services, and

communication networks.

2. The function blocks in this library shall be capable of being copied and pasted

into the user’s database and shall be organized according to their function. In

addition, the user shall have the capability to group objects created in their

application and store the new instances of these objects in a user-defined

library.

3. Start-Stop Time Optimization Object. Provide a start-stop time optimization

object to provide the capability of starting equipment just early enough to bring

space conditions to desired conditions by the scheduled occupancy time. Also,

allow equipment to be stopped before the scheduled un-occupancy time just far

enough ahead to take advantage of the building’s “flywheel” effect for energy

savings. Provide automatic tuning of all start / stop time object properties

based on the previous day’s performance.

P. Application Specific Node Configuration software Tools: Provide application specific node

configuration software tools that will permit the individual network nodes to be configured

and commissioned with appropriate parameters. This software will reside on the POT.

Functionality shall include:

114

Page 115: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

1. Recognize all Standard Configuration Parameters (SCPTs)

2. Provide capability for setting all Standard Configuration Parameters (SCPTs)

3. Translation capability for user defined configuration parameters

4. Monitoring capability for nvo’s from the nodes

5. Ability to set the values for nvi’s to the nodes

Q. Network Management

Network Management Software for Windows network management software tool shall be

used to assign domain, subnet, and node addresses to nodes; configure all routers and

repeaters; define network data connections between LonWorks® /BacNet Device/Modbus

Device network variables, known as “binding;” and record binding data into node

addressing tables, and create a database of all addressing and binding information for all

nodes on the network. 

Network management shall include the following services: browse all network variables on

nodes; Attach, Detach, Manage, Add, Remove, and Replace nodes; plus transmission

error off-line, on-line reporting.

The network management database shall be resident in the operator workstation server,

ensuring that anyone with proper user name/password authorization has access to the

network management database at all times. 

The software shall have Client/server capability to allow multiple users ability to manipulate

the database simultaneously.

R. Human-Machine Interface - Operator Workstation Software (OWS)

1. The HMI shall be a client/server architecture to allow multiple client access to

an Ethernet connected server. The workstation shall operate also as a stand-

alone workstation/server.

2. The software shall enable an operator to interact with various devices including

network nodes(Lonwork/Modbus/BacNet), recorders, input/output (I/O)

systems, intelligent transmitters, and other field devices.

3. It shall provide the following functions:

i. Calendar.

ii. Scheduling.

iii. Trending.

iv. Alarm monitoring and routing.

115

Page 116: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

v. Time synchronization.

vi. Time zone handling

vii. Integration of controller data

viii. Object linking and embedding for process control (OPC) for connectivity to

third party OPC compliant software/devices

ix. Color graphic display

x. On-line plots

xi. Use Microsoft NT security

xii. System documentation generation

xiii. Dynamic data exchange (DDE)

xiv. Dispatch of a single time schedule to all programmable nodes

4. System Configuration. At a minimum, the HMI shall permit the operator to

perform the following tasks, with proper password access:

i. Create, delete, upload, or modify control strategies.

ii. Add/delete objects to the system.

iii. Tune control loops through the adjustment of control loop parameters.

iv. Enable or disable systems

v. Generate text file reports to a networked printer.

vi. Select points to be alarmable and define the alarm state.

vii. Configure alarms to be sent to Microsoft windows mail client

viii. Select points to be trended over a period of time and initiate the recording of

values automatically.

ix. Provide different levels of security to every object in the HMI database

x. Modify and create users with passwords and access levels and also be able

to use currently logged on users and passwords

5. Event Alarm Notification and Actions

i. The HMI software shall provide alarm recognition, storage, routing,

management, and analysis.

ii. The HMI software shall be able to route any alarm condition to any defined

user location whether connected to a local network or remote via dial-up,

telephone connection, or wide-area network.

iii. Alarm generation shall be selectable for annunciation type and

acknowledgement requirements including, but not limited to:

a. To alarm.

116

Page 117: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

b. Return to normal.

c. To fault.

iv. Provide for the creation of alarm classes for the purpose of routing types

and or classes of alarms, i.e.: security, HVAC, Fire, etc.

v. Provide timed (schedule) routing of alarms by class, object, group, or node.

vi. Provide alarm generation from “runtime” and /or event counts for equipment

maintenance. The user shall be able to reset runtime or event count values

with appropriate password control.

vii. Control equipment and network failures shall be treated as alarms and

annunciated.

viii. Alarms shall be annunciated in any of the following manners as defined by

the user:

a. Screen message text.

b. Email of the complete alarm message to multiple recipients.

Provide the ability to route and email alarms based on:

i. Day of week.

ii. Time of day.

iii. Recipient.

c. Shot Message Service (SMS)

ix. Auto answer (at OWS) and auto dial (from node)

x. Graphic with flashing alarm object(s).

xi. Printed message, routed directly to a dedicated alarm printer.

xii. Audio messages.

xiii. The following shall be recorded by the OWS HMI software for each alarm

(at a minimum):

a. Time and date.

b. Location (building, floor, zone, office number, etc.).

c. Equipment (air handler #, accessway, etc.).

d. Acknowledge time, date, and user who issued

acknowledgement.

e. Number of occurrences

xiv. Alarm actions may be initiated by user defined programmable objects

created for that purpose.

xv. Defined users shall be given proper access to acknowledge any alarm, or

specific types or classes of alarms defined by the user.

117

Page 118: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

xvi. A log of all alarms shall be maintained by the OWS HMI and shall be

available for review by the user.

xvii. Attach a graphic screen, text notes, and/or plant status report, to each

alarm, as defined by user.

xviii. Repeat/nuisance alarms must have feature to be disabled, and a feature for

monitoring disabled alarms.

xix. The system will be provided with a dedicated alarm window or console.

This window will notify the operator of an alarm condition, and allow the

operator to view details of the alarm and acknowledge the alarm. An alarm

notification window will supercede all other windows on the desktop and

shall not be capable of being minimized or closed by the operator. This

window will notify the operator of new alarms and un-acknowledged alarms.

xx. The dedicated alarm window shall provide user selectable colors for each

different priority of alarm.

6. Data Collection and Storage Requirements

i. The OWS HMI shall have the ability to collect data for any property of any

object and store this data for future use.

ii. The data collection shall be performed by objects, resident in the node, and

if desired OWS, shall have, at a minimum, the following configurable

properties:

a. For interval logs, the object shall be configured for time of

day, day of week and the sample collection interval.

b. For deviation logs, the object shall be configured for the

deviation of a variable to a fixed value. This value, when

reached, will initiate logging of the object.

c. For all logs, provide the ability to set the maximum number of

data stores for the log and to set whether the log will stop

collecting when full, or rollover the data on a first-in, first-out

basis.

d. Each log shall have the ability to have its data cleared on a

time-based event or by a user-defined event or action.

e. All log data shall be stored in a database in the OWS HIM

and the data shall be accessed from a server (if the system is

so configured) or a standard Web Browser.

f. Systems that cannot provide log data in HTML formats at a

minimum shall not be acceptable.

118

Page 119: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

g. The OW shall have the ability to archive its log data either

locally (to itself), or remotely to a OWS server. Provide the

ability to configure the following archiving properties, at a

minimum:

i. Archive on time of day.

ii. Archive on user-defined number of data stores in the

log (buffer size).

iii. Archive when log has reached its user-defined

capacity of data stores.

iv. Provide ability to clear logs once archived.

7. Audit Log

Provide and maintain an Audit Log that tracks all activities performed on the

OWS HMI. Provide the ability to specify a buffer size for the log and the ability

to archive log based on time or when the log has reached its user-defined buffer

size. Provide the ability to archive the log locally to OWS HMI or to a server.

For each log entry, provide the following data:

i. Time and date.

ii. User ID.

iii. Change or activity: i.e., change setpoint, add or delete objects, commands,

etc.

8. Database Backup And Storage

i. The OW shall have the ability to automatically backup its database. The

database shall be backed up based on a user-defined time interval.

ii. Shall have the ability to automatically complete full or partial backups; and

have the ability to full or partial restore. Partial is defined as only items that

have changed in the database.

iii. Copies of the current database and, at the most recently saved database

shall be stored in the OW. The age of the most recently saved database is

dependent on the user-defined database save interval.

9. Graphical Real-Time Displays. The HMI, shall at a minimum, support the

following graphical features and functions:

i. Graphic screens shall be developed using any drawing package capable of

generating and importing a GIF, BMP, DWG, DXF, or JPG file format. In

addition to, or in lieu of a graphic background, the HMI shall support the use

of scanned pictures.

119

Page 120: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

ii. Graphic screens shall contain objects for text, real-time values, animation,

color spectrum objects, logs, graphs, HTML, or XML document links,

schedule objects, hyperlinks to other URL’s, and links to other graphic

screens.

iii. Modifying common application objects, such as schedules, calendars, and

set points shall be accomplished in a graphical manner.

iv. Commands to start and stop binary objects shall be done by clicking the

selected object and selecting the appropriate command from the pop-up

menu. Data entry may be typed or mouse entered.

v. Adjustments to analog objects, such as set points, shall be done by clicking

the selected object and entering value or using a graphical slider to adjust

the value.

vi. The OWS shall be able to support multiple graphic objects at the same time.

If tiled, then each graphical object shall be fully scalable or aspect locked.

vii. Trend Displays (variable versus time) - A trend display shall show the

values of points plotted versus time similar to a strip chart recorder. Eight

tags shall be trended per trend. The HMI software shall provide real-time

and historical trending (for data which had been logged). This may be

achieved by either color graphic page display or an Microsoft excel based

display.

viii. Real-Time Trends - shall contain real-time data without consuming hard

disk space.

ix. Historical Trends Logs - A historical trend log display presents data stored

on the computer’s hard disk.

x. X-Y Plots (variable versus variable) - An x-y plot shall dynamically represent

the real-time or historical relationship one variable plotted against another

variable.

xi. Automatic Generation - All trends and plots shall be self-generated and not

require any programming by the user.

xii. The HMI software shall provide dialog boxes and menu picks for configuring

trends and plots.

xiii. Any analog or binary data may be trended or plotted.

xiv. The software shall store pre-configured presentation of trends to facilitate

operator call-up of trend log displays. It shall be possible to call up a trend

log with pre-assigned data.

10. Graphics Builder - The HMI software shall provide a graphics builder.

120

Page 121: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

i. Display Documentation - The graphics builder shall provide show, simulate,

review, and document animation functions to allow the user to identify,

diagnose, change, and document animation points on each display.

ii. A library of vendor-supplied objects will be included. These objects,

widgets, and symbols must be continuously scalable. These items shall be

editable by the user.

iii. A library of animated graphic objects shall be included.

iv. Animation - The Graphics Builder will animate process graphics with real-

time data from field devices.

v. Multi-State Color Animation shall be provided to change a graphic object’s

color from a palette of colors.

vi. Alarm Color - Color animation for normal, alarm, and alarm acknowledged

states for both analog and binary point tags shall be provided. The user

shall define the foreground and background colors for each state.

vii. Alarm Blink – Objects and text data shall blink based on alarm state and

acknowledged state.

viii. Text and Numeric Animation - The software shall display the numeric value

of an analog point, text of a text point, and the descriptors of a binary point.

Display Linking - The software shall provide a display linking function.

Clicking the object associated with the link changes the display to a new

user-defined display.

ix. Pickable/Non-Pickable - The software shall enable active points to be

selected with the mouse and accessed. It shall be possible to make a point

non-pickable: the dynamic information shall be displayed, but the operator

will not be able to access a detail display, change the value, etc. based on

security settings of the software.

x. Ability to open external executable files from button click

xi. Ability to open HTML web pages from button click

xii. Ability to view Microsoft Excel files from button click

11. On-Line Help. Provide a context sensitive help system to assist the operator in

operation and editing of the system. Help screens shall be available for all

applications and shall provide the relevant data for that particular screen.

12. Security. Each operator shall be required to log on to that system with a user

name and password in order to view, edit, add, or delete data.

i. System security shall be selectable for each operator.

121

Page 122: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

ii. The system administrator shall have the ability to set passwords and

security levels for all other operators.

iii. Each operator password shall be able to restrict the operators’ access for

viewing and/or changing each system application, full screen editor, and

object.

iv. Each operator shall automatically be logged off of the system if no keyboard

or mouse activity is detected.

v. All system security data shall be stored in an encrypted format.

vi. Each object in the HMI database must be able to have a security policy

applied to it.

13. System Diagnostics. The system shall automatically monitor the operation of

network connections and controllers. The failure of any device shall be

annunciated to the operator.

14. DDE Server - The HMI software shall be able to communicate and exchange

data with any Third Party DDE compliant application.

15. MICROSOFT REPORT GENERATION – The HMI software shall be able to

seamlessly interact with Microsoft Office Products, including Excel, with no

additional programming.

DIRECT DIGITAL CONTROLLER DIRECT DIGITAL CONTROLLER

DIRECT DIGITAL CONTROLLER (DDC) HARDWARE REQUIREMENT:

1) DDC controllers shall be  capable of fully “stand- alone” operation   i.e.  in the event

of loss  of  communication  with other  DDC’s or Control Station, they shall be  able

to function on  their own. The controllers shall be LonWorks/BacNet/Modbus based

products.

2) The controllers shall consist of minimum single 32-bit microprocessors for

reliable throughput, based with EEPROM based operating system (O.S.).

3) The memory available to the controller board as working space for storage of the

Operating system software and data files shall be decided on the basis of

number of points being controlled by them.

4) The controllers shall be UL listed and conforming to CE (Euro norms).

122

Page 123: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

5) Controllers requiring nickle-cadmium/lithium battery to support the full operation of

the RAM, shall have battery back-up upto 12 hours in the event of a localised

mains failure. The battery shall not be required to supply power to actuators,

valves, dampers etc.

In addition to the above battery reserve a further battery shall be provided to

retain the RAM for a minimum of 2 days, after the expiration of the standard

battery.

A low battery alarm shall be provided with each Controller and with an

indication at the Control Station.

In case the memory is stored on EEPROM, the battery backup will not be required.

6) The Controllers shall have proportional control, Proportional plus Integral (PI)

Control, Proportional plus Integral plus Derivative (PID) Control, Two Position

Control and Time Proportioning Control and algorithms etc, all in its memory and

all available for use by the user, i.e. all the control modes shall be software

selectable at any time and in any combination. The analog output of Proportional

Control, PI Control, and PID Control shall continuously be updated and output

by the program shall be provided. Between cycles the analog output shall retain

its last value. Enhanced integral action in lieu of Derivative function shall not be

acceptable.

7) The controllers shall have a resident real time for providing time of day, day of

week, date, month and year. These shall be capable of being synchronized with

other clocks in the network.

Back-up power shall support the clock. Upon power restoration all clocks shall

be automatically synchronized.

8) The microprocessorbased DDC’s shall be  provided  with     power  supply,  A/D 

and  D/A  converters,  memory,   and     capacity to accommodate a maximum of

18 input/output (I/O)     hardware  points  (with or without an  expansion  board). 

DDC’s with a lower capacity of points shall preferably be provided at   the  

locations   with   relatively   less input/output points.

9) If the controllers provided by the contractor have the configurable plug in function

cards, then the following minimum specifications shall have to be met:

123

Page 124: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

i) In addition to the basic outstation, a minimum of two slots shall be provided

for the insertion of plug-in function cards.

ii) The cards shall provide for analog or digital, input or output, hardwired

connections to the installed plant.

iii) The quantity and combination of these cards shall be determined by the

requirements of the plant in that location with the concurrence of the Owner/

Consultant.

10) The DDC’s shall have 15% spare capacity (digital/analog input/output) to

give flexibility for future expansion.

11) All DDC controllers shall be capable of handling voltage, mili-ampere, resistance

or open and closed contacts inputs in any mix, if required.

Analog inputs/outputs of the following minimum types shall be supported:

i) 4-20 mA.

ii) 0-1 volts.

iii) 0-10 volts.

iv) 0-5 volts, and

v) 2-10 volts.

vi) Resistance Signals (either PTC or NTC)

(PT 100, PT 1000, PT 3000, Balco 500, NI 1000)

Digital input/output types to be supported shall be, but not limited to the

following :

i) Normally-open contacts.

ii) Normally-closed contacts.

Modulating outputs shall be true proportional outputs and not floating control type.

12) Controller’s packaging shall be such that complete installation and check out of

field wiring can be done prior to the installation of electronic boards.

124

Page 125: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

13) All board terminations shall be made via plug-in connectors to facilitate trouble-

shooting, repair and replacement. Soldering of connections shall not be

permitted.

14) Controllers shall preferably be equipped with diagnostic LED indicators with at least

indication for Power up Test OK, and Bus Error. All LED’s shall be visible without

opening the panel door.

15) It shall be possible for the controllers to accept regulated uninterrupted

power supply to maintain full operation of the controller functions (control, logging,

monitoring and communications) in the event of a localized mains failure.

16) Controllers requiring fan cooling are not acceptable.

17) There shall be the facility for accessing controller data information locally ,

via a portable plug-in keypad display which can be common to all

controllers and normally removed to prevent unauthorized tampering.

Alternatively each controller shall have a keypad and display integral with its casing

for local interrogation and adjustment. In either case, access to the system thus

provided shall be restricted by passwords in the same way as at the main operator

terminal.

18) In case the Portable operator Terminals (POT) is required to programme the

controllers, sockets shall be provided for same. Attachment of POT shall not

interrupt or disable normal panel operation or bus connection in any way.

19) The controllers shall be housed in vandal proof boxes to protect them from

tampering by any unauthorized personnel. All DDC controllers used in plant

room spaces and external application shall be housed IP66/IP54 rating enclosures.

20) It shall be possible to add new controllers to the system without taking any part of the system off-line.

DIRECT DIGITAL CONTROLLERS CAPABILITIES:DIRECT DIGITAL CONTROLLERS CAPABILITIES:

1) The Controllers shall have a self analysis feature and shall transmit any malfunction

messages to the Control Station. For any failed chip the diagnostic tests,

printout shall include identification of each and every chip on the board with

125

Page 126: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

the chip number/location and whether the chip “Passed” or “Failed” the

diagnostic test. This is a desired requirement as it would facilitate trouble-

shooting and ensure the shortest possible down time of any failed

controller. Controllers without such safety feature shall be provided with custom

software diagnostic resident in the EEPROM. The tenderer shall confirm in writing

that all controllers are provided with this diagnostic requirement.

2) Operating system (O.S.) software for controllers shall be EPROM resident.

Controllers shall have resident in its memory and available to the programs,

a relevant library of algorithms, intrinsic control operators, arithmetic, logic

and relational operators for implementation of control sequences.

3) In the event of failure of communication between the controllers and/or Control

Station terminal, alarms, reports and logs shall be stored at the controllers and

transmitted to the terminal on restoration of communication.

4) In the event of memory loss of a Controller, or the expiration of back-up power,

on start-up of the unit the necessary data-base shall be downloaded

automatically and without operator instruction. Controllers requiring a

manual intervention for the re-boot of software are not desired.

5) Where information is required to be transmitted between controllers for the sharing

of data such as outside air temperature, it shall be possible for global points to be

allocated such that information may be transmitted either on change of

incremental value or at specific time intervals.

6) Controllers must be able to perform the following energy management functions

as a minimum.

a) Time & Event programs

b) Holiday Scheduling

c) Maximum and Distributed power demand

d) Optimum start and stop program

e) Night purge

f) Load reset

g) Zero energy band

126

Page 127: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

h) Duty cycle

i) Enthalpy analysis and control

j) Run Time Totalization

k Sequencing and Optimization

l) Exception scheduling

Detailed description of software features and operating sequence of all available

energy management software shall be submitted with the tender for evaluation by

the Consultant.

7) The DDC Controllers shall have Adaptive Control capability whereby the

control software measures response time and adjusts control parameters

accordingly to provide optimum control. The software shall allow self-tuning of

the variable control loops (all or any of P, P+I, P+I+D) of the AHU’s and chiller

system so as to provide the most efficient and optimized controls at different

load conditions. The energy management programs shall update their

parameters based on past experience and current operating conditions.

8) Alarm Lockout shall be provided to prevent nuisance alarms. On the initial start

up of air handler and other mechanical equipment a “timed lockout” period shall

be assigned to analog points to allow them to reach a stable condition before

activating an alarm comparison logic.

Tenderers shall indicate their proposed system alarm handling capability &

features.

9) Run time shall be accumulated based on the status of a digital input point. It

shall be possible to total either ON time or OFF time. Run time counts shall be

resident in non-volatile memory.

10) It shall be possible to accommodate Holiday and other planned exceptions to

the normal time programs. Exception schedules shall be operator

programmable up to one year in advance.

11) Distributed power demand program shall be based on a sliding window

instantaneous demand trend algorithm. The DDC interfaced to the demand meter

shall calculate the demand, forecast the demand trend, compare it to the

established demand limits, and initiate load shedding or re-establishment of loads

127

Page 128: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

as required. Shedding shall be on a sequential basis with least important loads

shed first and restored last.

SYSTEM INTERFACE UNITS (SIU) / LAN ROUTERS / REPEATERSSYSTEM INTERFACE UNITS (SIU) / LAN ROUTERS / REPEATERS

A. General

1. Equip each router with a network transceiver on each network port (inbound

and outbound) as dictated by the network type (Type 1 - FTT, Type 2 - TP).

2. The network router shall be designed to route messages from a segment, sub-

net, or domain in full duplex communication mode.

3. Routers shall utilize LonTalk/Modbus/BacNet protocol transport, network,

session layers to transparently route messages bound for a node address in

another sub-net or domain.

4. Routers and repeaters shall be fully programmable and permit a systems

integrator to define message traffic, destination, and other network

management functions utilizing suitable software tool.

5. The routers and repeaters shall be capable of DIN rail or panel mounting and

be equipped with status LED lights for Network traffic and power.

6. Provide a minimum of two Neuron 3120 or 3150 processors for use as the

network router communication controller.

B. Ethernet IP Router

1. Equip each router with an Ethernet IP communication on one side and a Lon

Talk/Modbus/BacNet transceiver Type 1 FTT or Type 2 - TP on the other side.

2. The network router shall be designed to route messages from a segment, sub-

net, or domain in full duplex communication mode.

3. On Ethernet IP side, the router shall utilize Ethernet IP protocol transport to

route messages.

4. On the LonTalk/Modbus/BacNet side, the routers shall utilize

LonTalk/Modbus/BacNet protocol transport, network, and session layers to

128

Page 129: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

transparently route messages bound for a node address in another sub-net or

domain.

5. Routers shall be fully programmable and permit a systems integrator to define

message traffic, destination, and other network management functions utilizing

the software tool.

6. The routers shall be capable of DIN rail or panel mounting and be equipped

with status LED lights for Network traffic and power.

PORTABLE OPERATORS TERMINAL (POT)PORTABLE OPERATORS TERMINAL (POT)

A. General Requirements.

1. The DDUs shall permit the project operating staff to:

i. Display point values

ii. Display parameters

iii. Change time schedule elements

iv. List and acknowledge alarms

v. Monitor points in the system

vi. Command points (manual overrides) of points

vii. Override input points (put inputs in test)

viii. Read and check LonWorks variables on the network

ix. Password protected

x. Node configuration for Fan Coil and Rooftop Unit TCUs

2. DDU with the following components:

i. Liquid Crystal Display

ii. Minimum 4x20 character

iii. Pushbuttons for scrolling display and enter

iv. Permanent mount or portable connection.

DATA COMMUNICATIONDATA COMMUNICATION

The communication between controllers shall be via a  dedicated   communication 

network   as  per   LonWorks/BacNet/Modbus recommended standards.  Controllers

microprocessor failures shall not cause loss of      communication of the remainder of any

network.  All networks shall support global   application programs, without the presence of

a host PC.

129

Page 130: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

Each controller shall have equal rights for data transfer and shall  report  in  its 

predetermined  time slot. There shall be  no  separate  device  designated  as  the 

communication’s master.  Those systems using dependent controllers  shall  be pointed  

out  by  the  contractor  and  a  dual   redundant transmission media with automatic

switching and reporting  in the event of line faults will have to be provided.

The communication network shall be such that:

1)         Every DDC  must be capable of communicating  with  all DDC’s.

2)         Network   connected  devices  with   no   messages   to transmit  shall  indicate  “No  failure”  message  each cycle.  Lack of this message after  successive  retries shall constitute a communication or device failure.

FIELD DEVICESFIELD DEVICES

ELECTRIC AND ELECTRONIC CONTROLS RELATED EQUIPMENT

General Requirements

All controls shall be capable of operating in ambient conditions varying between 0-

55 deg. C and 90% R.H. non-condensing.

All Control devices shall have a 20 mm conduit knockout. Alternatively, they shall be

supplied with adaptors for 20 mm conduit.

Ancillary Items

When items of equipment are installed in the situations listed below, the BAS contractor

shall include the following ancillary items :

(i) Weather Protection

All devices required to be weatherproofed are detailed in the Schedule of Quantities. IP

ratings for the equipment is mentioned in the respective section.

(ii) Pipe work Immersion

Corrosion resisting pockets of a length suitable for the complete active length of the

device, screwed ½” (13 mm) or ¾” (20 mm) NPT suitable for the temperature,

pressure and medium.

(iii) Duct Mounting (Metal or Builders Work)

Mounting flanges, clamping bushes, couplings, locknuts, gaskets, brackets, sealing

glands and any special fittings necessitated by the device.

Additional features

(i) Concealed Adjustment : All two position switching devices shall have

concealed adjustment unless detailed otherwise in the Schedule of Quantities.

130

Page 131: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

(ii) Operating Voltage : All two position switching devices shall operate on 230 v a.c

and all accessible live parts shall be shrouded. An earth terminal shall be

provided.

TEMPERATURE SENSOR

Temperature sensors for space, pipes and ducts, shall be of the Resistance

Temperature detector (RTD) type or thermistor. These shall be two wire type and

shall conform to the following specifications :

1) Immersion sensors shall be high accuracy type with a high resistance versus

temperature change. The accuracy shall be at least ± 0.33 degrees F and

sensitivity of at least 2 ohm/F.

2) Immersion sensors shall be provided with separate stainless steel thermo well.

These shall be manufactured from bar stock with hydrostatic pressure rating of

at least 10 kgf/cm2.

3) The connection to the pipe shall be screwed ¾ inch NPT (M). An aluminum

sleeve shall be provided to ensure proper heat transfer from the well to the

sensor. Terminations to be provided on the head. Flying leads shall not be

acceptable.

4) The sensor housing shall plug into the base so that the same can be easily

removed without disturbing the wiring connections.

5) Duct temperature sensors shall be with rigid stem and of averaging type. These

shall be suitable for duct installation.

6) Outdoor air temperature sensor shall be provided with a sun shield.

7) The sensors shall not be mounted near any heat source such as windows,

electrical appliances etc.

The temperature sensors may be of any of the following types :

PT 100, PT 1000, PT 3000

NI 100, NI 1000

131

Page 132: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

Balco 500.

Thermistor

NTC1800

HUMIDITY SENSOR

Space and duct humidity sensors shall be of capacitance type with an effective sensing

range of 10% to 90% RH. Accuracy shall be + 3% or better. Duct mounted humidity

sensors shall be provided with a sampling chamber. Wall mounted sensors shall be

provided with a housing. The sensor housing shall plug into the base so that the same

can be easily removed without disturbing the wiring connections. The sensors shall not

be mounted near any heat source such as windows, electrical appliances etc.

DIFFERENTIAL PRESSURE SWITCH FOR PIPE WORK

These shall be used to measure pressure differential across suction and discharge of

pumps. The range shall be as specified in the data sheet. Switch shall be ON with

increase in differential. Housing for these shall be weather proof with IP 55 protection.

The pressure switch shall be capable of withstanding a hydraulic test pressure of 1.5

times the working pressure. The set point shall fall in 40-70% of the scale range and

shall have differentials adjustable over 10%-30% of the scale range. The switches shall

be provided with site adjustable scale and with 2 NO/NC contacts.

DIFFERENTIAL PRESSURE SWITCH FOR AIR SYSTEMS

These shall be diaphragm operated. Switches shall be supplied with air connections

permitting their use as static or differential pressure switches.

The switch shall be of differential pressure type complete with connecting tube and

metal bends for connections to the duct. The housing shall be IP 54 rated. The

pressure switches shall be available in minimum of 3 ranges suitable for applications like

Air flow proving, dirty filter, etc. The set point shall be concealed type. The contact shall

be SPDT type with 230 VAC, 1 A rating.

The switch shall be supplied suitable for wall mounting on ducts in any plane. It should

be mounted in such a way that the condensation flow out of the sensing tips. Proper

adaptor shall be provided for the cables.

The set point shall fall within 40%-70% of the scale range and l have differentials

adjustable over 10%-30% of the scale range.

The switches shall be provided with site adjustable scale and with 2 NO/NC contacts.

132

Page 133: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

AIR FLOW SWITCHES

Air flow switches shall be selected for the correct air velocity, duct size and mounting

attitude. If any special atmospheric conditions are detailed in the Schedule of

Quantity the parts of the switches shall be suitably coated or made to withstand such

conditions. These shall be suitable for mounting in any plane. Output shall be 2 NO/NC

potential free. Site adjustable scale shall also be provided.

AIR PRESSURE SENSOR

The pressure sensor shall be differential type. The construction shall be spring

loaded diaphragm type. The movement of the membrane in relation to the pressure

should be converted by an inductive electromagnet coupling which would give an

output suitable for the controller. The pressure sensor shall be in a housing having IP

54 ratings in accordance with IEC 529. Suitable mounting arrangement shall be

available on the sensor. The sensor shall come complete with the PVC tubes & probes.

WATER FLOW SWITCH

These shall be paddle type and suitable for the type of liquid flowing in the line. Output

shall be 2NO/2NC potential free.

TRANSDUCERS FOR ELECTRICAL SERVICES

Electrical transducers shall be integrated electronic type and rack mounted on the field.

These shall work on 230 V supply with the output being standard type i.e. 4-20 mA, 0-

10 Volts etc.

Power factor, Voltage, Current, Frequency and Kilowatt transducers shall have

standard output signal for measurement for the specified variable.

Kilowatt-Hour metering(if any) shall be poly-phase, three- element with current

transformer (CT) operated type. The metering shall feature high accuracy with no more

than +/- 1% error over the expected load range. The coils shall be totally encapsulated

against high impulse levels.

LEVEL SWITCH

The level switches shall have to meet the following requirement :

Type : Float Type/Capacitance type/Conductivity type

Mounting : To suit application.Connection : Flanged ANSI 150 lbs RF Carbon steel

133

Page 134: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

Float material : 316 SS Stem Material : 316 SS Output : 2 NO, 2 NC potential freeSwitch Enclosure : IP 55

ThermostatThermostat shall be snap acting fixed differential type thermostat for air-conditioning

application for actuating the two way valve at each fan coil unit with HI-MED-LO fan

switch and system setting OFF-FAN-COOL. Switching off must break fan circuit.

Thermostat shall be provided with necessary relays to operate valve of cooling coil.

ELECTRONIC METERING

Electronic metering shall be provided on the main LT panel at incoming and outgoing

feeders. These meters shall be installed in the LT panel by the Electrical contractor. The

electrical contractor shall also provide necessary CT, PT and 220 V power input for the

meters. All further control wiring and networking of the meters shall be in scope of BAS

contractor.

The specifications for the electronic meters to be supplied by BAS contractor is as follows:

Type : Static Power Meter

Class 1.0 accuracy.

Instantaneous

Measurements : a. V (1-n), V (1-1) & 1 per ph & avg. V & I unbalance

b. PF per ph & total, frequency

c. Power & BI-directional energy (active, apparent,

reactive)

d. Peak & Predictive Demand (I, W, VA, VAR totals)

e. V & I harmonics (Individual & Total)

f. Time of use (internal calendar, multiple daily tariff,

energy & demand accumulators).

Features a. Event Triggered

b. Sequence of event

c. Panel mountable

d. Internal battery backup

e. Transducerless connection via standard CT / PT

Display Local LCD display panel user formattable display with

scrollable screens.

134

Page 135: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

Software interface shall be ensured by contractor for the electronic meters. Systems

requiring transducers for duplicating the data shall not be accepted.

All the instantaneous measurements shall be displayed on the control stations and the

data shall be logged. It shall be possible to access minimum / maximum logging of any

parameter with alarm annunciation for unusual measurements. The system shall also

accept user defined “Set-Point” limit of any parameter.

ENCLOSURES FOR CONTROLLERS AND ELECTRICAL PANELS

All the controllers shall be housed in Lockable Vandal proof boxes which shall either be

floor mounted or wall mounted. These shall be free standing, totally enclosed, dust

and vermin proof and suitable for tropical climatic conditions.

The panel shall be metal enclosed 14 SWG CRCA sheet steel cubicle with gaskets

between all adjacent units and beneath all covers to render the joints dust proof. All

doors and covers shall be hinged and latched and shall be folded and braced as

necessary to provide a rigid support. Joints of any kind in sheet metal shall be seam

welded with welding slag grounded off and welding pits wiped smooth with plumber

metal.

All panels and covers shall be properly fitted and secured with the frame and holes in

the panels correctly positioned. Fixing screws shall enter into holes tapped into an

adequate thickness of metal or provided with nuts. Self threading screws shall not be

used in the construction of control panels. Knockout holes of approved size and number

shall be provided in the panels in conformity with the location of incoming and

outgoing conduits/cables. lamps shall be provided to support the weight of the cables.

The dimension of the boxes shall depend on the requirement with the colour decided in

consultation with the Architect/Consultant.

Note : All panel enclosures used in plant room spaces and external to building shall be

suitable for outdoor application (IP 54 protection) and UL listed.

CONDUITS AND WIRING

Prior to laying and fixing of conduits, the contractor shall carefully examine the drawings

indicating the layout, satisfy himself about the sufficiency of number and sizes of conduits,

sizes and location of conduits and other relevant details. Any discrepancy found in the

drawings shall be brought to the notice of Architect/Engineers Any modifications

suggested by the Contractor shall be got approved by the Architect /Engineers before the

actual laying of conduits is commenced.

135

Page 136: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

CONDUITS / TRUNKERConduits and accessories shall conform to relevant Indian Standards. PVC conduits of

required dia shall be used as called for in the schedule of quantities. Joints between

conduits and accessories shall be securely made, with help of adhesive.

The conduits shall be delivered to the site of construction in original bundles and each

length of conduit shall bear the label of the manufacturer.

CONNECTIONS

All jointing methods shall be subject to the approval of the Architect/Engineer. Separate

conduits shall run for all power wiring.

The threads and sockets shall be free from grease and oil. Connections between conduit

and controller metal boxes shall be by means of brass hexagon smooth bore bush, fixed

inside the box and connected through a coupler to the conduit. The joints in conduits shall

be smooth to avoid damage to insulation of conductors while pulling them through the

conduits.

BENDS IN CONDUIT

Where necessary, bends or diversions may be achieved by means of bends and/or circular

inspection boxes with adequate and suitable inlet and outlet screwed joints. In case of

recessed system each junction box shall be provided with a cover properly secured and

flush with a finished wall surface. No bends shall have radius less than 2-1/2 times the

outside diameter of the conduit.

SIGNAL CABLING & COMMUNICATION CABLING

The signal cable shall be of the following specifications :

a. Wire : Annealed Tinned Copper

b. Size : 1.5 sq. mm, 7 strands

c. No. of conductors : Two (One pair)

d. Shielding : Overall beld foil Aluminum polyester shield.

e. Jacket : Chrome PVC

f. Nominal DCR : 17.6 ohm/km for conductor57.0 ohm/km for shield

g. Nominal OD : 8.5 mm

h. Nominal capacitance : 130 pF/m between conductorsat 1 KHz 180 pF/m between one conductor and other

136

Page 137: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

conductors connected to shield.

i. Color : Black and Red

COMMUNICATION CABLE

The communication cable shall be of the following specifications :

a. Wire : Annealed Tinned Copper

b. Size : Minimum 24 AWG stranded

c. No. of conductors : One pair (2 conductor)

d. Shielding : Overall beld foil Aluminum polyester shield.

e. Jacket : Chrome PVC

f. Nominal DCR : 78.7 ohm/km for conductor55.8 ohm/km for shield

g. Nominal OD : 5.64 mm

h. Nominal capacitance : 131 pF/m between conductorsat 1 KHz 243 pF/m between one conductor and other conductors connected to shield.

i. Color : Black and Red, Black and White)

137

Page 138: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

15.2 IP based CCTV Surveillance System

The IP based Closed Camera surveillance system shall use state of the art technology and

shall comply to the UL standards.

The IP based systems shall either use integrated or encoders for their camera systems and

shall be from the same manufacturer as that of the IP Digital Video management system

provider.

All the cameras proposed shall be power over Ethernet with option for 24 Vac input.

The system shall support open architecture and shall not have any proprietary equipments to

ensure future compatibility with third party systems

The scope shall include supply, installation, testing, commissioning and maintenance of the IP

based CCTV system proposed.

Scope shall includes Supply , installation , testing and commissioning of cameras, managed

network switches / network video recorders/severs , Digital Video Management Software

( DVMS ) software workstations , monitors , racks , consoles cables , UPS etc . The

specifications for these components shall be as mentioned below.

The location of the Cameras shall be such that no blank spot is observed in the Server Room

Area and all the external equipments shall be under CCTV Surveillance.

IP Based Varifocal Lens Dome camera (Indoor – Internal Server & other CriticalIP Based Varifocal Lens Dome camera (Indoor – Internal Server & other Critical Areas)Areas)

The IP based domes cameras shall support power over Ethernet ( IEEE802.3at )

The IP cameras shall support open architecture and shall support the following protocols

TCP / IP, UDP / IP (Unicast , multicast IGMP ) UPnP, DNS, DHCP, RTP, NTP .

The camera shall support multilevel password protection.

The camera shall provide 3 simultaneous video streams – Dual MPEG4 both 25 fps ( Pal )

and scalable MJPEG .

The cameras shall be enclosed in tamper resistant hardware with puncture proof bubble.

Outdoor cameras shall have IP 66 protection.

The cameras shall have optics options available for low light , day night , extreme light and

shall be of high resolution with minimum 540 TV lines

138

Page 139: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

The varifocal lens shall be available in following options 3 to 9 mm and 9 to 22 mm

The cameras shall use 1/3 inch interline color CCD imaging device.

The sensitivity of the cameras shall be a minimum of 0.5 lux @ 40 IRE and for outdoor

applications it shall be sensitive upto 0.015 lux @ 40 IRE with infrared cut filter and optical

low pass filter

IP Based C / CS Mount Colour Camera(Indoor/Outdoor)IP Based C / CS Mount Colour Camera(Indoor/Outdoor)

The IP based domes cameras shall support power over Ethernet (IEEE802.3at )optionally

shall also support BNC output.( composite video output )

The IP cameras shall support open architecture and shall support the following protocols

TCP / IP, UDP / IP (Uncast, multicast IGMP) UPnP, DNS, DHCP, RTP, NTP.

The camera shall support multilevel password protection.

The camera shall provide 3 simultaneous video streams – Dual MPEG4 both 25 fps (Pal )

and scalable MJPEG .

Cameras for outdoor application shall be used with suitable lens in a outdoor housing with

suitable heater, defroster, sun shroud kit as required with IP 66 protection.

The cameras shall have a minimum of 480 TVL lines along with extended dynamic range

The cameras shall use 1/3 inch imager, with minimum illumination of 0.5 lux @ 40 IRE.

Fixed / varifocal lens shall be s selected as per the site conditions.

Cameras shall be UL listed

IP Based High Speed PTZ Domecamera(Outdoor–DG Set/Power House/CondenserIP Based High Speed PTZ Domecamera(Outdoor–DG Set/Power House/Condenser Units)Units)

The camera shall support simultaneous IP and Analog Video and Control

The camera shall provide 3 simultaneous video streams – Dual MPEG4 both 25 fps ( Pal )

and scalable MJPEG .

The IP cameras shall support open architecture and shall support the following protocols

TCP / IP , UDP / IP ( Unicast , multicast IGMP ) UPnP , DNS , DHCP , RTP , NTP .

The camera shall support multilevel password protection.

The cameras shall support 4 auto focus, high resolution integrated camera and optics

package

139

Page 140: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

Optics package shall have the following specs Optics package shall have the following specs

¼ in format , Exview HAD CCD

Resolution 540 TVL

Lens – 3.6 to 119 mm ( 35 X ) optical with 12 X digital

Sensitivity – 0.55 lux @ 35 IRE ( color only ) / 0.00018 ( mono )

Electronic Image stabilization

Inbuilt motion detection

Wide Dynamic range range upto 128 X

IP 66 rated

Minimum 99 presets

Accuracy of up to +/- 0.1 deg

Pan speed – 360 deg / sec and Tilt speed 200 /sec

Tilt speed – 200 deg / sec

Auto flip upto 180 deg /sec

Multiple park and power-up option

All the proposed cameras shall be UL Listed

Network Video Recorder / Server supporting 64 video streams Network Video Recorder / Server supporting 64 video streams

The Network video recorder / sever shall support a minimum of 16 cameras and shall be

possible to expand upto 64 video inputs per network video recorder / server.

Multiple NVRs shall be configured in N+1 configuration for redundancy.

The total NVR shall have a internal hard disc capacity of upto 2 TBor 30 days of video

storage (whichever is maximum) for the installed cameras with provision for 25% additional

cameras in RAID configuration. When the number of camera’s are increases further, the

storage should be upgradeable in modular fashion.

The NVR shall support central archive storage of a SAN or NAS storage solution in case of

extended storage.

The NVR / server shall be able to record individual camera with selectable frame rate

The NVR / server shall support remote administration, monitoring and management of video,

audio and data.

The NVR shall support health and event monitoring of the system.

The NVR shall support logical camera grouping. 140

Page 141: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

The NVR / Server shall have the bare minimum specs as mentioned below – vendors to

select the server as per their system requirement but shall have these bare minimum specs

standard.

The NVR / server can support MPEG 4 , MJPEG , Wavelet , iVex formats

The network video recorder shall be able to record videos in CIF( 352 x 288) , 2 CIF

( 704X 288 ) and 4 CIF resolutions ( 704 X 576 ) .

NVR hardware shall be a off the shelf server hardware of suitable specifications from

HP/IBM/Dell/Cisco.

Necessary operating system and the system software licenses required shall be included.

Digital Video Management System (DVMS) software featuresDigital Video Management System (DVMS) software features

The software shall manage and support video from IP cameras and encoders through the

Ethernet.

Remote administration, monitoring and management of video and audio, the software shall

be in a position.

The DVMS software shall be able to display a minimum of 16 videos on the screen, it shall

be possible to get the following information .

• Host name

• IP address

• Serial number

• Software version

• Trap destination

• Model number

• System name

• Number of hard drives on system

• Hard drive serial numbers

• Hard drive temperatures

• Misc. hard drive status'

• Number of system cameras

• Camera names

• Camera input numbers

• Camera status (recording, no signal, scene loss)

• Number of days of video storage on disk

• Licensed product name

• Product ID

• Camera list change

141

Page 142: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

• Service changes

• System restart

• Hard drive event

• System shutdown

• Alarm events

• Video deleted sooner than expected

• Windows events

o The DVMS software shall allow users to monitor and manage any IP devices through a

single digital video surveillance application.

• The DMS shall supportopen architecture platform expands the capabilities of legacy

devices and maximizes investments in current and future security technology.

• The DVMS shall support third-party applications, video analytics and data transaction

information.

• The cameras shall be provided for all the entry doors, corridors & server rooms. The

UPS, panel, electrical & DG room will also be monitored.

142

Page 143: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

15.3 ACCESS CONTROL SYSTEM

Biometric Finger Scan ReaderBiometric Finger Scan Reader

FEATURES MINIMUM REQUIRED PARAMETERSTransmission Frequency 13.56 MHz Technology iClass

Security64 bit authentication keys. The data flow between card & Reader should be encrypted

Graphical Display LCD display

FunctionShould be configured as a Reader – Enroller, Enroller Only & Reader Only (All three are mandatory)

Enrollment of fingerprint templates iClass Smart Cards

Yes

Read Range Minimum 3.5”Operating Voltage 10 – 12V DCOperation Indoor useHousing PolycarbonateFingerprint Sensor OpticalSensor Resolution 500 dpi

TimingFingerprint Capture: Less than 2 SecVerification of captured finger: Less than 1 Sec

False Acceptance Rate Less than 0.01%False Rejection Rate Less than 0.01%Fingerprint Enrollment Software

Yes

Technology Compliance iClass 15693 & 14443BCertifications ULOperating Temperature 0 deg C to 45 deg COperating Humidity 10% to 90% relative humidity (Non-Condensing)Approved Makes HID, Kardex, Motorola, Pegasus

Server Room and BMS Room entry shall have Biometric Reader& Exit shall have Smart card reader and all other areas entry shall have Smart card reader & exit shall have push button.

143

Page 144: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

Smart Card ReaderSmart Card Reader

FEATURES MINIMUM REQUIRED PARAMETERSTransmission Frequency 13.56 MHz Technology iClass

Security64 bit authentication keys. The data flow between card & Reader should be encrypted

Audio Visual Indication YesCard Compatibility iClass 15693 & 14443BOperating Voltage 10 – 12V DCOperation Indoor useCable Distance 150 meters (Wiegand)Read Range Minimum 3”Certifications ULOperating Temperature 0 deg C to 45 deg COperating Humidity 10% to 90% relative humidity (Non-Condensing)Approved Makes HID, Kardex, Motorola, Pegasus

Four Reader ControllerFour Reader Controller

FEATURES MINIMUM REQUIRED PARAMETERSReader Inputs FourUniversal Inputs SixTamper Input OneDigital Lock Inputs TwoProcessor 50 MHz with 128 MB RAM and 32 MB FlashProcessor For Reader Inputs

Yes (Dedicated Processor for each Reader)

Communication 10/100 Ethernet PortMemory Minimum 4,00,000 personnel RecordsArea Lockdown Support YesReal Time Clock YesEncryption 128-bitSNMP Network Management support

Yes

Visual Indicator YesMounting Wall / Ceiling MountBattery Backup 5 hoursTechnology Compatibility WiegandCard Reader Power 5V DC & 12V DC (Jumper Selectable)Wiring Distance 150 meters (Wiegand)Indicator LED Yes

Push Button SwitchesYes (For clearing the memory & Resetting the IP Address)

Offline Mode Operation Yes (In the event of Network failure)Enclosure YesCertifications ULOperating Temperature 0 deg C to 45 deg COperating Humidity 10% to 90% relative humidity (Non-Condensing)

144

Page 145: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

Smart CardSmart Card

FEATURES MINIMUM REQUIRED PARAMETERSTransmission Frequency 13.56 MHz Technology iClassMemory 2KBMultiple Biometric Image Storage YesCard Compatibility iClass 15693 & 14443BRead Range Minimum 3”Card Construction Flexible PVC LaminateTransaction Time Less than 100 msMemory Type EEPROMWrite Endurance Minimum 100000 CyclesData Retention 10 yearsOperating Temperature 0 deg C to 45 deg COperating Humidity 10% to 90% relative humidity (Non-Condensing)Approved Makes HID, Kardex, Motorola, Pegasus

Access Control SoftwareAccess Control Software

The Access Control Software should have the following Specifications:1. Compatibility with any Windows Operating System2. Compatibility with MYSQL / SQL / ORACLE3. Support for TCP/IP Communication4. Provision for Alarm Monitoring for Battery, Mains Supply, Door Opened too Long, Door Forced Opened, Unauthorized Swipe & Controller Tampering5. Support for unlimited number of Card Database & Transactions6. Specify Card Activation & Expiry Date7. Support for Biometric, Pin & Smart Card Applications8. Management of Dual Access Levels to a single Card9. Remote Locking & Unlocking of Doors10. Remote management of Controllers11. Customization of Door User time for every card holder12. One Client License13. Two Stages of Alarm Management (Acknowledgement on Receipt & Closure on Investigation)14. Management of Minimum 100 Readers15. Access Privileges on the basis of Time & Date16. Creation of holiday schedules to cover maintenance & Vacations / Holidays 17. Setting of Time / Date from Client workstation 18. Permission to activate any control output for a specific event such as alarm

19. Programmable Shunt time to control the door opening time

20. Area Control by using Hard Anti Pass back, Soft Anti Pass back, Timed Anti Pass back, Occupancy Limit, Multi man principle, Area Lock down, Threat level conditioning=21. Alarm Management22. Camera Integration & Image Comparison23. Automatic User Log off24. Cardholder Management & Enrollment25. Creation & Maintenance of User Database

145

Page 146: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

26. Assignment of Access Privileges

Time Attendance SoftwareTime Attendance Software

The Time – Attendance Software should have the following Specifications1. Compatibility with Windows Operating System2. Function in a multi user working environment3. Provide intranet viewing facility for time-attendance4. Support web-based reporting5. Support IE-6 or Netscape Navigator6. Configure readers for IN swipe & OUT swipe 7. Capable of managing sites, branches, departments, Grades, Employee types & Batch numbers8. Record the working hours on the basis of calculating the difference between first & last swipe9. Capable of calculating overtime working hours10. Generation of various types of Reports: User Activity Log, Alarm History Log, Muster Reports, Door Status Report, Alarm Point Status Report, Controller Status Report, Workstation Status Report, Event History Log, Invalid Attempt Log, Valid Access Log, All Personnel Report, Disabled Personnel Report, Personnel by Department Report, Personnel by Area Privileges Report, Lost Card Report, Input/Output Status Report, Schedules Report, Company Listing Report, Termination Report, Badge Pending Expiration Report, Cards Not Used in x days (Deadbeat Report), All Doors Report, All Events Sorted by Door, All Events Sorted by Person11. Operate for financial year as well as calendar year, as per the requirement of the user12. Facilitate leave types like Casual, Sick, Earned, maternity, Compensatory, Special leave & without pay leave13. Provide facility for online leave authorization14. Configure shifts for each employee with overnight shift Management15. Manual Override16. Privileges to the top management like attendance marked for single swipe etc

146

Page 147: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

WorkstationWorkstation

FEATURES MINIMUM REQUIRED PARAMETERSProcessor Intel Core I7 or better, Min 3 GHzRAM 2 GB DDR, 1333 MHzHard Disk 500 GB SATA

Expansion Ports4 USB 2.0, 1 Line-in, 1 Line-out, 1 Microphone, 1 LAN, 1 VGA

Keyboard & Mouse Yes, WirelessEthernet Port 10/100/1000 Base-T Network InterfaceChipset Intel

Included Software

Norton Anti Virus valid for 3 yearsRecovery CD CreatorHard Drive based application recovery for reinstallation of appliances & DriversHard Drive based System recovery with option to keep user data files intactMicrosoft Internet explorerMicrosoft Windows Live applicationsMicrosoft Office Starter 2010

Screen 17” TFT

147

Page 148: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

15.4 FIRE ALARM SYSTEM

MAIN FIRE ALARM CONTROL PANEL (FACP)MAIN FIRE ALARM CONTROL PANEL (FACP)

A. The main FACP Central Console shall contain a microprocessor based Central Processing

Unit (CPU). 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, control circuits, and notification appliance circuits, local and remote

operator terminals, printers, annunciators, and other system controlled devices.

B. Information is critical to fire evacuation personnel, and it contains large 640-character

Liquid Crystal Display (LCD) presents vital information to operators concerning a fire

situation, fire progression, and evacuation details. A host of other options are available,

Including single- or Multichannel voice; firefighter’s telephone; LED, LCD, or PC based

Graphic annunciators; fire or integration networking; advanced detection products for

Challenging environments, and many additional options.

C. In conjunction with intelligent Loop Control Modules and Loop Expander Modules, the main

FACP shall perform the following functions:

1. Supervise and monitor all intelligent addressable detectors and monitor modules

connected to the system for normal, trouble and alarm conditions.

2. Supervise all initiating signaling and notification circuits throughout the facility by way

of connection to addressable monitor and control modules.

3. Detect the activation of any initiating device and the location of the alarm condition.

Operate all notification appliances and auxiliary devices as programmed. In the

event of CPU failure, all SLC loop modules shall fallback to degrade mode. Such

degrade mode shall treat the corresponding SLC loop control modules and

associated detection devices as conventional two-wire operation. Any activation of a

detector in this mode shall automatically activate associated Notification Appliance

Circuits.

4. Visually and audibly annunciate any trouble, supervisory, security or alarm condition

on operator's terminals, panel display, and annunciators.

5. When a fire alarm condition is detected and reported by one of the system initiating

devices or appliances, the following functions shall immediately occur:

a. The system alarm LED shall flash.

b. A local peizo-electric audible device in the control panel shall sound a

distinctive signal.

148

Page 149: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

c. The 640-character 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.

d. Printing and history storage equipment shall log and print the event information

along with a time and date stamp.

e. All system outputs assigned via preprogrammed equations for a particular point

in alarm shall be executed, and the associated system outputs (alarm

notification appliances and/or relays) shall be activated.

f. When a trouble condition is detected and reported by one of the system

initiating devices or appliances, the following functions shall immediately occur:

g. The system trouble LED shall flash.

h. A local piezo-electric audible device in the control panel shall sound a

distinctive signal.

i. The 640-character backlit LCD display shall indicate all information associated

with the trouble condition, including the type of trouble point and its location

within the protected premises.

j. Printing and history storage equipment shall log and print the event information

along with a time and date stamp.

k. All system outputs assigned via preprogrammed equations for a particular point

in trouble shall be executed, and the associated system outputs (trouble

notification appliances and/or relays) shall be activated.

6. When a supervisory condition is detected and reported by one of the system initiating

devices or appliances, the following functions shall immediately occur:

a. The system trouble LED shall flash.

b. A local piezo-electric audible device in the control panel shall sound a

distinctive signal.

c. The 640-character backlit LCD display shall indicate all information associated

with the supervisory condition, including the type of trouble point and its location

within the protected premises.

d. Printing and history storage equipment shall log and print the event information

along with a time and date stamp.

e. All system outputs assigned via preprogrammed equations for a particular point

in trouble shall be executed, and the associated system outputs (notification

appliances and/or relays) shall be activated.

149

Page 150: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

7. When a security alarm condition is detected and reported by one of the system

initiating devices or appliances, the following functions shall immediately occur:

a. The system security LED shall flash.

b. A local piezo-electric audible device in the control panel shall sound a

distinctive signal.

c. The 640-character 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.

d. Printing and history storage equipment shall log and print the event information

along with a time and date stamp.

e. All system outputs assigned via preprogrammed equations for a particular point

in alarm shall be executed, and the associated system outputs (alarm

notification appliances and/or relays) shall be activated.

8. When a pre-alarm condition is detected and reported by one of the system initiating

devices or appliances, the following functions shall immediately occur:

a. The system pre-alarm LED shall flash.

b. A local piezo-electric audible device in the control panel shall sound a

distinctive signal.

c. The 640-character 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.

d. Printing and history storage equipment shall log and print the event information

along with a time and date stamp.

e. All system outputs assigned via preprogrammed equations for a particular point

in alarm shall be executed, and the associated system outputs (alarm

notification appliances and/or relays) shall be activated.

150

Page 151: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

E. Operator Control

1. Acknowledge Switch:

a. 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. In addition, the FACP shall

support Block Acknowledge to allow multiple trouble conditions to be

acknowledged with a single depression of this switch.

b. Depression of the Acknowledge switch shall also silence all remote annunciator

piezo sounders.

2. Signal Silence Switch:

a. Depression of the Signal Silence switch shall cause all programmed alarm

notification appliances and relays to return to the normal condition. The

selection of notification circuits and relays that are silence able by this switch

shall be fully field programmable within the confines of all applicable standards.

The FACP software shall include silence inhibit and auto-silence timers.

3. Drill Switch:

a. Depression of the Drill switch shall activate all programmed notification

appliance circuits. The drill function shall latch until the panel is silenced or

reset.

4. System Reset Switch:

a. Depression of the System Reset switch shall cause all electronically latched

initiating devices to return to their normal condition. Initiating devices shall re-

report if active. Active notification appliance circuits shall not silence upon

Reset. Systems that de-activate and subsequently re-activate notification

appliance circuits shall not be considered equal. All programmed Control-By-

Event equations shall be re-evaluated after the reset sequence is complete if

the initiating condition has cleared. Non-latching trouble conditions shall not

clear and re-report upon reset.

5. Lamp Test:

151

Page 152: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

a. 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.

6. Scroll Display Keys:

a. There shall be Scroll Display keys for FIRE ALARM, SECURITY,

SUPERVISORY, TROUBLE, and OTHER EVENTS. Depression of the Scroll

Display key shall display the next event in the selected queue allowing the

operator to view events by type.

7. Print Screen:

a. Depression of the PRINT SCREEN switch shall send the information currently

displayed on the 640-character display to the printer.

F. System Capacity and General Operation

1. The control panel shall be capable of expansion via up to 10 SLC modules. Each

module shall support a maximum of 250 analog/addressable devices for a maximum

system capacity of 2500 points. The system shall be capable of 2500 annunciation

points per system regardless of the number of addressable devices.

2. The Fire Alarm Control Panel shall include a full featured operator interface control

and annunciation panel that shall include a backlit 640-character liquid crystal

display, individual, color coded system status LEDs, and a QWERTY style

alphanumeric keypad for the field programming and control of the fire alarm system.

Said LCD shall also support graphic bit maps capable of displaying the company

name and logo of either the owner or installing company.

3. All programming or editing of the existing program in the system shall be achieved

without special equipment and without interrupting the alarm monitoring functions of

the fire alarm control panel.

4. The FACP shall be able to provide the following software and hardware features:

o Pre-signal and Positive Alarm Sequence: The system shall provide means to

cause alarm signals to only sound in specific areas with a delay of the alarm from

60 to up to 180 seconds after start of alarm processing. In addition, a Positive

Alarm Sequence selection shall be available that allows a 15-second time period

for acknowledging an alarm signal from a fire detection/initiating device. If the

alarm is not acknowledged within 15 seconds, all local and remote outputs shall

automatically activate immediately.

152

Page 153: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

o Smoke Detector Pre-alarm Indication at Control Panel: To obtain early warning of

incipient or potential fire conditions, the system shall support a programmable

option to determine system response to real-time detector sensing values above

the programmed setting. Two levels of Pre-alarm indication shall be available at the

control panel: alert and action.

o Alert: It shall be possible to set individual smoke detectors for pre-programmed pre-

alarm thresholds. If the individual threshold is reached, the pre-alarm condition

shall be activated.

o Action: If programmed for Action and the detector reaches a level exceeding the

pre-programmed level, the control panel shall indicate an action condition. Sounder

bases installed with either heat or smoke detectors shall automatically activate on

action Pre-Alarm level, with general evacuation on Alarm level.

o The system shall support a detector response time to meet world annunciation

requirements of less than 3 seconds.

o Device Blink Control: Means shall be provided to turn off detector/module LED

strobes for special areas.

o NFPA 72 Smoke Detector Sensitivity Test: The system shall provide an automatic

smoke detector test function that meet the requirements of NFPA 72.

o Programmable Trouble Reminder: The system shall provide means to automatically

initiate a reminder that troubles exist in the system. The reminder will appear on the

system display and (if enabled) will sound a piezo alarm.

o On-line or Off-line programming: The system shall provide means to allow panel

programming either through an off-line software utility program away from the panel

or while connected and on-line. The system shall also support upload and

download of programmed database and panel executive system program to a

Personal Computer/laptop.

o History Events: The panel shall maintain a history file of the last 4000 events, each

with a time and date stamp. History events shall include all alarms, troubles,

operator actions, and programming entries. The control panels shall also maintain

a 1000 event Alarm History buffer, which consists of the 1000 most recent alarm

events from the 4000 event history file.

o Smoke Control Modes: The system shall provide means to perform FSCS mode

Smoke Control to meet NFPA-92A and 90B and HVAC mode to meet NFPA 90A.

o The system shall provide means for all SLC devices on any SLC loop to be auto

programmed into the system by specific address. The system shall recognize

153

Page 154: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

specific device type ID’s and associate that ID with the corresponding address of

the device.

o Drill: The system shall support means to activate all silenceable fire output circuits

in the event of a practice evacuation or “drill”. If enabled for local control, the front

panel switch shall be held for a minimum of 2 seconds prior to activating the drill

function.

o Passwords and Users: The system shall support two password levels, master and

user. Up to 9 user passwords shall be available, each of which may be assigned

access to the programming change menus, the alter status menus, or both. Only

the master password shall allow access to password change screens.

o Two Wire Detection: The system shall support standard two wire detection devices

specifically all models of System Sensor devices, Fenwal PDS-7125/7126 and

CPD-7021, Hochiki model SLK-24F/24FH, Edwards 6250B/6270B and 6264B and

Simplex models 2098-9201/9202 and 9576.

o Block Acknowledge: The system shall support a block Acknowledge for Trouble

Conditions

o Sensitivity Adjust: The system shall provide Automatic Detector Sensitivity Adjust

based on Occupancy schedules including a Holiday list of up to 15 days.

o Environmental Drift Control: The system shall provide means for setting

Environmental Drift Compensation by device. When a detector accumulates dust

in the chamber and reaches an unacceptable level but yet still below the allowed

limit, the control panel shall indicate a maintenance alert warning. When the

detector accumulates dust in the chamber above the allowed limit, the control panel

shall indicate a maintenance urgent warning.

o Custom Action Messages: The system shall provide means to enter up to 100

custom action messages of up to 160 characters each. It shall be possible to

assign any of the 100 messages to any point.

o Print Functions: The system shall provide means to obtain a variety of reports

listing all event, alarm, trouble, supervisory, or security history. Additional reports

shall be available for point activation for the last Walk Test performed, detector

maintenance report containing the detector maintenance status of each installed

addressable detector, all network parameters, all panel settings including broad

cast time, event ordering, and block acknowledge, panel timer values for Auto

Silence, Silence Inhibit, AC Fail Delay time and if enabled, Proprietary Reminder,

and Remote Reminder timers, supervision settings for power supply and printers,

all programmed logic equations, all custom action messages, all non-fire and output

154

Page 155: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

activations (if pre-programmed for logging) all active points filtered by alarms only,

troubles only, supervisory alarms, pre alarms, disabled points and activated points,

all installed points filtered by SLC points, logic zones, annunciators, releasing

zones, special zones, and trouble zones.

o Local Mode: If communication is lost to the central processor the system shall

provide added survivability through the intelligent loop control modules. Inputs from

devices connected to the SLC and loop control modules shall activate outputs on

the same loop when the inputs and outputs have been set with point programming

to participate in local mode or when the type codes are of the same type: that is, an

input with a fire alarm type code shall activate an output with a fire alarm type code.

o Resound based on type for security or supervisory: The system shall indicate a

Security alarm when a monitor module point programmed with a security Type

Code activates. If silenced alarms exist, a Security alarm will Resound the panel

sounder. The system shall indicate a Supervisory alarm when a monitor module

point programmed with a supervisory Type Code activates. If there are silenced

alarms, a Supervisory alarm will Resound the panel sounder.

o Read status preview - enabled and disabled points: Prior to re-enabling points, the

system shall inform the user that a disabled device is in the alarm state. This shall

provide notice that the device must be reset before the device is enabled thereby

avoiding activation of the notification circuits.

o Custom Graphics: When fitted with an LCD display, the panel shall permit

uploading of a custom bit-mapped graphic to the display screen.

o Multi-Detector and Cooperating Detectors: The system shall provide means to link

one detector to up to two detectors at other addresses on the same loop in

cooperative multi-detector sensing. There shall be no requirement for sequential

addresses on the detectors and the alarm event shall be a result or product of all

cooperating detectors chamber readings.

o Tracking/Latching Duct (ion and photo): The system shall support both tracking

and latching duct detectors either ion or photo types.

o ACTIVE EVENT: The system shall provide a Type ID called FIRE CONTROL for

purposes of air-handling shutdown, which shall be intended to override normal

operating automatic functions. Activation of a FIRE CONTROL point shall cause

the control panel to (1) initiate the monitor module Control-by-Event, (2) send a

message to the panel display, history buffer, installed printer and annunciators, (3)

shall not light an indicator at the control panel, (4) Shall display ACTIVE on the LCD

155

Page 156: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

as well a display a FIRE CONTROL Type Code and other information specific to

the device.

o NON-FIRE Alarm Module Reporting: A point with a type ID of NON-FIRE shall be

available for use for energy management or other non-fire situations. NON-FIRE

point operation shall not affect control panel operation nor shall it display a

message at the panel LDC. Activation of a NON-FIRE point shall activate control

by event logic but shall not cause any indication on the control panel.

o Security Monitor Points: The system shall provide means to monitor any point as a

type security.

o One-Man Walk Test: The system shall provide both a basic and advanced walk test

for testing the entire fire alarm system. The basic walk test shall allow a single

operator to run audible tests on the panel. All logic equation automation shall be

suspended during the test and while annunciators can be enabled for the test, all

shall default to the disabled state. During an advanced walk test, field-supplied

output point programming will react to input stimuli such as CBE and logic

equations. When points are activated in advanced test mode, each initiating event

shall latch the input. The advanced test shall be audible and shall be used for pull

station verification, magnet activated tests on input devices, input and output device

and wiring operation/verification.

o Control By Event Functions: CBE software functions shall provide means to

program a variety of output responses based on various initiating events. The

control panel shall operate CBE through lists of zones. A zone shall become listed

when it is added to a point’s zone map through point programming. Each input

point such as detector, monitor module or panel circuit module shall support listing

of up to 10 zones into its programmed zone map.

o Permitted zone types shall be general zone, releasing zone and special zone.

Each output point (control module, panel circuit module) can support a list of up to

10 zones including general zone, logic zone, releasing zone and trouble zone. It

shall be possible for output points to be assigned to list general alarm. Non-Alarm

or Supervisory points shall not activate the general alarm zone.

o 1000 General Zones: The system shall support up to 1000 general purpose

software zones for linking inputs to outputs. When an input device activates, any

general zone programmed into that device’s zone map will be active and any output

device that has an active general zone in its map will be active. It shall also be

possible to use general zone as arguments in logic equations.

156

Page 157: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

o 1000 Logic Equations: The system shall support up to 1000 logic equations for

AND, OR, NOT, ONLY1, ANYX, XZONE or RANGE operators that allow

conditional I/O linking. When any logic equation becomes true, all output points

mapped to the logic zone shall activate.

o 10 trouble equations per device: The system shall provide support for up to 10

trouble equations for each device, which shall permit programming parameters to

be altered, based on specific fault conditions. If the trouble equation becomes true,

all output points mapped to the trouble zone shall activate.

o Control-By-Time: A time based logic function shall be available to delay an action

for a specific period of time based upon a logic input with tracking feature. A

latched version shall also be available. Another version of this shall permit

activation on specific days of the week or year with ability to set and restore based

on a 24 hour time schedule on any day of the week or year.

o Multiple agent releasing zones: The system shall support up to 10 releasing zones

to protect against 10 independent hazards. Releasing zones shall provide up to

three cross-zone and four abort options to satisfy any local jurisdiction

requirements.

o Alarm Verification, by device, with timer and tally: The system shall provide a user-

defined global software timer function that can be set for a specific detector. The

timer function shall delay an alarm signal for a user-specified time period and the

control panel shall ignore the alarm verification timer if another alarm is detected

during the verification period. It shall also be possible to set a maximum verification

count between 0 and 20 with the “0” setting producing no alarm verification. When

the counter exceeds the threshold value entered, a trouble shall be generated to

the panel.

G. Central Processing Unit

1. The Central Processing Unit shall communicate with, monitor, and control all other

modules within the control panel. Removal, disconnection or failure of any control

panel module shall be detected and reported to the system display by the Central

Processing Unit.

2. The Central Processing Unit shall contain and execute all control-by-event (including

Boolean functions including but not limited to AND, OR, NOT, ANYx, and

CROSSZONE) programs for specific action to be taken if an alarm condition is

detected by the system. Such control-by-event programs shall be held in non-volatile

157

Page 158: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

programmable memory, and shall not be lost with system primary and secondary

power failure.

3. The Central Processing Unit shall also provide a real-time clock for time annotation,

to the second, of all system events. The time-of-day and date shall not be lost if

system primary and secondary power supplies fail.

4. The CPU shall be capable of being programmed on site without requiring the use of

any external programming equipment. Systems that require the use of external

programmers or change of EPROMs are not acceptable.

5. Consistent with UL864 standards, the CPU and associated equipment are to be

protected so that voltage surges or line transients will not affect them.

6. Each peripheral device connected to the CPU shall be continuously scanned for

proper operation. Data transmissions between the CPU and peripheral devices shall

be reliable and error free. The transmission scheme used shall employ dual

transmission or other equivalent error checking techniques.

7. The CPU shall provide an EIA-232 interface between the fire alarm control panel and

the UL Listed Electronic Data Processing (EDP) peripherals.

8. The CPU shall provide two EIA-485 ports for the serial connection to annunciation

and control subsystem components.

9. The EIA-232 serial output circuit shall be optically isolated to assure protection from

earth ground.

10. The CPU shall provide one high-speed serial connection for support of network

communication modules.

11. The CPU shall provide double pole relays for FIRE ALARM, SYSTEM TROUBLE,

SUPERVISORY, and SECURITY. The SUPERVISORY and SECURITY relays shall

provide selection for additional FIRE ALARM contacts.

H. Display

1. The system display shall provide all the controls and indicators used by the system

operator and may also be used to program all system operational parameters.

2. The display assembly shall contain, and display as required, custom alphanumeric

labels for all intelligent detectors, addressable modules, and software zones.

3. The system display shall provide a 640-character backlit alphanumeric Liquid Crystal

Display (LCD). It shall also provide ten Light-Emitting-Diodes (LEDs), that indicate

the status of the following system parameters: AC POWER, FIRE ALARM,

PREALARM, SECURITY, SUPERVISORY, SYSTEM TROUBLE, OTHER EVENT,

SIGNALS SILENCED, POINT DISABLED, and CPU FAILURE.

158

Page 159: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

4. The system display shall provide a alphanumeric keypad with control capability to

command all system functions, entry of any alphabetic or numeric information, and

field programming. Two different password levels with up to ten (one Master and nine

User) passwords shall be accessible through the display interface assembly to

prevent unauthorized system control or programming.

5. The system display shall include the following operator control switches:

ACKNOWLEDGE, SIGNAL SILENCE, RESET, DRILL, and LAMP TEST.

Additionally, the display interface shall allow scrolling of events by event type

including, FIRE ALARM, SECURITY, SUPERVISORY, TROUBLE, and OTHER

EVENTS. A PRINT SCREEN button shall be provided for printing the event currently

displayed on the 640-character LCD.

I. Loop (Signaling Line Circuit) Control Module:

1. The Loop Control Module shall monitor and control a minimum of 300 intelligent

addressable devices. This includes 150 intelligent detectors (Ionization,

Photoelectric, or Thermal) and 150 monitor or control modules.

2. The Loop Control Module shall contain its own microprocessor and shall be capable

of operating in a local/degrade mode (any addressable device input shall be capable

of activating any or all addressable device outputs) in the unlikely event of a failure in

the main CPU.

3. The Loop Control Module shall provide power and communicate with all intelligent

addressable detectors and modules on a single pair of wires. This SLC Loop shall be

capable of operating as a NFPA Style 6 (Class B) circuit.

4. The SLC interface board shall be able to drive an NFPA Style 6 twisted unshielded

circuit up to 12,500 feet in length. The SLC Interface shall also be capable of driving

an NFPA Style 6, no twist, no shield circuit for limited distances determined by the

manufacturer. In addition, SLC wiring shall meet the listing requirements for it to exit

the building or structure. "T"-tapping shall be allowed in either case.

5. The SLC interface board shall receive analog or digital information from all intelligent

detectors and shall process this information to determine whether normal, alarm, or

trouble conditions exist for that particular device. Each SLC Loop shall be isolated

and equipped to annunciate an Earth Fault condition. The SLC interface board

software shall include software to 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 may also be used for

159

Page 160: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

automatic detector testing and the automatic determination of detector maintenance

requirements.

6. The system to have redundant loops in case of emergency

7. Each DC & Novec location will be handled by a dedicated single loop.

J. Enclosures:

1. 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.

2. The back box and door shall be constructed of 0.060 steel with provisions for

electrical conduit connections into the sides and top.

3. The door shall provide a key lock and include a transparent opening for viewing all

indicators. For convenience, the door shall have the ability to be hinged on either the

right or left-hand side.

4. The control unit shall be modular in structure for ease of installation, maintenance,

and future expansion.

K. Power Supply:

1. The Addressable Main Power Supply shall operate on 120/240 VAC, 50/60 Hz, and

shall provide all necessary power for the FACP.

2. The Addressable Main Power Supply shall provide the required power to the CPU

using a switching 24 VDC regulator and shall incorporate a battery charger for 24

hours of standby power using dual-rate charging techniques for fast battery recharge.

3. The Addressable Main Power Supply shall provide a battery charger for 24 hours of

standby using dual-rate charging techniques for fast battery recharge. The supply

shall be capable of charging batteries ranging in capacity from 7-200 amp-hours

within a 48-hour period.

4. The Addressable Main Power Supply shall provide a very low frequency sweep earth

detect circuit, capable of detecting earth faults.

5. The Addressable Main Power Supply shall be power-limited per UL864 requirements.

L. System Circuit Supervision

1. The FACP shall supervise all circuits to intelligent devices, transponders,

annunciators and peripheral equipment and annunciate loss of communication with

160

Page 161: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

these devices. The CPU shall continuously scan above devices for proper system

operation and upon loss of response from a device shall sound an audible trouble,

indicate which device or devices are not responding and print the information in the

history buffer and on the printer.

2. Transponders that lose communication with the CPU shall sound an audible trouble

and light an LED indicating loss of communications.

3. Sprinkler system valves, standpipe control valves, PIV, and main gate valves shall be

supervised for off-normal position.

4. All speaker and emergency phone circuits shall be supervised for opens and shorts.

Each transponder speaker and emergency phone circuit shall have an individual

ON/OFF indication (green LED).

M. Field Wiring Terminal Blocks

1. All wiring terminal blocks shall be the plug-in/removable type and shall be capable of

terminating up to 12 AWG wire. Terminal blocks that are permanently fixed to the PC

board are not acceptable.

N. Controls with associated LED Indicators:

1. Speaker Switches/Indicators

a. The speaker circuit control switches/indicators shall include visual indication of

active and trouble status for each speaker circuit in the system.

b. The speaker circuit control panel shall include switches to manually activate or

deactivate each speaker circuit in the system.

2. Emergency Two-Way Telephone Control Switches/Indicators

a. The emergency telephone circuit control panel shall include visual indication of

active and trouble status for each telephone circuit in the system.

b. The telephone circuit control panel shall include switches to manually activate

or deactivate each telephone circuit in the system.

O. Remote Transmissions:

1. Provide local energy or polarity reversal or trip circuits as required.

2. The system shall be capable of operating a polarity reversal or local energy or fire

alarm transmitter for automatically transmitting fire information to the fire department.

3. Provide capability and equipment for transmission of zone alarm and trouble signals

to remote operator's terminals, system printers and annunciators.

161

Page 162: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

4. Transmitters shall be compatible with the systems and equipment they are connected

to such as timing, operation and other required features.

P. System Expansion:

Design the main FACP and required components so that the system can be expanded in

the future (to include the addition of twenty percent more circuits or zones) without

disruption or replacement of the existing control panel. This shall include hardware

capacity, software capacity and cabinet space.

Q. Field Programming

1. The system shall be programmable, configurable and expandable in the field without

the need for special tools, laptop computers, or other electronic interface equipment.

There shall be no firmware changes required to field modify the system time, point

information, equations, or annunciator programming/information.

2. It shall be possible to program through the standard FACP keyboard all system

functions.

3. All field defined programs shall be stored in non-volatile memory.

4. Two levels of password protection shall be provided in addition to a key-lock cabinet.

One level shall be used for status level changes such as point/zone disable or

manual on/off commands (Building Manager). A second (higher-level) shall be used

for actual change of the life safety program (installer). These passwords shall be five

(5) digits at a minimum. Upon entry of an invalid password for the third time within a

one minute time period an encrypted number shall be displayed. This number can be

used as a reference for determining a forgotten password.

5. The system programming shall be "backed" up via an upload/download program, and

stored on compatible removable media. A system back-up disk shall be completed

and given in duplicate to the building owner and/or operator upon completion of the

final inspection. The program that performs this function shall be "non-proprietary", in

that, it shall be possible to forward it to the building owner/operator upon his or her

request.

6. The installer's field programming and hardware shall be functionally tested on a

computer against known parameters/norms which are established by the FACP

manufacturer. A software program shall test Input-to-Output correlations, device

Type ID associations, point associations, time equations, etc. This test shall be

performed on an IBM-compatible PC with a verification software package. A report

162

Page 163: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

shall be generated of the test results and two copies turned in to the engineer(s) on

record.

R. Specific System Operations

1. Smoke Detector Sensitivity Adjust: Means shall be provided for adjusting the

sensitivity of any or all analog intelligent smoke detectors in the system from the

system keypad or from the keyboard of the video terminal. Sensitivity range shall be

within the allowed UL window.

2. 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 function shall be programmable from 0 to 60 seconds and

each detector shall be able to be selected for verification during the field

programming of the system or anytime after system turn-on. Alarm verification shall

not require any additional hardware to be added to the control panel. 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.

S. System Point Operations:

1. Any addressable device in the system shall have the capability to be enabled or

disabled through the system keypad or video terminal.

2. System output points shall be capable of being turned on or off from the system

keypad or the video terminal.

3. Point Read: The system shall be able to display the following point status diagnostic

functions without the need for peripheral equipment. Each point shall be annunciated

for the parameters listed:

a. Device Status.

b. Device Type.

c. Custom Device Label.

d. Software Zone Label.

e. Device Zone Assignments.

f. Analog Detector Sensitivity.

g. All Program Parameters.

4. System Status Reports: Upon command from an operator of the system, a status

report will be generated and printed, listing all system statuses:

5. System History Recording and Reporting: The fire alarm control panel shall contain a

history buffer that will be capable of storing up to 1000 system events. Each of these

163

Page 164: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

events will be stored, with time and date stamp, until an operator requests that the

contents be either displayed or printed. The contents of the history buffer may be

manually reviewed; one event at a time, and the actual number of activations may

also be displayed and or printed.  History events shall include all alarms, troubles,

operator actions, and programming entries.

6. The history buffer shall use non-volatile memory. Systems which use volatile memory

for history storage are not acceptable.

7. Automatic Detector Maintenance Alert: The fire alarm control panel shall

automatically interrogate each intelligent system detector and shall analyze the

detector responses over a period of time.

8. If any intelligent detector in the system responds with a reading that is below or

above normal limits, then the system will enter the trouble mode, and the particular

Intelligent Detector will be annunciated on the system display, and printed on the

optional system 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.

9. The system shall include the ability (programmable) to indicate a "pre-alarm"

condition. This will be used to alert maintenance personal when a detector is at 80%

of its alarm threshold in a 60 second period.

164

Page 165: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

15.5 VESDA SYSTEM

System DescriptionSystem Description

Design Requirements

1. Shall consist of a highly sensitive LASER-based smoke detector, aspirator, and filter.

2. It shall have a display featuring LEDs and a Reset/Isolate button. The system shall be

configured by a Programmer that is either, portable or PC based.

The system shall allow programming of:

up to three smoke threshold alarm levels;

time delays;

faults including airflow, detector, power and filter as well as an indication of the

urgency of the fault;

Three relay outputs for remote indication of alarm and fault.

3. It shall consist of an air sampling pipe network to transport air to the detection system,

supported by calculations from a computer-based design modelling tool.

4. Optional equipment may include intelligent remote displays and/or a high level interface

with the building fire alarm system, or a dedicated VESDA System Management

(VSM™) graphics package (VN version).

5. Performance Requirements

Shall be tested and approved to cover up to 500 sq.m.

Shall be approved to provide very early smoke detection and provide up to three

output levels corresponding to Alert (optional), Pre-Alarm and Fire. These levels shall

be programmable and able to be set at sensitivities ranging from 0.005 – 20%

obsc/m.

Shall report any fault on the unit using the fault relay or via VSM.

Shall be self monitoring for filter contamination.

Shall incorporate a flow sensor in the pipe inlet port and provide staged airflow faults.

Detector Assembly

165

Page 166: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

1. The Detector, Filter, Aspirator and Relay Outputs shall be housed in an enclosure and

shall be arranged in such a way that air is drawn from the fire risk and a sample passed

through the Dual Stage Filter and Detector by the Aspirator.

2. The Detector shall be LASER-based type and shall have an obscuration sensitivity

range of 0.005 – 20% obs/m.

3. The Detector shall have up to three independent field programmable smoke alarm

thresholds across its sensitivity range with adjustable time delays for each threshold

between 0-60 seconds.

4. The Detector shall also incorporate the facility to transmit a fault either via VESDAnet or

relay.

5. The detector shall have a single pipe inlet which must contain a flow sensor. Both

Minor and Urgent flow faults for both high and low shall be reported.

6. The filter must be a two-stage disposable filter cartridge. The first stage shall be capable

of filtering particles in excess of 20 microns from the air sample. The second stage shall

be ultra- fine, removing more than 99% of contaminant particles of 0.3microns or larger,

to provide a clean air barrier around the detector’s optics to prevent contamination and

increase service life.

7. The aspirator shall be a purpose-designed rotary vane air pump. It shall be capable of

supporting a single pipe run of 50m, or two or three pipe runs, with a transport time of

less than 60 seconds or as appropriate codes dictate.

8. The Assembly must contain relays for alarm and fault conditions. The relays shall be

software programmable (latching or non-latching). The relays must be rated at 2 AMP

at 30 VDC. Remote relays shall be offered as an option and either configured to

replicate those on the detector or programmed differently.

9. The assembly shall have built-in event and smoke logging. It shall store smoke levels,

alarm conditions, operator actions and faults. The date and time of each even shall be

recorded. Each detector (zone) shall be capable of storing up to 12,000 events.

Displays

1. The detector will be provided with LED indicators only.

2. Each Detector shall provide the following features at a minimum:

Independent high intensity alarm indicators for Pre-Alarm and Fire (Alert indicated by

the Pre-Alarm LED flashing) corresponding to the alarm thresholds of the detector.

166

Page 167: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

Fault indicator.

OK indicator.

Isolate indicator.

A single button supporting the following features:

a) Reset – (a single push of the button) Unlatches all latched alarm conditions on the

assigned VLC zone.

b) Isolate – (push and hold) Isolates the individual VLC zone (inhibits Alarm and Fault

relays and initiates the Fault relay).

A remotely mounted Display may be optionally equipped with 7 configurable relays

for signaling alarm and fault conditions.

The remote Display shall be able to identify Faults originating in the particular VLC

zone (Zone Fault), those produced by the overall smoke detection system or from

those resulting from network wiring errors (Network Fault). LED indicators shall be

provided for each fault category.

Programmers

1. When required, a Programmer module may be in a remote mounting box, a 19 inch

remote Rack, or in a portable hand-held unit (VN version).

Alternatively, programming may be performed using a Windows® application running

on a PC; connected through a PC-Link HLI for VN.

Connected across RS232 with VESDA link for RO.

2. Each Programmer shall support the following features at a minimum:

Programming of any device on the VESDAnet system.

Viewing of the status of any device in the system.

Adjustment of the alarm thresholds of a nominated detector.

Initiation of Auto Learn™, to automatically configure the detector’s alarm threshold

settings to suit the current environment.

Multi-level password control.

Programmable latching or non-latching relay operation.

Programmable high and low flow settings for airflow supervision.

Programmable maintenance intervals.

167

Page 168: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

Facilities for referencing with time dilution compensation. (VN only)

Testing of relays assigned to a specific zone to aid commissioning.

Device Networking Requirements

1. The devices in the smoke detection system shall be capable of communicating with

each other via twisted pair RS485 cable. The network shall be able to support up to

250 devices (detectors, displays and programmers), of which at least 100 detectors

can be supported.

2. The unit shall be capable of being configured in a fault tolerant loop for both short

circuit and open circuit.

3. PC based configuration tools shall be available to configure and manage the network

of detectors.

Digital Communication Port

Should comply to EIA RS485 Protocol.

Application

1. Detection Alarm Levels

The laser based aspirating detection system shall have up to three (3)

independently programmable alarm thresholds. The three alarm levels may be

used as follows:

Alarm Level 1 (Alert)

Activate a visual and audible alarm in the fire risk area.

Alarm Level 2 (Pre-Alarm)

Activate the electrical/electronic equipment shutdown relay and activate

visual and audible alarms in the Security Office or other appropriate

location.

Alarm Level 3 (Fire)

Activate an alarm condition in the Fire Alarm Control Panel to call the Fire

Brigade and activate all warning systems.

NOTE: The alarm level functions as listed are possible scenarios.

Consideration should be given to the best utilisation of these facilities

for each application and the requirements of local authorities.

168

Page 169: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

2. Initial Detection Alarm Settings

Initial settings for the alarm levels shall be determined by the requirements of the

fire zone.

Default settings of the unit shall be:

Alarm Level 1 (Alert) not configured (0.08% Obs/m if configured)

Alarm Level 2 (Pre-Alarm) 0.14% Obs/m

Alarm Level 3 (Fire) 0.2% Obs/m

3. Initial (factory default) Alarm Delay Thresholds

Initial (factory default) settings for the alarm delay threshold shall be:

Alarm Level 1 (Alert) 10 seconds

Alarm Level 2 (Pre-Alarm) 10 seconds

Alarm Level 3 (Fire) 10 seconds

4. Fault Alarms

The Detector Fault relay shall be connected to the appropriate alarm zone on the

Fire Alarm Control Panel in such a way that a Detector Fault would register a

fault condition on the FACP. The fault relay shall also be connected to the

appropriate control system.

(Check local Codes, Standards or Regulations to determine whether compliance

with this set-up is required).

5. Power Supply and Batteries

The system shall be powered from a regulated supply of nominally 24V DC. The

battery charger and battery shall comply with the relevant Codes, Standards or

Regulations. Typically 24 hours standby battery back up is required followed by 30

minutes in an alarm condition.

Local Power Supply Standards that may apply:

ASNZ 1603 Part 4 –1987

UL 1481 Listed (provided the power supply and standby batteries have been

appropriately sized/rated to accommodate the system’s power requirements).

US Telecommunication Central Office Power Supply: The system shall operate on

negative 48 VDC (provided continuously from the telephone central office power

source) converted to 24VDC.

169

Page 170: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

Sampling Pipe DesignSampling Pipe Design

Sampling Pipe

The sampling pipe shall be smooth bore with an internal diameter between 15-25mm.

Normally, pipe with an outside diameter of 25mm and internal diameter of 21mm should be

used.

The pipe material should be suitable for the environment in which it is installed, or should be

the material as required by the specifying body.

All joints in the sampling pipe must be air tight and made by using solvent cement, except at

entry to the detector.

The pipe shall be identified as Aspirating Smoke Detector Pipe (or similar wording) along its

entire length at regular intervals not exceeding the manufacturers recommendation or that of

local codes and standards.

All pipes should be supported at not less than 1.5m centres, or that o f the local codes or

standards.

The far end of each trunk or branch pipe shall be fitted with an end cap and drilled with a

hole appropriately sized to achieve the performance as specified and as calculated by the

system design.

Sampling Holes

Sampling holes of 2mm, or otherwise appropriately sized holes (see Section 3.05), shall not

be separated by more than the maximum distance allowable for conventional point detectors

as specified in the local code or standard. Intervals may vary according to calculations.

For AS1670 the maximum allowable distance is 10m.

For BFPSA the maximum allowable distance is 10m

For NFPA the maximum allowable distance is 30 ft.

Each sampling point shall be identified in accordance with Codes or Standards.

Consideration shall be given to the manufacturers recommendations and standards in

relation to the number of Sampling Points and the distance of the Sampling Points from the

ceiling or roof structure and forced ventilation systems.

INSTALLATIONINSTALLATION

The Detection system

The contractor shall install the system in accordance with the manufacturer's System Design

Manual.

The Capillary Sampling Network

170

Page 171: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

Where false ceilings are installed, the sampling pipe shall be installed above the ceiling, and

Capillary Sampling Points shall be installed on the ceiling and connected by means of a

capillary tube.

The minimum internal diameter of the Capillary tube shall be 5mm, the maximum length of

the Capillary tube shall be 2m unless the manufacturer in consultation with the engineer

have specified otherwise.

The Capillary tube shall terminate at a Ceiling Sampling Point specifically designed and

approved by the manufacturer. The performance characteristics of the Sampling Points

shall be taken into account during the system design.

171

Page 172: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

15.6 Fire Suppression Systems

General

The bidder shall supply, install, test and put in operation NOVEC 1230 (Fluro Ketone –FK-5-1-12)

based fire suppression system. The fire suppression system shall include and not be limited to gas

release control panel, PESO approved seamless cylinders, discharge valve (with solenoid or

pneumatic actuator) as the case may be, discharge pipe, check valve and all other accessories

required to make a complete operation system meeting applicable requirements of NFPA 2001

standards and installed in compliance with all applicable requirements of the local codes and

standards.

The system design should be based on the specifications contained herein, NFPA 2001 and in

accordance with the requirements specified in the design manual of the agent. The bidder shall

confirm compliance to the above along with their bid.

The system shall be properly filled and supplied by an approved OEM (Original

Equipment Manufacturer)

Generally the key components* of the system shall be FM/UL listed. The NOVEC 1230 gas shall:

(i) Comply with NFPA 2001 standard

(ii) Have the approval from US EPA (Environmental Protection Agency) for use as a total

flooding fire extinguishing for the protection of occupied space:

(iii) Be given Underwriters' Laboratories Inc. (UL, USA) component listing for the NOVEC

1230 gaseous agent.

(iv) Must have zero ozone depletion potential (ODP)

(v) Have a minimal life span in atmosphere, with atmospheric life time of less than 5 days

(vi) be efficient, effective and does not require excessive space and high pressure for

storage;

(vii) commercially available

172

Page 173: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

*Key components are valves and its accessories, actuators, flexible discharge and connection

hoses, check valves, pressure switch, and nozzles

The gas release panel to be available in redundant and be capable for integration to FAS

Design Condition

The Novec 1230 agent is stored in seamless steel cylinders and dry nitrogen is added to provide

additional energy to give the required rapid discharge. At the normal operating pressure of 25 bar

at 21o C, the agent is a liquid in the container.

- The designer shall consider simultaneous total flooding of all voids within the protected volume.

The system shall be designed in accordance with the OEM’s Design Manual.

- In order to extinguish a fire using clean agent, the concentration of agent delivered to each void

shall be above the minimum design concentration. The following shall be considered while

designing the system.

- The minimum design concentration shall be 4.2%. Class A Design concentration.

- If the protected volume has a floor and / or ceiling void the spaces shall be included in the

protected volume, employing a minimum design concentration not below that of the main room

compartment.

- The discharge nozzles shall be located within the protected volume in compliance to limitations

and with regard to spacing, floor and ceiling coverage, etc. The nozzles shall be positioned such

that they would cover the entire area up to the extreme corners of the area under protection and

the design concentration will be established in all parts of the protected volumes.

- The final numbers of discharge nozzles shall be according to the OEM’s product manual.

- The average pressure at each nozzle shall not be less than 6.034 Bar.

- The gas flow calculations shall be carried out on special software given by the OEM. The

software should support usage of seamless cylinders which have a different design compared to

the standard containers used worldwide. The system acceptance report shall show the resulting

concentration in each independent void to be above 4.2% and the average pressure at each

nozzle to be not less than 6.034 Bar.

- The agent discharge time shall not exceed 10 seconds and not less than 5 seconds.

The design concentration shall follow at minimum NFPA 2001 for under floor, room and ceiling

space. Unless otherwise approved, room temperature for air-conditioned space shall be taken

around 20C. For non-air conditioned space, the temperature shall be taken around ambient

173

Page 174: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

temperature. The system shall be designed with minimum design concentration of 4.2 % as

applicable to Class A & C fire.

The system engineering company should carry out the piping Isometric design and validate the

same with a hydraulic flow calculation generated by using the agent's design software.

Appropriate fill density to be arrived at based on the same.

The system shall be so designed that a fire condition in any one protected area shall actuate

automatically the total flooding of clean agent in that area independently. The entire system shall

incorporate inter-alia detection, audible and visual alarms, actuation and extinguishing.

SYSTEM DESIGN

Cylinders

Each cylinder shall be seamless steel type manufactured from billets and tested in accordance

with IS 7285 / BS 5045 standard and approved by PESO.

The cylinder/valve assembly shall have suitable metallic protection for the valve enabling

transportation of the filled cylinders safely.

The cylinders shall be super-pressurized with dry Nitrogen to 25 bar. The cylinder shall be capable

of withstanding any temperature between -30 Deg C and 70 Deg C.

All cylinders shall be distinctly and permanently marked with the quantity of agent contained, the

empty cylinder weight, the pressurization pressure and the zones they are protecting.

Cylinder Valve

The Valve assembly shall be mounted directly on the cylinder and should NOT have any adaptor

provision between the cylinder and Valve as per requirements of PESO. Cylinders with Adaptor

between Valve assembly shall be rejected as it is a violation of the PESO norms.

Each cylinder valve shall have a provision for fixing a supervisory pressure switch and a safety

burst disc to protect the cylinder from over pressure. The cylinder valve shall have a disabling plug

to prevent accidental discharge of the valve during transportation and installation.

Each valve is to be fitted with a pressure gauge for monitoring loss of pressure.

The master cylinder valve is to be released electrically which is performed by means of a solenoid

valve arrangement. Pilot cylinder actuation and pyrotechnic devices shall not be used.

Cylinder valve Actuators

174

Page 175: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

In a single cylinder system the cylinder shall have a solenoid operated actuator and a manual

actuator incorporating a strike knob mounted on top of the solenoid operated actuator. Multi

cylinder systems shall have the same fitted on to the master cylinder and pressure operated

actuators fitted on each slave cylinder. All actuators shall be original OEM make and locally

manufactured actuators shall not be used.

Hoses

Each cylinder valve shall be provided with a plug in type flexible rubber discharge hose of

minimum 40mm size with a test pressure of 52 Bar. Each hose shall be permanently marked with

the test pressure and OEM’s part number. Multi cylinder systems shall have an interconnect hose

for each cylinder. All hoses shall be original OEM make and locally manufactured hoses shall not

be used.

Manifold with Check valve

The manifold shall be fabricated from ASTM A106 Schedule 80 seamless pipe and shall have

integral check valves provided for each cylinder. The Manifold shall preferably be supplied by the

original equipment manufacturer instead of fabricating the same at site.

RE-FILLING AND MAINTENANCE

In case of any leakage or accidental discharge of the agent, it should be possible to re-fill the

cylinders from a valid PESO approved OEM filling station in India itself. The contractor should

indicate the source of re-filling and the time that will be taken for re-filling and replacement.

PIPING AND FITTINGS

All piping shall be ASTM A-106, Grade-B, Schedule 40 seamless pipes and all fitting shall be of

ASTM A-105.

The Novec is required for the panel rooms, DC, UPS, networking & staging rooms

DOCUMENTATION

175

Page 176: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

The system engineering company should prepare & submit along with the bid documents, the

piping Isometric drawing and support the same with a UL listed hydraulic flow calculation

generated using the agent's design software. The calculations shall validate the fill density

assumed by the bidder.

The bidder shall submit copies of datasheets of hardware used in the system. The bidder shall

also submit copy of PESO approval letter for the cylinder proposed to be used.

The bidder shall also submit calculations to evidence the qty of agent considered for the system.

The successful vendor must submit, along with the supply invoice, a certificate of authenticity for

the agent, duly checked and vetted by the OEM.

The system engineering company should provide, as part of the handing over, the As-built

drawings and operation & maintenance manual.

LIST OF MAKES

Seamless Cylinders : Worthington / Rama / EKCElectric Actuator : Kidde / ChemetronPressure Actuator : Kidde / ChemetronDischarge Nozzle : Kidde / ChemetronManual Actuator : Kidde / ChemetronFlexible Discharge Hose : Kidde / ChemetronManifold Check Valve : Kidde / ChemetronActuation Hose : Kidde / ChemetronNOVEC 1230 Gas : 3M, USASeamless Pipe : Maharastra Steel / BHEL / Eqvt.

176

Page 177: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

15.7 Rodent Repellant System

1.0 GENERAL OBJECTIVEThe objective is to protect the entire premises viz., all the voids against rodents. The

purpose is to keep the rodents away from the floor by generating very high frequency

sound waves (above 20 Khz) which are not legible to human ear but irritates rodents. The

objective is to protect all the cables below floor, above ceiling & room void from damage

caused by rodents.

2.0 SCOPE

The system proposed is to protect all the equipments, areas with relevant type of high

frequency sound producing device called satellites or transducers.

Once powered up these transducers produce very high frequency variable sound waves

( above 20 Khz) continuously which irritate the rodents and are forced to evacuate the

place.

The system shall cover minimum of 10000 sqf area per controller & shall be able to

connect minimum 20 transducers per controller. The transducers shall cover minimum 400

sqf of area.

The devices can be tested periodically by means of a test switch provided on the Main

console.

3.0 APPLICABLE STANDARD

The OEM shall have an IDEMI and CFTRI certification for its products.

4.0 SYSTEM COMPONENTS

4.1 SATELLITES :

The satellites or Transducers shall be circular ceiling mounted low profile units that

produce high decibel sound waves at very high frequency not less than 20 Khz. These

satellites shall cover an area not less than 400 Sq.ft for Room void application,for ceiling

Voids & floor void applications.

No looping is permitted while connecting the satellites to the main controller. Every

satellite connected to the controller shall have a dedicated connection with the controller.

4.2 CONTROLLER

177

Page 178: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

The controller shall support 20 Transducers and shall come with a pair of stands and

brackets. The controller is installed in the control / BMS room and the transducers in the

problematic areas i.e. above and below false ceiling and

below false flooring.

Controller Features:

10000 Sq Feet of Area Coverage per system/ Controller.

shall drive up to 20 Transducers. With minimum @ 400sft coverage each.

LCD display with on-board controls for changing the following parameters:

o Wave Speed: Is an indicator for the number of frequency sweeps per minute. It can

have a maximum value of 130 and a minimum value of 60. The incremental size is

5 i.e. 65,70,75 and so on.

o Wave Density: Is an indicator for the number of divisions within a frequency band. It

can have a maximum value of 100 and a minimum value of 80. The incremental size

is 10 i.e.80,90 and 100.

o Frequency Band Time: Is an indicator of the time for which the controller would

operate in a pre programmed frequency band. There are 3 bands available:

Band A, Band B, and Band C. This parameter can have maximum value of 10

minutes and a minimum value of 1 minute per band. Depending upon the time frame

set for each band, the controller will switch the bands automatically.

o Machine/Controller ID: Is an indicator of the machine/controller identification number.

It can have any value within the range of 1 to 255.

o Password Protection: Every controller is password protected. To change the

parameters mentioned above you have to key in the password.  The password can

be changed if required. The password can be any 5 digit number.

o Frequency Testing: This feature will enable the user to test and verify the frequency

that is being transmitted from the controller to the transducer. This feature would

be particularly useful during systems audit.

o Transducer Testing: All the 20 transducers can be tested in an audible range one at a

time by using this feature.

o Provision for restoring all the parameters to the factory default setting

Inbuilt RS/EIA-485 transmission upto 1.2 kms to protected area(BMS Room).

Provision of a termination switch so that the controller data can be transferred to the

computer and can be subsequently viewed by installing CRMS Software.

Daisy chain protocol for interfacing 64 controllers (nodes)

178

Page 179: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

Independent Driver for each transducer.

Independent test facility for each transducer.

Transducer should cover up to 500 sq. feet of area above false ceiling, below false ceiling

and below false flooring or up to 400 sq. feet of area above false ceiling, below false ceiling

and below false flooring

Frequency band of > 20 KHz and <60 KHz is pre tuned for 100 different frequencies.

UL and CE approved transformers for power supply.

GUI Software Compatibility having the following Features:

Facility to configure controller parameters for all controllers in one go (broadcast) or for an

individual controller.

Facility to schedule / generate a consolidated Health Status Report of all the controllers

and / or an individual controller.

This is possible either with the help of the inbuilt scheduler (Daily, Weekly, Fortnightly and

Monthly Schedules) or in real time.

Individual folders for individual Controller reports with the folder name same as the machine

id. This folder will contain the

Report in text format and the PCB image of the corresponding controller. One single folder

for the consolidated report. This folder will contain only the report in text report and shall

depict the status of all controllers.

PCB snapshot of the controller for faulty transducer drivers.

Configurable control of the image quality of the PCB snapshot, thereby enabling the

customer to manage the computer

Memory effectively.

Admin Level password for report generation and scheduling.

Service Level password for parameter configuration of all / individual controllers.

Test facility to check if the signal is being transmitted to the transducer from the drivers on

the PCB.

Ping facility to check if all the controllers installed at the customer site are in the daisy chain

network. If not then the

Corresponding controller will have an ‘Offline’ status else it will have an ‘Online’ status.

Configurable ping acknowledgement / return time. This would be the time for which CRMS

software would wait for the

Controller to respond before it confirms the status of the controller as ‘Online’ or ‘Offline’.

Test Facility to test all controllers in a sequential mode or in an individual mode.

Online servicing/maintenance via web meetings.

179

Page 180: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

RS/ EIA 485 to RS/EIA 232C converter to transfer the controller data to the serial

port of your computer.

5.0 INSTALLATION

Installation shall be as shown on the drawings, and as recommended by the major

equipment manufacturer.

All cables, junction boxes, cables supports and hangers shall be concealed in finished areas

and may be exposed in unfinished areas. Transducers 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 transducers from contamination and physical damage.

All transducers and control panels shall be flush mounted when located in finished areas

and may be surface mounted when located in unfinished areas.

Installation of Transducers

All Transducers shall be installed in accordancewith installation instructions provided by the

manufacturer.

All Transducers shall be installed in the exact locations specified in the design drawings;

thus providing the best possible protection.

All Transducers shall be securely fixed to approved boxes and allow for easy fitting and

removal of Transducers.

Cable and wire entries to Transducers shall be fitted with grommets to prevent possible

damage to the insulation.

Cable and wire strain relief clamps shall be provided at all entries to Transducers.

Installation of Controllers

The Main Console shall be installed in accordancewith installation instructions provided by

the manufacturer.

The Main Console and its associated component parts shall be installed in the location

specified in the design drawings.

The Main Console equipment shall be securely fixed, and if required, marked with

appropriate notices, warnings, signs as applicable.

Cable and wire entries to the Main Console and associated devices shall be fitted with

grommets or glands to prevent possible damage to the insulation.

Cable and wire strain relief clamps shall be provided at entries to Main Console and

associated devices as required.

180

Page 181: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

6.0 TESTING

Sr No Description Visual

Test Readings Documentation

1All cables are tested for continuity, insulation, resistance etc.     √

2 System installation proper as per drawing √    

3

Carry out visual checks on all satellites &consoles free from any mechanical damage, cables, interphase modules etc.to ensure they are properly installed. √    

4 Check for proper termination & feruling √    

5 Check Input A/C Supply Voltage   √  

6Check location/spacing of satellites as in drawing.  √  √

7Check Distribution of satellites / Zones as per Drawing. √   √

8In Test mode check for each tranducer generating sound. √    

9Check Frequency across tranducers randomly which should be min 20KHZ √ √

10

Check Sound level in the area protected using Decible Meter which should be between 80 and 110db √ √

11If power fails, whether panel working on battery supply   NA  

12 Panel display and all key working properly  √  

13Check if supply is being provided to the Transducers from the main controller √ √

7.0 COMMISSIONING

At final commissioning of each system, the Contractor shall confirm that:

All detection devices, main console are tested and operate correctly .

The standby batteries are adequately sized. (Measurements of the quiescent and alarm

loads shall be taken and compared to calculated values used at the design stage.)

Calculations and measurements shall be submitted to the Engineer.

Commissioning shall be fully documented and the documentation submitted to the

Engineer.

The Contractor shall demonstrate each zone and main console to the satisfaction of the

Engineer by conducting a series of witnessed acceptance tests as directed by the

Engineer. This shall take place after the above final commissioning and following receipt

181

Page 182: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

of the commissioning documentation by the Engineer. of all devices in the system,

simulation of various faults and operation of all manual controls.

Both the installation and the commissioning activities shall be undertaken as a single

continuous operation.

Upon completion of the installation activity, the Rodent System contractor shall Test, Start-

up, Commission and Handover the system to the customer.

The Rodent System contractor shall make use of the following documents to record test

results and details of commissioning tests:

Cable Test Sheets

Installation Check Report

System Layout Drawing(s)

System Schematic Diagram(s)

The Rodent System contractor shall be responsible for inspecting and testing the complete

system.

The Rodent System contractor shall present an Acceptance Certificate for signature by the

Consultant/Customer.

8.0 DOCUMENTATION

The Rodent Repellant system contractor, upon completion of the commissioning activity,

shall hand over the system to the customer.

At the time of hand over, the contractor shall provide the customer with the following

documentation:

Copy of detailed report

Component and equipment list

Product description sheets

System design drawing(s)

System schematic diagram(s)

System operating manuals

9.0 HANDOVER

Prior to final acceptance, the installing contractor shall provide complete operation and

maintenance instruction manuals to the owner. All aspects of system operation and

182

Page 183: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

maintenance shall be detailed, including wiring diagrams of all circuits, a written description

of the system design, sequence of operation and drawing(s), illustrating control logic and

equipment used in the system. Checklists and procedures for emergency situations,

maintenance operations and procedures shall be included in the manual.

10.0 TRAINING

The contractor shall provide the customer with details of the training required by

personnel to operate and maintain the Rodent Repeller System.

The Contractor and the customer shall jointly agree the number of staff to attend the

training courses.

11.0 MAINTENANCE

Routine maintenance should be carried out in accordance with relevant customers

requirements.

All performance checks undertaken should be recorded in the system log book.

As a minimum, the following performance checks must be undertaken on each maintenance

visit.

Carry out verification checks as detailed in the commissioning instructions.

Remove dust and dirt from the Control Panels/satellites using a soft brush or a lint cloth. A

solvent which is harmless to the finishes of metal and plastic may be applied to more

stubborn stains.

Examine the exterior of the enclosure for any signs of damage or loose cable glands and

rectify any faults found.

Examine the printed circuit boards for signs of over heating, dry joints and/or damaged

tracks.

Examine the battery terminals for secure connection and for any signs of corrosion. Replace

or repair as required

183

Page 184: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

17.8 Water Leak Detection System

General

The Tenderer shall be responsible to supply, deliver, install, test, commission and maintain

of a proven technology and industrystandard solution for a water detection system in the

Data Center.

The complete system shall include electronic alarm panel, sensingcable, 4x20 alpha

numeric display, and auxiliary equipment, as indicated on the design drawings. The system

shall simultaneously detect the presence of water at any point along the cable's length and

switch the module's leak alarm relays.

The sensing cable shall be of such construction by using Non-conductive polymers in the

leak detection cable's construction. The Sensing Cable Shall be an abrasion resistant

polymer cores to increases the strength of the cable. Pressure on the sensing cable shall not

create a false alarm.

The Digital Sensor Cable shall be provided with pre-connectorised sensing

cable components.

Alarm Panel

The alarm panel shall be capable of monitoring up to (30 meters) of sensing cable.

The alarm Panel shall have LEDs indicating "power" (green), "alarm" (red), and “continuity"

(yellow). The system shall sound an audible alarm uponsensing a leak. The unit can then

continue to monitor and will re-alarm if there are any major changes. Once the alarm

condition has been cleared, the panel is reset with a single keystroke. The Panel shall have

4x20 alpha numeric display with adjustable contrast.

Basic Features of the alarm panel

a) In addition to detecting leaks, the system shall warn of fault conditions and indicates when

service is required.

b) An event history log allows leaks (and other events) to be tracked.

c) Both the events history log and any user settings are held in non -volatile memory. Event

log shall stores 50 date and time stamped alarm.

The alarm module will be powered by 230 VAC. The panel shall have

a pair of contacts open on an alarm, and a pair of contacts close on an alarm.These

contacts shall be used to actuate other alarms and shall be capable of switching 10 amps at

250 VAC.

In additions, the panel shall be provided with Rs-485 series port for connection to building

management system, & shall have slave modbus RTU protocol.

184

Page 185: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

The module enclosure shall be NEMA 1, constructed of 18- gauge steel with siemens gray

colour Powder Coated. The enclosure shall be capable of either semi-flush of surface

mounting.

Sensing Cable

The water sensing cable shall detect the presence of water andother

conductive fluids. The sensing technology shall be very low current AC signal and not DC signal to

avoid corrosion when subject to wet for long period.

Accessories

A Complete system accessories (leader cable, end terminations etc)shall beprovided by the

system manufacturer.

Performance

Leak Size Required to Alarm: Maximum wetted length of cable required to produce an

alarm with tap water shall be no greater the 1 centimetre. Sensitivity shall be adjustable at

panel module.

Continuous Coverage: The system shall provide continuous, distributed coverage of the

area to be protected. System shall have not Less than 4 physical Zones.

Supervision: The system shall be continuously monitored for continuity. Theloss of

continuity in any of the wires shall cause energise the continuity LED.

Cleaning: If required, cleaning the cable without removing it shall be possiblusing a damp

cloth.

Drying: The cable shall dry and reset at the panel within 15 seconds ofremoval from free

water. No shaking, wiping, air-drying, or other mechanical action shall be required to dry the

cable.

The alarm panel shall have a voltage free-contact (N.O./N.C) for external interfacing.

Makes: C Systems Private Limited, India.

SUBMITTALS

A. General:

1. Two copies of all submittals shall be submitted to the Architect/Engineer for review.

2. 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.

185

Page 186: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

3. All substitute equipment proposed as equal to the equipment specified herein, shall

meet or exceed the following standards. 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.

B. Shop Drawings:

1. Sufficient information, clearly presented, shall be included to determine compliance

with drawings and specifications.

2. Include manufacturer's name(s), model numbers, ratings, power requirements,

equipment layout, device arrangement, complete wiring point-to-point diagrams, and

conduit layouts.

3. Show annunciator layout, configurations, and terminations.

C. Manuals:

1. Submit simultaneously with the shop drawings, complete operating and maintenance

manuals listing the manufacturer's name(s), including technical data sheets.

2. Wiring diagrams shall indicate internal wiring for each device and the

interconnections between the items of equipment.

3. Provide a clear and concise description of operation that gives, in detail, the

information required to properly operate the equipment and system.

4. Approvals will be based on complete submissions of manuals together with shop

drawings.

D. Software Modifications

1. Provide the services of a factory trained and authorized technician to perform all

system software modifications, upgrades or changes. Response time of the

technician to the site shall not exceed 4 hours.

2. 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. Modification of software shall not

require power-down of the system or loss of system fire protection while

modifications are being made.

E. Certifications:

186

Page 187: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

Together with the shop drawing submittal, submit a certification from the major equipment

manufacturer indicating that the proposed supervisor of the installation and the proposed

performer of contract maintenance is an authorized representative of the major equipment

manufacturer. Include names and addresses in the certification.

GUARANTYA. All work performed and all material and equipment furnished under this contract shall be

free from defects and shall remain so for a period of at least one (1) year from the date of

acceptance. The full cost of maintenance, labor and materials required to correct any

defect during this one year period shall be included in the submittal bid.

POST CONTRACT MAINTENANCE

A. Complete maintenance and repair service for the fire alarm system shall be available from

a factory trained authorized representative of the manufacturer of the major equipment for

a period of five (5) years after expiration of the guaranty.

B. As part of the bid/proposal, include a quote for a maintenance contract to provide all

maintenance, tests, and repairs described below. Include also a quote for unscheduled

maintenance/repairs, including hourly rates for technicians trained on this equipment, and

response travel costs for each year of the maintenance period. Submittals that do not

identify all post contract maintenance costs will not be accepted. Rates and costs shall be

valid for the period of five (5) years after expiration of the guaranty.

C. Maintenance and testing shall be on a semiannual basis or as required by the AHJ. A

preventive maintenance schedule shall be provided by the contractor describing the

protocol for preventive maintenance. The schedule shall include:

1. Systematic examination, adjustment and cleaning of all detectors, manual fire alarm

stations, control panels, power supplies, relays, waterflow switches and all

accessories of the fire alarm system.

2. Each circuit in the fire alarm system shall be tested semiannually.

3. Each smoke detector shall be tested in accordance with the requirements of NFPA

72 Chapter 7.

POST CONTRACT EXPANSIONS

A. The contractor shall have the ability to provide parts and labor to expand the system

specified, if so requested, for a period of five (5) years from the date of acceptance.

187

Page 188: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

B. As part of the submittal, include a quotation for all parts and material, and all installation

and test labor as needed to increase the number of intelligent or addressable devices by

ten percent (10%). This quotation shall include intelligent smoke detectors, intelligent heat

detectors, addressable manual stations, addressable monitor modules and addressable

modules equal in number to one tenth of the number required to meet this specification

(list actual quantity of each type).

C. The quotation shall include installation, test labor, and labor to reprogram the system for

this 10% expansion. If additional FACP hardware is required, include the material and

labor necessary to install this hardware.

D. Do not include cost of conduit or wire or the cost to install conduit or wire.

E. Submittals that do not include this estimate of post contract expansion cost will not be

accepted.

188

Page 189: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

16. Racks

1 Cabinet should be constructed in Steel of IS 513 D. Rated for 1000 Kgs equipment loads.

Cabinet should be 42U,19'' 600WX1200D for server racks and 42U, 19” 800W x 1000D for

network racks.

Cabinet should have form factor of not more than 1.05 when compared between overall height

to usable height Cabinet should be possible to completely knock downable.

3 pairs of depth support channels should be fixed between the front and the rear picture frame

for additional rigidity to the frame. These depth Support should be designed for tool less

installation

The Cabinet should have bottom cover in split in two section in 18 gauge. These bottom cover

will have 45 deg angled end for aesthetic looks. The height of the bottom cover should not

exceed 45mm. The rear Bottom Cover should have provision for cable entry. Provision for

mounting Cable brush should be provided in the rear Bottom Cover. The Top cover should be

fixed from inside of the cabinet. The rear side of the top cover should have provision for cable

entry. Provision for mounting cable brush should be provided in the rear top cover. The top

Cover should have provision for installing display panel without occupying 19" usable area.

2 Side panels should be fixed from inside there by not providing access to open the side panels

from outside. Side panel should be locked without key from inside preferable with use of a

latches. Rack should be provided with a dual side panel on each side for easy of handling.

Side Covers should be in two section in 18 Gauge. These covers should be hooked from the

top and locked at bottom from Inside of the rack.

3 Cabinet should have provision for mounting PDU which are recessed towards the side panel to

offer clear path for accessing the 19" Mounting angle. Rack should be provided with full height

Frames positioned along the edges of the cabinet and outside of the active 19” space so as to

provide clear access to the rear of installed equipment and not to impede the flow of warm

exhaust air towards the cabinet rear door

4 Completely recessable 19" equipment mounting angles should be in 14 Gauge with notches at

regular interval for mounting of equipment such as High end Servers, Telecom equipment, etc

as per Industry standards to be provided. The Cabinet should be able to install any standard

equipment with varying depth without the use of any additional accessories.

5 The Cabinet should be designed for structure cabling.

189

Page 190: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

The cabinet will have ease of routing the cable into the cabinet or taking out of the cabinet

without any down time. In other wrds the cabinet can be positioned in place once the cabling is

completed. Bottom rear side of the rack should be provided with cable entry cutout with cable

brushes.

6 Front and Rear doors should be made in Steel and with hexagonal perforation, The perforated

area of the front door should cover 100% of the active equipment area of the cabinet. The

Door should be with three point locking mechanism and should be designed for tool less

installation for ease of handling and installation on site. Option of Installing Split door should

also be available. The Front and rear doors will close between the top and Bottom Cover

7 Rack should be provide with base frame to eliminate point loads

8 Rack should be provide with proper earthing arrangement in both front and rear with use of a

earthing sqid.

9 Rack should be modular in nature, provision of adding a Integrated cabling frame (200 mmW)

with over all depth matching the depth of the main rack, the rack can be converted for handling

dense cabling in front & rear for networking.

190

Page 191: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

17. Network Cabling Hybrid network cabling with fiber and copper shall be implemented for the datacenter

Every row of racks in the server farms shall have a network rack placed at the end of the

row.

The network rack shall aggregate cables from each server rack and also house the end of

row switches.

Cables from server racks will be terminated in network racks in the same row as well as the

next row for redundancy.

24 runs for CAT6A cable shall be provided from each server rack to network rack of the

same row and additional 12 runs shall be provided to the network of the neighboring row.

Similarly 12-core OM4 fiber cabling shall be provided from each server rack to the network

rack of the same row and additional 12 core OM4 fiber shall be provided to the network of

the neighboring row.

Each server rack shall have a 24-port Angled CAT6A Jackpanel and 24-port fiber LIU with

OM4 adapters.

Each network rack shall have two separate 48 Runs of CAT6 Cabling to two different

network racks in the network room.

Each Network rack shall have two separate runs of 48 core OM4 fiber and 24 core SM fiber.

All cables shall be LSZH type

All cables shall be laid on overhead cable trays with redundant routes as per the enclosed

drawing.

The cabling and conduit systems shall be any one of AMP/Tyco, Clipsal and Commscope

makes.

191

Page 192: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

18. DC Infrastructure Management

OVERVIEW

Data Center Infrastructure Management (DCIM) provides insights and drives performance

throughout the data center, including data center assets and physical infrastructure. It enables the

monitoring and collection of low-level infrastructure data to enable intelligent analysis by

individuals with domain expertise (e.g., operations, capacity planners and facilities planners), as

well as a holistic analysis of the overall infrastructure.

Data center infrastructure management (DCIM) is the integration of information technology (IT)

and facility management disciplines to centralize monitoring, management and intelligent capacity

planning of a data center's critical systems.

Achieved through the implementation of specialized software, hardware and sensors, DCIM will

enable a common, real-time monitoring and management platform for all interdependent systems

across IT and facility infrastructures

DCIM tools integrate facets of system management with building management and energy

management, with a focus on IT assets and the physical infrastructure needed to support them.

Monitoring energy consumption and equipment performance has been performed for many years,

but almost exclusively on the facilities side of the business, and rarely on IT equipment. Building

management systems monitor security, power, lighting and all facets of the day-to-day operations

of the building itself, while IT operations technologies have been used to manage the physical

equipment needed to run the business. IT equipment, on the other hand, is rarely monitored for

energy consumption, but rather for performance and availability, yet this continues to be a pain

point for IT management.

Implementation of a robust DCIM tool will provide the IT side of the business the metrics needed

to further facilitate savings in energy, and enable intelligent use of the power and cooling available

in the data center.

192

Page 193: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

PART 1 – MONITORING AND SYSTEM OVERVIEW

SUMMARY

A. This specification describes the operation and functionality of a Data Center Infrastructure

Management system referred to as the DCIM. The DCIM system will allow for monitoring

of multi-vendor Simple Network Management Protocol (SNMP) devices.

B. In addition, the DCIM system will provide infrastructure management of the Uninterruptible

Power System (UPS), Power Distribution Unit (PDU), Rack PDU (rPDU), Computer Room

Air Conditioning (CRAC), Environmental Sensors, Automatic Transfer Switch (ATS) with

supplied Generator, Surveillance Camera’s, Multi-Vendor SNMP devices (ex. UPS, PDU,

CRAC, and rPDU), and other infrastructure systems as specified.

C. The DCIM will be capable of hosting additional add-on modules allowing a user to perform

Power and Cooling Capacity Management for the Data Center(s), Physical Threat Man-

agement Surveillance, and Change Management.

SYSTEM OVERVIEW

A. The DCIM will run on a centralized server/appliance accessed remotely from client work-

stations/servers via a HTTP or HTTPS connection. The DCIM will send alerts from the

devices it manages to a valid e-mail account or mobile device, and/or SNMP traps to a

Network Management System. These will be a standard part of the DCIM notification ar-

chitecture.

B. The DCIM server appliance must support the following:

a. Microsoft Windows Server 2008, Microsoft Windows, XP (SP3), and Microsoft Win-

dows 7

b. –and/or- Red Hat Enterprise Linux

c. –and/or- Java Plug-in (JRE)

C. The DCIM software may be purchased as software only without any hardware. The soft-

ware may be deployed to a stand-alone server or as a virtual machine image on a VM

host.

193

Page 194: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

D. The DCIM will display all discovered devices in a window and display device status of nor-

mal, warning or critical. This status will be real time status and updated as events occur,

not based on a poll cycle.

E. Devices should display the following (at least):

a. Device type

b. Status

c. Location

d. Label

e. Model

f. Hostname

g. Serial number

h. IP address

i. Application Hosted

j. Application Version

k. Description

F. The DCIM will contain a method for free text field searches to be performed.

G. The DCIM will collect data from the Uninterruptible Power System (UPS), Power Distribu-

tion Unit (PDU), Rack PDU (rPDU), Computer Room Air Conditioning (CRAC), Environ-

mental Sensors, Automatic Transfer Switch (ATS) with supplied Generator, Surveillance

Camera’s, Multi-vendor SNMP devices (UPS, PDU, CRAC, and rPDU), and other infra-

structure systems as specified.

a. Data collected over time must be stored for extracting and trending.

b. Device Reports will be sortable through the user interface and will be sorted by

date range or by relative date.

c. Data will be exportable in a plain text format that will have a data delimiter.

d. The DCIM tool will have the ability to create user defined summary reports for a de-

vice, group of devices, or specific sensors for a particular device.

194

Page 195: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

1.1.1.1 CONFIGURATION

A. The DCIM tool will allow for discovery of devices by IP address range.

B. The DCIM tool will be capable of auto discovering devices when connected to the private

LAN.

C. The DCIM tool should be configurable to schedule discovery of new devices with the fol-

lowing configurable settings:

a. IP or IP Range

b. SNMP settings

c. Day of the week

d. Time of the day

D. The proposed solution should accurately locate and represent each device graphically an

in particular provide the following capabilities:

Tracking and reporting the exact location of equipment including building, room,

floor grid, rack and U position

Locating and reporting equipment by application name

Locating and reporting equipment by operating system name and revision

Tracking and reporting support group contact information for devices

Locating and tracking cards within equipment

Viewing colour-coded drawings of racks or equipment by function and available ca-

pacity

Provide a means of validating the modelled state from real-time power values

Storing maintenance information about devices and providing report to show main-

tenance windows and service owners.

E. The proposed solution should include a library of equipment templates for all data centre

computer and support devices including racks, floor mounted devices, servers, switches,

routers, hubs, cards, patch panels, PDU’s, CRAC Units, UPS etc:

How many templates are currently available in your library?

Templates should consist of detailed, scaled top down, front and rear elevation

views

Templates should be configurable to represent the correct number of cards and

ports on a device

Each template should include manufacturer’s nameplate data such as physical di-

mensions, power draw and BTU ratings for each unique equipment model and type.195

Page 196: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

It should be possible to de-rate the manufacturers power and heat attributes of each

template

Each template should provide the ability to input real-time power values

F. The DCIM tool shall support server clustering configuration for load balancing and failover

capability. A new server node may be added to an existing clustering configuration to im-

prove scalability.

Device management

A. The proposed solution should accurately locate and represent each device graphically an

in particular provide the following capabilities:

Tracking and reporting the exact location of equipment including building, room,

floor grid, rack and U position

Locating and reporting equipment by application name

Locating and reporting equipment by operating system name and revision

Tracking and reporting support group contact information for devices

Locating and tracking cards within equipment

Viewing colour-coded drawings of racks or equipment by function and available ca-

pacity

Provide a means of validating the modelled state from real-time power values

Storing maintenance information about devices and providing report to show main-

tenance windows and service owners

B. The proposed solution should be able to graphically display rack mounted equipment placement by U position and part U position and assist in locating available rack space through visual representation and data queries.

NETWORK MANAGEMENT SYSTEM INTEGRATION

A. The DCIM tool will send SNMP traps for connected devices to a user defined Network

Management System (NMS).

B. 3. The user will have the ability to define the following:

a. IP address of the NMS

b. SNMP port

c. Read Community Name

d. Severity Level

196

Page 197: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

C. The user will have the ability to Enable/Disable Traps.

EVENT NOTIFICATION

A. The user will have the ability to view events from the entire system.

B. The user will have the ability to click on a managed device in an alarm state and display

the specific nature of the alarm.

C. The user will have the ability to configure notification for managed devices based on spe-

cific sensors, for the maximum threshold, minimum threshold, range value, below value for

time, and above value for time.

D. The DCIM tool will have SMS (text message) support, when sending notification to a de-

fined user, which will allow the user to configure the text sent.

E. The DCIM tool will retain an Alert History Log for all managed devices, which shall sortable

by data range.

F. The Alert History Log will display the Time Occurred, Time Resolved, Status, Description,

Severity, Device Hostname, Parent Device, and Sensor – and be available on a report by

each of these fields.

NETWORK TIME PROTOCOL (NTP)

A. The DCIM tool will have the ability to synchronize to a user defined NTP server.

DATACENTER INFRASTRUCTURE MANAGEMENT SYSTEM SECURITY

A. Authentication and Encryption:

a. The communication between the user client and the DCIM shall be secured via a

Secure Sockets Layer (SSL) connection.

B. LDAP and Active Directory:

a. The DCIM shall have Lightweight Directory Access Protocol and Active Directory

support.

C. The log in to the user interface of DCIM will use Secure Socket Layer (SSL) or Secure

Socket Handling (SSH) authentication.

197

Page 198: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

D. The DCIM tool will allow the user to create user accounts ranging from Administrator Ac-

cess to View Only Access.

a. No limit to the number of users

b. Could be tied to ‘roles’ in AD

E. The DCIM shall have the ability to communicate SNMPv1 or SNMPv2 to monitored/man-

aged devices.

PART 2 - INVENTORY MANAGEMENT

HIGH LEVEL REQUIREMENTS

A. The DCIM will enable vendor-neutral inventory management with real-time device failures

and data shown within a data center physical layout.

B. Graphical floor layout and rack elevation view will be supported.

C. The DCIM tool will provide location-based drill-down views providing a structured overview

of data center locations, from a global to local view down to single assets.

D. The DCIM tool will provide real-time alarm notifications for device failures..

E. A Power Usage Effectiveness (PUE) dashboard will provide information on daily energy

use.

F. Inventory report provides structured information on all rack-mount devices, organized by

device type, age, manufacturer, and properties for quick overview of all current devices

within a particular data center.

G. The DCIM tool will have a search capability to allow data center operations to quickly lo-

cate a piece of equipment in the rack layout and floor layout.

H. The DCIM tool will provide public web services API to allow third-party applications to ac-

cess the inventory database, alarms and events, capacity and cooling analysis data, and

PUE information.

198

Page 199: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

FLOOR LAYOUT

A. The DCIM tool will have the capability to add locations and rooms of different types to the

data center model to represent the actual physical enterprise infrastructure.

B. The DCIM tool will have the capability to configure a bird’s eye view of the room layout to

ensure the layout in the data center model accurately represents the real-world physical

environment of the room. This includes any physical attributes of the room such as size,

shape, and walkways.

C. The DCIM tool will have the capability to see multiple rooms in a layout pane at the same

time allowing a user to compare or drag equipment between them – for modeling.

D. The DCIM tool will have the capability to export the complete or filtered data center inven-

tory into a delimited file (.csv file).

E. The DCIM tool will have the capability to render the floor layout in both 2D or 3D view.

RACK ELEVATION VIEW

A. The DCIM tool will identify how much weight has been placed in a rack / room compared to

the predefined carrying capability settings of the rack.

B. Illustrate the weight of the equipment added to the rack in the rack layout compared to the

maximum equipment loading capability of the rack.

C. Illustrate the total weight of the rack and its contents compared to the floor carrying capa-

bility.

NETWORK MANAGEMENT

A. The DCIM tool will be able to model the configured network connections and allows a user

to setup new network routes between the configured equipment.

B. Network port properties will have the capability to be imported from a product catalog

and/or will be user configurable.

199

Page 200: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

C. Ability to configure network routes for selected network equipment in the layout, for exam-

ple between a server and a switch or a switch and a switch. A route is defined as a con-

nection from a piece of equipment (communication endpoint, such as a server or layer 2/3

network gear, such as a switch) to the first piece of equipment that is a communication

endpoint or layer 2/3 network gear.

PRODUCT CATALOG

A. The DCIM tool will be able to provide a product catalog that contains up-to-date floor and

rack mounted data center equipment.

B. The DCIM tool will be able to allow a user to add floor and rack-mountable equipment to a

rack, room or store room.

C. Provide a mechanism to update the product catalog on a regular basis.

PART 3 - CAPACITY AND ENERGY EFFICIENCY MANGEMENT

HIGH LEVEL REQUIREMENTS

A. The DCIM software will provide provisions to predict the optimal location for physical infra-

structure and rack-based IT equipment based on the availability and requirements of physi-

cal infrastructure capacity and user defined requirements such as redundancy, network,

and business use grouping.

B. The software will provide provisions to plan and optimize use of actual physical infrastruc-

ture capacities to efficiently provision equipment and right-size the data center.

C. The software will provide provisions to reduce stranded capacity and enable informed deci-

sion making and planning by proactively analyzing the impact of future moves, adds,

changes before they occur, ensuring that the physical infrastructure provides the required

space, power, and cooling capacity for current and future needs.

CAPACITY PLANNING

A. The DCIM software will provide provisions to recommend the best location for a server in

the rack layout, utilizing available space, cooling, and power capacity to optimize capacity

utilization and avoid stranded capacity:

200

Page 201: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

a. Impact simulation: Generates a list of equipment that would be impacted if the se-

lected piece of equipment, e.g. a UPS or cooling unit, was to fail.

b. Measured Load: Display measured load data for UPS and racks in the floor layout

that identify how much of each UPS or rack's maximum kW power is in use. This

requires communication to power monitoring devices or servers.

c. Power Capacity: Ability to assign planned capacity for each rack and illustrates

rack capacity consumption compared to the planned recommended values for that

rack. Provide information such as remaining power, the amount exceeding the rec-

ommended capacity.

d. Power Path: Ability to model power connections between the equipment supplying

and delivering power and the equipment requiring power. This includes power path

from switchgear, UPS, main PDU, rack RPDU and to individual servers.

e. Rack U Space: Ability to monitor and display rack U space utilization of each rack.

B. Ability to model capacity groups that allows a user to group equipment’s, placing it in

groups of racks with similar power capacity requirements to match the IT equipment with

availability needs and avoid stranded space, power, and cooling capacity. For example,

group a set of high-density racks together for optimized power and cooling configuration.

POWER ANALYSIS

A. Ability to detect the following list of configuration issues regarding data center power con-

figuration and provide recommended actions:

a. Connection has not been configured between PDU and power supply: A power

connection is missing in the data center model from this PDU to the power supply

from which it should receive power.

b. Equipment connected to this PDU draws more power than is supported by the

power supply breaker: The breaker does not provide sufficient power to cover the

power requirements of the equipment connected to that PDU.

c. Equipment is connected to a rack PDU outside this rack: The power connection

setup for this equipment is not optimum as it is setup to be supplied by a rack PDU

that is not positioned in the same rack as the equipment.

d. Internal redundancy setup for UPS and group must match: The internal redundancy

setup for the UPS and group does not match, for example N and N+1.

e. Rack is without rack PDU or a rack PDU is not powered: The rack is without rack

PDUs or its rack PDUs are not connected to a PDU, remote distribution panel

(RDP) or power panel

201

Page 202: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

f. The breaker configuration does not support rack's estimated load: The equipment

in the rack draws more power than the breaker supports. If you are working with 3

phase equipment, this will be a problem even if only one of the phases is over-

loaded.

g. The input voltage setting required by the equipment is not available in current rack:

In the data center model, the server's input voltage requirement cannot be supplied

by the rack PDU in the rack.

h. The measured load exceeds the estimated load per phase designed for the rack:

Your physical infrastructure contains connected devices in the rack that use more

power than the estimated load per phase in the rack reflects in the data center

model.

i. The measured load exceeds the total estimated load configured for the rack: Your

physical infrastructure contains connected devices in the rack that use more power

than the total estimated load in the rack reflects.

j. The measured load of the UPS exceeds the total estimated load of the connected

equipment: Your physical infrastructure contains devices connected to the UPS that

use more power than your design reflects or they have not been assigned to the

correct UPS in the data center model layout to correctly represent the physical in-

frastructure. If you are working with 3 phase equipment, this will be an issue even if

the measured value is only too high for one of the phases.

k. The phase configuration for the connected server is not supported by the rack

PDU: The phase connection configured for this server is not valid. This message

will typically occur if you have configured a power connection to this server but sub-

sequently make changes to the phase configuration.

l. The Rack PDU output voltage setting does not match the output voltage of the con-

nected PDU / Power Panel: The power connection is invalid because the voltage

required by the rack PDU is not available from the power distribution component.

m. The server must be supplied from the same phase from both distribution units: The

redundancy setup requires identical phase distribution setup for A and B feed.

n. The UPS in the layout does not supply enough power to match the configured load

of connected equipment in the layout: The load of the equipment connected to the

UPS is higher than the load that the UPS can supply. If you are working with 3

phase equipment, this will be an issue even if only one of the phases is overloaded.

COOLING ANALYSIS

A. Ability to present the calculation results visually in the floor layout. 202

Page 203: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

B. Ability to alarm cooling configuration issues and provide recommended actions. For exam-

ple, a room has no perforated tiles for the CRAC airflow (You have added one or more

CRACs to the floor but there are no perforated tiles for the airflow), or there is no perfo-

rated tile airflow (You have added one or more perforated tiles to the room but there are no

CRACs to supply any airflow).

C. Simulation "WHAT IF ANALYSIS" to demonstrate how the Datacenter area will perform under differ-

ent scenarios of additions and deletions with 2D/3D views

D. Ability to simulate failure of one or more cooling units and examine impacts to IT equip-

ments.

ENERGY EFFICIENCY MONITERING

A. The DCIM tool will provide current and historical Power Usage Effectiveness (PUE) values

and full insight into current and historical energy efficiency.

B. It will present how much power is devoted to driving the installed IT-equipment compared

with the total facility consumption.

C. Identify efficiency losses and enables improved PUE at the subsystem level.

D. Provide insight into energy losses and cost of energy at the subsystem level, providing de-

tails of which subsystem draws the most costs.

E. The DCIM tool will have a web-based dashboard view which includes efficiency data on

current and historical PUE, as well as detailed subsystem cost analysis.

F. The DCIM tool will provide a report on current and historical PUE values.

G. The DCIM tool will provide energy efficiency analysis, PUE and DCiE (Data Center infra-

structure Efficiency) reporting.

PART 4 – REPORTS, DASHBOARD AND KPI MAP VIEW

Standard Report TemplatesThe DCIM software shall be able to support the following standard report templates out-of-

box.

203

Page 204: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

A. Energy Usage Report: The DCIM tool will provide an Energy Usage Report, which shows

energy consumed within the data center by the kWh and cost per kWh, detailed to the rack

level. The report will include data based on the filter selections of time period, Rooms, Or-

ganization, the entered kWh price, the entered overhead factor or Power Usage Effective-

ness (PUE). The calculations are based on measured load values, if the IT devices have

been setup to report live measured data. Otherwise, the estimated load value will be used.

B. Inventory report: The DCIM software shall generate an Inventory report that lists the con-

tents of the filtered item or items of the entire inventory.

C. Power Capacity report: The DCIM software shall generate a Power Capacity report with

power data, i.e. available estimated load and planned estimated load.

D. Rack U-Space Report: The DCIM software shall generate a rack space report that displays

the amount of available positions in specified racks for equipment that takes up one or

more U positions.

E. Audit Trail report: The DCIM software shall generate an Audit Trail report that lists actions

recorded in the application, whether those actions were in response to work orders, or

changes made to the data center model.

F. Network Report: The DCIM software shall generate a network report that lists the usage of

network ports on each server and network devices. It shall also present all network routes

in the data center.

G. Capacity History: The DCIM software shall generate a capacity history report that shows

the capacity change history for one or more data centers over a user-specified period of

time. Allow users to choose data from various capacity categories including power, cool-

ing, space, network and energy efficiency, etc.

H. Work Order List: The DCIM software shall generate a work order list report that shows

work order number, deadline, status, priority, summary and assignee information for user

selected work order number ranges.

I. Work Order Details: The DCIM software shall generate a work order detail report that

shows all the tasks associated with the work order and the status of each task.

204

Page 205: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

1.1.1.2 Report Design ToolThe DCIM software shall support a report design tool that has the ability to

Configure and design custom reports in addition to the standard built-in reports.

Define new data sources including other JDBC, Web Services, XML or Text–based

databases for data integration.

Define customized report layout and provide a comprehensive list of report ele-

ments for users to choose :

o Text, Label, Image, Table, List, Chart, etc.

o Support customized equation and calculation.

o Save a finished report design as a template for other users to use.

o Output reports to the following formats : HTML, Word Doc, PowerPoint PPT,

PDF, POSTSCRIPT or

o Excel file.

Dashboard Provide a dashboard that displays key performance indicators (KPIs) of managed

data centers.

Ability to modify the dashboard with different themes, data sources, graph types

and KPIs.

The following KPIs should be made available for users to choose: Total UPS load,

Used UPS load, Measure A/B-feed peak and average, Total cooling capacity, Used

cooling capacity, Total network ports, used network ports, Total/Used/Available U-

space, Ambient and Inlet temperature, Energy Efficiency PUE/DCiE number and

trend.

The dashboard needs to be accessible via a Web page.

Support dynamic dashboard that periodically switches between different pages.

Datacenter KPI View Provide a map view to monitor the data center operations in a quick overview, in-

cluding any alarms in different locations and rooms.

From the map overview, one can double-click to drill down to locations > rooms >

racks > servers for details or troubleshooting.

Display capacity KPIs for each data center in the map view. The KPIs should in-

clude the status of the Power, Cooling, U-space and Network utilization

Power is represented as the percentage of the available load (kW) that is utilized by

the IT equipment in the location or room.

205

Page 206: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

Cooling is represented as the percentage of the available load (kW) that is utilized

by the IT equipment in the location or room.

U-space is represented as the percentage of the available U-positions (U-pos) that

is populated with equipment in the location or room.

Network is represented as the percentage of the available Network ports (ports)

that is utilized by networking equipment in the location or room.

PART 5 - CHANGE MANAGEMET

A. The DCIM tool will enable operators to gain control over the data center environment by

implementing organized moves, adds, and change work processes by provide an auto-

mated workflow system that can develop and assign work orders, reserve space, track sta-

tus, and provide a historical audit trail.

B. Ability to assign deadline and person to each work order.

C. Ability to create multiple tasks and track task status for each work order.

D. Support workflow management that will allow for easy implementation and tracking of or-

ganized moves, adds, and changes.

E. Support device catalogs of floor and rack-mountable equipment.

F. Support audit trail reporting that would show asset moves, adds, and changes by date/

time, owner, and work orders.

G. The proposed solution should be capable of:

Automatically notifying responsible organisations/personnel of pending changes

and activity via e-mail

Preventing double-booking of data centre capacity

Assisting in identifying space, power and network connectivity in parallel

Providing a centralised, web-based interface for submitting requests

Communicating with internal or external service providers i.e. provision of restricted

access by 3rd parties for specific functions

Generate escalations and track SLA performance when individual activity time lim-

its are exceeded

The proposed solution should follow ITIL best practice standards.

H. The proposed solution should:

Track requests by cost centre/business line for analysis and/or charge back

206

Page 207: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

Provide the ability to search for IMAC requests by current status (open, closed,

pending ,etc), install date or any other attribute

Identify bottlenecks in the work process to assist with SLA management

Demonstrate volume of activity on a month by month basis

Maintain an audit-trail and history of all changes to equipment for regulatory pur-

poses.

PART 6 - INTEGRATION WITH OTHER SYSTEMS

A. The DCIM tool shall support standard web service APIs to allow other systems access its

database for application integration.

B. The following databases should be made available via the web service APIs: inventory

database, capacity data, energy efficiency (PUE/DCiE), etc.

C. Support search and data filtering in the web service APIs.

D. Allow other systems to write into certain fields of the inventory database as a way to pro-

vide input to the DCIM tool.

207

Page 208: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

19. DC Certification

A. The Datacenter shall be designed and constructed as per the Tier III guidelines of Uptime

Institute.

B. The successful bidder has to obtain design certification from Uptime of their datacenter de-

sign before commencing of the implementation. The bidder is solely responsible for the

design. Any changes in design or increase in BOQ required for the design certification

shall be to the account of the bidder.

C. The design provided as a part of this RFP is indicative. The bidder may suitably modify the

design to meet the guidelines of the Uptime Institute. However the capacity and perfor-

mance requirements as specified in the RFP shall remain the same.

D. After installation, the bidder has to obtain site certification of the facility from Uptime Insti-

tute. The site acceptance process will start only after the site certification.

E. If required, RailTel may require the proof of quotes from certifying agency both for design

and site certification to be enclosed to decide the reasonableness of the rates.

208

Page 209: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

20. Submittals

The bidder shall submit the documents including but not limited to the following as part of the technical bid:

1. Details electrical SLD entire Datacenter scheme conformance to Uptime Tier III guidelines

of concurrent maintainability.

2. Details Earthing Scheme as per IEEE 1100 and TIA 942 compliance.

3. Detailed DC layout with Cross section view

4. Cable Tray Layouts

5. HVAC and piping layout.

6. Lighting and Switch socket layout.

7. Fire Detection & Suppression layout and gas calculation sheet duly signed by OEM.

8. CCTV Layout covering entire DC area and DG/Transformer yard/Power House.

9. Datasheet/Technical Brochures of all the Equipments proposed in Datacenter

10. Detailed BOQ for all components and subsystems. Each subsystem BOQ shall contain de-

tailed break up of the components and quantities without prices.

11. OEM/Manufacturer Authorization letter in Original duly signed by authorized signatory of

OEM for UPS, PAC, PDU, Racks, Transformers, DGs, IBMS services, DCIM Solution and

other components.

12. List of documents for demonstrating compliance to Eligibility Criteria.

13. Details on Tier III Design and Certification experience, If any through certificate/letter from

Certification Authority.

These submittal forms part of technical evaluation process.

The design document would be evaluated for compliance to the design requirements, technical specifications and compliance to specified standards such as Uptime Institute Tier III, TIA 942, NFPA, IEEE, etc.

Any bid not compliant to this requirement is liable to be rejected.

209

Page 210: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

21. Approved Makes of components

1. The bidder has to use high quality components from reputed OEMs. The make/model

number of all components has to be specified for all the components.

2. All the components/equipment used should be manufactured in a facility with minimum

quality certification of IS9001:2008.

3. The components/equipments shall be ISI certified wherever required/applicable.

4. The list of approved makes and model numbers are given in the following table. For those

components, which are not listed in the table, they should be from reputed manufacturers

with significant market share in India.

5. Any makes/brands specified in the technical specifications (Section 1, Chapter III) shall

also be applicable.

Sr. No. Components/Equipments Makes Preferred1 Fire Rated Doors Shaktimate/Protech/Godrej2 False Ceiling Armstrong/Saint Kobain3 False Floor Uniflair/Unitile4 Elevator Kone/Schindler/ThyssenKrupp5 Partitions Saint Gobain or equivalent6 Paints Asian/Berger7 Furniture Godrej/Featherlite or equivalent8 Floor Tiles Johnson/Kajaria/Asian 9 HT Switch Gears Schneider/ Siemens/ABB

10 ACBs/MCCBs Schneider/Siemens/ABB

11 MCBs Schneider/Seimens/ABB/Legrand

12 Distribution Transformer VoltAmp/Universal/CG/Kirloskar/Areva

13 Transformer OLT OLG/CTR14 Engine Cummins/MTU/Volvo/Caterplier15 Alternator Stanford/LS/SDMO16 UPS Schneider/Emerson/Socomec17 HT & LT Cables Finolex/Polycab/KEI/RPG18 Lighting Wipro/Philips/Crompton19 LT Panel Builder Schneider/ABB/Seimens20 Precision AC Stulzs/Uniflair/Emerson21 Comfort AC Carrier/Volts/Bluestar22 IBMS Honeywell/Siemens/JCI/Schneider23 CCTV Honeywell/Bosch/Cisco/DVTel/Pelco/Axis24 Access Control System Honeywell/Siemens/Schnider25 Biometric Readers Bioscrypt/HID26 Early detection System Xtralis, Safe Fire, securiton27 Rodent RSCAT, Maser28 WLD TTK, Tyco, Raymond, Sontay29 Fire Suppression Kidde/Ansul/ Sinorix/ Sevo/ Seimens30 Fire Alarm Panel Edward, Notifier, XLS 3000/Metasys

or equivalent31 Smoke Detector Edward, Notifier, XLS 3000/Metasys

or equivalent

210

Page 211: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

32 Manual Call Point Edward, Notifier, XLS 3000/Metasys or equivalent

33 Racks APC/Emerson/Rittal/APW President34 DCIM Schneider/Emerson or equivalent35 Structured cabling Tyco/Commscope/Clipsal/Belden36 Fiber/Copper cabling

trays/wire baskets Tyco or equivalent37 Packaged PDU APC/Emerson or equivalent

211

Page 212: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

SECTION-I

CHAPTER-IV

DRAWINGS (enclosed separately)

212

Page 213: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

RAILTEL CORPORATION OF INDIA LTD.(A Govt. of India Enterprise)

2nd Floor, B-Block, Rail NilayamSecunderabad – 500 071

TENDER DOCUMENT

SECTION -II

COPY NO.

SOLD TO:

213

Page 214: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

INDEX

SECTION II

CHAPTER SUBJECT

I INSTRUCTIONS TO TENDERERS AND CONDITIONS OF TENDERING

II SPECIAL CONDITIONS OF CONTRACT

III FORMS OF TENDER

IV INSPECTION, TEST, INSTALLATION & COMMISSIONING

214

Page 215: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

CHAPTER I

INSTRUCTIONS TO TENDERERS

AND

CONDITIONS OF TENDERING

215

Page 216: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

INSTRUCTIONS TO TENDERERS AND CONDITIONS OF TENDERING

INDEX PARA SUBJECT 1. GENERAL INSTRUCTIONS

2. INTERPRETATIONS

3. LOCAL CONDITIONS

4. COMPLIANCE TO TENDER CONDITIONS, SPECIFICATIONS & DRAWINGS

5. EARNEST MONEY/ BID GUARANTEE

6. SUBMISSION OF OFFERS

7. CONSTITUTION OF FIRM AND POWER OF ATTORNEY

8. UNIT PRICES

9. NOT USED

10. RATES DURING NEGOTIATION

11. NOT USED

12. PERIOD OF COMPLETION AND TIME PROGRESS GRAPH

13. OPENING OF TENDER

14. NON-TRANSFERABILITY AND NON-REFUNDABILITY

15. ERRORS, OMISSIONS & DISCREPANCIES

16. WRONG INFORMATION BY TENDERER

17. CONSORTIUM BIDS 18. QUALIFYING CRITERIA 19. NOT USED

20. SYSTEM PERFORMANCE GUARANTEE 21. EVALUATION OF OFFER

216

Page 217: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

22. AGREEMENT

23. FOREIGN EXCHANGE AND HIGH SEA SALE

24. TENDERER’S ADDRESS

25. PREFERENCE TO PUBLIC SECTOR UNDERTAKING

217

Page 218: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

INSTRUCTIONS TO TENDERERS AND CONDITIONS OF TENDERING

1. GENERAL INSTRUCTIONS

1.1 Tender is invited on behalf of M/s RailTel Corporation of India Limited, 2nd Floor, B-Block, Rail Nilayam, Secunderabad – 500 071for the work as defined in preamble para 1.

1.2 The Preamble, Instructions to Tenderers and Conditions of Tendering, Special Conditions of Contract, Technical Specifications & Supplement, Schedule of Requirements, all Annexures & Forms and Corrigendum & Addendum etc, if any, shall, hereafter, be collectively referred to as the "Tender Papers".

2. INTERPRETATIONS

The following terms wherever occurring in the tender papers and wherever used throughout the execution of the work, shall, unless excluded by or repugnant to the context, have the meaning attributed thereto as follows:

"CONTRACT" Means the Contract resulting from the acceptance by the Purchaser of this Tender whether in whole or in part.

"CONTRACTOR" Means the successful Tenderer, i.e., the Tenderer whose Tender has been accepted either in whole or in part. "CONTRACTOR’s REPRESENTATIVE" Shall mean a person in supervisory capacity who shall be so declared by the Contractor and who shall be authorized under a duly executed power of attorney to receive materials issued by the Purchaser to the Contractor for the works. He shall be responsible for proper execution of works at each or all places and shall take orders from Purchaser’s Engineers and carry out the same.

" ENGINEER / ENGINEER-IN-CHARGE " Shall mean an executive of RailTel incharge of works and shall include the superior executives of RailTel. He is responsible for ensuring that all field works covered by the contract are carried out in accordance with approved designs, drawings & specifications and conditions of contract as agreed to. " ENGINEER’S REPRESENTATIVE " Shall mean the supervisor of RailTel in direct charge of the works.

"EQUIPMENT" Means all or any equipment considered necessary by the Purchaser's Engineers for satisfactory operation, as a whole, of the installations. "MONTH" Means any consecutive period of thirty days. "MATERIALS" Means all equipments, components, fittings and other materials including raw materials required to complete the work..

218

Page 219: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

"PURCHASER" Means Executive Director, RailTel Corporation of India Limited, 2nd

Floor, B-Block, Rail Nilayam, Secunderabad-500071 . "PURCHASER’S ENGINEER" Means the General Manager of RailTel or successor who will decide all matters relating to design, manufacture, installation and commissioning of the plant and equipment at site. "SUB-CONTRACTOR" Means an individual or a firm of Contractor or a Company registered under Indian Company Act or an approved supplier of materials to whom the Contractor sublets portions of the contract.

“CONSIGNEE” Means the person specified in the Acceptance of Tender to whom Stores are to be delivered at the destination.

“INSPECTING OFFICER” Means the person ,or organisation specified in the contract for the purpose of inspection of stores of work under the contract and includes his/their authorised representative.

“RailTel” Means RailTel Corporation of India Limited, 2nd Floor, B-Block, Rail Nilayam, Secunderabad-500071

“SITE” Means the areas to be taken up by the permanent works, together with any other area or areas as shall be determined by the Purchaser's Engineer, which may be placed at the disposal of the Contractor for the purpose of the contract and also such area or areas used for store yards, works yards or workshop in proximity of the works as the Purchaser’s Engineer may have authorized as an extension of the site, irrespective of the terms and conditions under which they are occupied by the Contractor.

“BLOCK SECTION” Means the distance along the railway track between two consecutive Railway stations. "TENDERER" Means and includes any firm of engineers or Contractors or any company or body, corporate or otherwise, who submit the Tender which has been invited. "WORK OR WORKS" Means all or any of the items of the work for which the Tenderer /Contractor has Tendered/contracted according to the specifications, drawings and Annexure hereto annexed or to be implied there from, or incidental thereto or to be hereafter specified or required in such explanatory instructions and drawings, being in conformity with the original specifications, drawings, Annexure and schedules and also such instructions and drawings additional to the aforementioned as may from time to time be issued by the Purchaser's Engineer during the progress of the contracted work.

"WRITING" Includes all matters written, typewritten or printed either in whole or in part.

219

Page 220: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

3. LOCAL CONDITIONS

3.1 It will be imperative on each tenderer to fully acquaint himself with all the local conditions and factors which would have any effect on the performance of the contract and cost of the stores. The purchaser shall not entertain any request for clarifications from the tenderer regarding such local conditions. No request for the change of price, or time schedule of delivery of stores shall be entertained after the offer is accepted by the purchaser on account of any local condition or factor.

3.2 The intending tenderer is advised to study the tender papers carefully. Any submission of a bid by the tenderer shall be deemed to have been done after a careful study and examination of these documents with full understanding of the implication thereof. These conditions and specifications shall be deemed to have been accepted unless otherwise, specifically commented upon by the Tenderer in his quotation. Failure to adhere to anyone or all these instructions may render his offer liable to be ignored without any reference.

3.3 Should a tenderer find discrepancies in, or omission from, the drawings or any of the Tender papers or he has any doubt to their meaning, he should at once notify the RailTel who may send a written clarification to all tenderers.

4. COMPLIANCE TO TENDER CONDITIONS, SPECIFICATIONS & DRAWINGS

4.1 The tenderer shall indicate paragraph by paragraph for each section of the tender document that either his tender complies in every respect with the requirements of each clause and sub clause or if not, precisely how they differ from the requirements of the tender. In latter case, the Tenderer shall enclose a separate statement as per proforma given, indicating only the deviations for any clause or sub clause of Special Conditions of Contract, Instructions to Tenderers and Conditions of Tendering, Technical Specifications, Preamble etc. which he proposes with justifications for deviations proposed. The purchaser reserves the right to accept or reject these deviations and his decision thereon shall be final (see Form 5).

4.2 The equipment offered shall be in accordance with the drawings and specifications. Details of variation from the drawings and specifications, if any, should be clearly indicated separately for each annexure with justification for deviations proposed. The Purchaser reserves the right to accept or reject these deviations and his decision thereon shall be final.

4.3 Firms should give details of similar works carried out giving details of the name of the project, date of award, length of the section, value of the contract, the original execution period and the actual execution time taken.

4.4 The tenderer should serially number all the pages of the credential bid ( part I).

4.5 The tenderer should provide information about the compliance of various clauses / sub clauses / paragraphs ( when tenderer plans to give separate compliance of

220

Page 221: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

each paragraph or sub clause) of section I,II and III of the tender document as per following table.

1.1.1.2.1Serial

no.Clause no. with chapter

and volume

no.

First few words of

clause / sub clause /

paragraph

Compliance status

(compliant/ partially

compliant/non-compliant)

Reference of clause /page no.

of supporting document ( this page no. shall

correspond to the serial numbering of the credential

bid)

Remarks if any

The table given above , complete in all respects, must be placed with offer letter in the Credential bid ( Part I) of the document. For partially compliant and non-compliant items, suppliers shall state if functionality will be fully supported in future release of equipment.

5. EARNEST MONEY/ BID GUARANTEE

5.1 The tenderer shall furnish an amount given in of “Preamble para 10” as earnest money in favour of RailTel Corporation of India Limited.

5.2 The tenderers shall hold the offer open till such date as specified in Clause 9 of this chapter. It being understood that the tender documents have been sold/issued to the tenderer and the tenderer has been permitted to tender in consideration of the stipulation on his part that after submitting his tender he will not resile from his offer or modify the terms and conditions thereof in a manner not acceptable to RailTel. If the tenderer fails to observe or comply with the foregoing stipulation, the aforesaid amount deposited as Earnest Money shall be liable to be forfeited by the RailTel.

5.3 The Earnest Money receipt shall be incorporated in the original copy of the tender document. Other copies of the offer shall contain true copies of Earnest Money receipt. The Earnest Money should be furnished in the form of an Account Payee Demand Draft in favour of M/s RailTel Corporation of India Limited payable at Secunderabad (India) from SBI or a Nationalized Bank or a schedule Commercial Bank operating in India.

5.4 The earnest money may be forfeited.

5.4.1 If tenderer withdraws its tender during the period of tender validity specified in clause 9 of Instructions to tenderers and Conditions of Tendering.

5.4.2 In the case of successful tenderer, If the tenderer fails to sign the contract in accordance with clause 2 of Special Conditions of Contract and to furnish performance guarantee in accordance with clause 3.1 of Special Conditions of Contract.

221

Page 222: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

5.5 The earnest money of unsuccessful tenderer will save as herein before provided, be returned within reasonable time to the unsuccessful tenderer but the RailTel shall not be responsible for any loss or depreciation that may happen to the security for the due performance of the above stipulation to keep offer open for the period specified in the tender documents or to the Earnest Money while in their possession nor be liable to pay interest thereon.

5.6 If the tender is accepted, the amount of Earnest Money will be held as security deposit for due and faithful fulfillment of contract. The Earnest Money of successful tenderer will be returned after the Contract Performance Guarantee (Security Deposit ) as required under para clause of Special Conditions of Contract is furnished and formal contract duly signed is received by the purchaser.

5.7 The tender not accompanied by Earnest Money as mentioned in clause 5.3 above will be summarily rejected.

6. SUBMISSION OF OFFERS 6.1 The offer in the prescribed forms should be submitted before the time and date

fixed for the receipt of the offers. Offers received after the stipulated time and date will be summarily rejected.

6.2 In case the date of opening happens to be a holiday, the tender will be received and opened at the same time on the next working day.

6.3 The offer shall be either type written or written neatly in indelible ink in English. Each page of the offer must be numbered consecutively. A reference to total number of pages comprising the offer must be made at the top right hand corner of the top page. The supporting documents should be submitted either in original or duly signed by the authorised signatory of the tenderer. The original documents shall be produced for verification when called for.

6.4 All copies of the tender papers shall be signed in ink by the tenderer, on each page including closing page in token of his having studied the tender papers carefully.

6.5 RATES IN FIGURES & WORDS :

(I) All prices and other information like discounts etc. having a bearing on the price shall be written both in figures and in words in the prescribed offer form. In case of difference in words and figures the amount written in words will be taken into consideration.

(ii) In the event of any discrepancy between unit rate and total cost, the value shown in unit rate will be taken for evaluation purpose.

(iii) In case the schedule of requirement quoted by tenderer is incomplete with reference to tender document, the offer is liable to be rejected.

222

Page 223: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

6.6 ATTESTATION OF ALTERATION: No scribbling is permissible in the tender documents. Tender containing erasures and alterations in the tender documents are liable to be rejected. Any correction made by the tenderer/ tenderers in his/their entries must be signed (not initialed ) by him/them.

6.7 The tender shall be submitted in two parts, Part I - Technical Bid along with soft copy in CD and Part II - Price Bid. Both bids shall be sealed in separate envelops and both envelops put in one large envelop. All the three envelops should bear the tender number its description and date of closing/opening.

(i) The tenderer shall submit his tender in three copies in one sealed cover. Each copy of the tender shall be complete in all respects. The copies should be marked "original" & 'Duplicate'.

(ii) The original tender paper purchased from this office/ down loaded from web site shall be submitted with each page duly signed and stamped along with the original offer

(a) Part-I "Technical BID " : The credential bid shall consist of the following:-

Offer letter complete. (Form-I) Schedule of Supply and Services (i.e., Schedule of Requirements) with

summary of prices blanked out. Bill of material with prices with prices blanked out. Earnest Money in prescribed form. (Clause 5.0 ) Audited balance sheet duly certified by tenderer. Constitution of Firm and Power of Attorney (Clause 7) Clause wise compliance to tender conditions & statement of deviations

(Clause 4). (Form No.5) Tenderer's credentials and willingness of original manufacturer as per

Qualifying Criteria. (Clause 5.1.2 of preamble) Similar works executed or under execution. (Form No. 13 ) (Clause 5.1.3 of

Preamble) User's Certificate (Form No. 2) (Clause 5.1.4 of preamble) System performance guarantee (Clause 20). ( Form no. 7) Complete technical data and particulars of the equipment offered, as

specified in the Tender papers together with descriptive literature, leaflets, Drawings, if any, complete with list etc. (Clause 5.4 of preamble).

Name of manufacturers, place of manufacture and the certificate for proven design and performance (Clause 5.4 of preamble)

Technical proposal of tenderer in conformity with system design or alternative proposal of the tenderer, if any.

Any other information desired to be submitted by the tenderer. The present work load of the datacenter turnkey contracts in hand as per the

format (Form No.9). ( Clause 5.2.5 of preamble) A checklist should be submitted indicating requirement of eligibility criteria

and document submitted against the same

Note: The Credential Bid ( Part-I ) under no circumstances should contain the rates offered otherwise the bid shall be summarily rejected. This envelop shall be clearly superscribed

223

Page 224: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

with "Credential Bid (Part I)"alongwith tender number, its description and NOT to be opened before due date in bold letters & sealed.

(b) Part-II " Price Bid " Shall contain the offer letter and the price of each item quoted exactly according to the proforma and schedule of requirements and shall be clearly superscribed with "Price Bid (Part-II)" along with tender number and its description in bold letters & sealed.

7. CONSTITUTION OF FIRM AND POWER OF ATTORNEY

7.1 Any individual(s) signing the tender or other documents connected therewith should specify whether he is signing:-

(a) As sole proprietor of the concern or as attorney of the sole Proprietor.(b) As a partner or partners of the firm.(c) As a Director, Manager or Secretary in the case of Limited Company

duly authorized by a resolution passed by the Board of Directors or in pursuance of the authority conferred by Memorandum of Association.

d) As a lead member of Consortium or joint venture of firms

7.2 In the case of a firm not registered under the Indian Partnership Act, all the partners or the attorney duly authorized by all of them should sign the tender and all other connected documents. The original Power of Attorney or other documents empowering the individual or individuals to sign should be furnished to the Purchaser for verification, if required.

7.3 The RailTel will not be bound by Power of Attorney granted by the tenderer or by the changes in the composition of the firm made subsequent to the execution of the contract agreement.

7.4 In case where the Power of Attorney partnership deed has not been executed in English, the true and authenticated copies of the translation of the same by Advocate, authorized translators of Courts and Licensed Petition Writers should be supplied by the Contractor(s) while tendering for the work.

7.5 The duly notorised Power of Attorney, Partnership Deed, Memorandum of Joint Venture as the case may be in original or duly signed.

8. UNIT PRICES

The Unit prices should be quoted in Indian Rupees by the tenderer after taking all the relevant factors into consideration and these should be Firm and all inclusive without any variation clauses. The prices shall be quoted in rupees for the units under metric system.

9. VALIDITY OF OFFER

224

Page 225: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

The tenderer should keep the offers valid for the period as mentioned in “Preamble”.

10. RATES DURING NEGOTIATION

The tenderer/s shall not increase his/their quoted rates in case the RailTel Administration negotiates for reduction of rates. Such negotiations shall not amount to cancellation or withdrawal of the original offer and the rates originally quoted will be binding on the tenderer/s.

11. Deleted

12. PERIOD OF COMPLETION AND TIME PROGRESS GRAPH

The works/work are/is to be completed within a period as mentioned in preamble from the date of issue of Letter of Acceptance of the tender. Tenderer shall submit target dates for various stages of contract execution to ascertain completion period.

13. OPENING OF TENDER:

13.1 Tenderer’s Credential Bid (Part-I) will be opened at the time & date of opening of the tender given in the preamble in presence of such Tenderers/Authorized Representatives who choose to be present.

13.2 After scrutinizing Credential Bid, "Price Bid (Part II)" will be opened on a time and date to be informed separately in presence of those Tenderers who qualify in "Credential Bid (Part-I)" as per qualifying criteria laid down in Clause 18 of this Chapter and meeting with technical specifications and who choose to be present.

13.3 Price Bid (part-II) envelops of those Tenderers who are not found to meet tender conditions will not be opened.

14. NON-TRANSFERABILITY AND NON-REFUNDABILITY

The tender documents are not transferable. The cost of tender paper is not refundable.

15. ERRORS, OMISSIONS & DISCREPANCIES

The Contractor(s) shall not take any advantage of any mis-interpretation of the conditions due to typing or any other error and if in doubt, shall bring it to the notice of the Engineer without delay. In case of any contradiction only the printed rules, and books should be followed and no claim for the mis-interpretation shall be entertained.

16. WRONG INFORMATION BY TENDERER

If the tenderer/s deliberately gives/give wrong information in his/their tender which creates/create circumstances for the acceptance of

225

Page 226: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

his/their tender the RailTel reserves the right to reject such tender at any stage.

17. DELETED

18. QUALIFYING CRITERIA

For qualifying in credential bid the contractor shall be required to meet the eligibility requirements as given in para 5 of preamble.

19. NOT USED.

20. SYSTEM PERFORMANCE GUARANTEE

20.1 The OEM shall give unqualified and unconditional guarantee that when the equipment / material supplied by him is installed and commissioned at site, it shall achieve the desired objective and that in the event of performance of the system when installed not complying with the end objective or with the specifications, he shall provide further inputs to enable the RailTel to realize the end objectives with full compliance of the specifications contained in these documents. No additional payment will be made to the contractor for supply of any additional goods and service required in this regard.

20.2 This certificate in the proforma given in Form No. 7, shall accompany the final offer. Absence of this certificate which will form part of the agreement shall disqualify the tenderer automatically.

21. EVALUATION OF OFFER

The authority for the acceptance of the tender rests with the Purchaser. The tenders received will be evaluated by the Purchaser to ascertain the best acceptable tender in the interest of the Purchaser.

However, the purchaser shall not be bound to accept the lowest or any tender or to assign any reason for non-acceptance or rejection of a tender. The purchaser reserves the right to accept any tender in respect of the whole or any portion of the work specified in the tender paper or to sub-divide the work among different Tenderers or to reduce the work or to accept any tender for less than the tendered quantities without assigning any reason whatsoever.

22. AGREEMENTThe successful tenderer/s shall be required to execute an agreement with the representative of RailTel for carrying out the work according to the tender documents as indicated in para 2 of Special Conditions of Contract (Section II Chapter II).

23. DELETED

24. TENDERER’S ADDRESS

226

Page 227: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

Tenderer shall state in the tender his postal address fully and clearly. Any communication sent to the tenderers by post at his said address shall be deemed to have reached the tenderer duly & timely, not withstanding the fact that the communication could not reach the tenderer at all or in time for whatever reason. Important documents shall be sent by Registered Post.

25. PREFERENCE TO PUBLIC SECTOR UNDERTAKING

Due preference as per the extant rules if applicable will be given to Public Sector Undertakings.

26. National Interest

While evaluating the tender, regards would be paid to National Defence and security considerations.

The directives issued from time to time by the Department of Telecommunications (DoT), Ministry of Communications and IT or any other Ministry of Govt. of India on security considerations shall be applicable to the present tender. Accordingly, as per the extent amendment of the National Long Distance (NLD) Service License Agreement for Security related concerns for expansion of Telecom Services in various zones of the country issued vide Department of Telecommunication, Ministry of Communication and IT, Govt. of India’s letter no. 10-54/2010-CS-III (NLD) dated: 31.05.2011, the successful bidder’s OEM shall comply with the provisions stated in the above mentioned directive of DoT and shall have to enter into an agreement with RailTel as per the template agreement between Telecom Service Provider and the vendor of equipment, product and services (available on DoT website). The tenderer must submit a declaration along with their techno commercial bid (Part-I)

******************

227

Page 228: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

SECTION II

CHAPTER II

SPECIAL CONDITIONS OF CONTRACT

228

Page 229: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

SPECIAL CONDITIONS OF CONTRACT

I N D E X

PARA SUBJECT

1. TENDER DOCUMENTS

2. AGREEMENT

3. CONTRACT PERFORMANCE GUARANTEE (SECURITY DEPOSIT)

4. CONTRACTOR'S OFFICE & STORES DEPOT

5. USE OF RAILWAY LAND

6. PROGRAMME OF WORK.

7. COMPETENT SUPERVISORS

8. NOT USED

9. NOT USED

10. TEST & MEASURING INSTRUMENTS AND SPECIAL TOOLS ETC

11. STORES TO BE SUPPLIED BY CONTRACTOR

12. SUPPLY OF TECHNICAL LITERATURES, DOCUMENTATION, DRAWINGS, INSTRUCTION BOOK & COMPLETION PLANS ETC

13. SPARES

14. LONG TERM AVAILABILITY OF SPARES AND SYSTEM SUPPORT

15. QUALITY ASSURANCE

16. NOT USED

17. INSPECTION OF MATERIALS

18. INSPECTION OF WORKS

19 VARIATION IN QUANTITIES

20. FALL CLAUSE

229

Page 230: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

21. SUBLETTING AND ASSIGNMENT

22. EXECUTION OF WORK

23. NOT USED

24. MAINTENANCE OF WORKS

25. CLEARANCE OF SITE

26. PROVISIONAL ACCEPTANCE

27. PLACING IN SERVICE & MAINTENANCE SUPERVISION

28. FINAL ACCEPTANCE

29. WARRANTY

30. TRAINING

31 INFRINGEMENT OF PATENTS

32. LICENSE AS PER GOVT. OF INDIA CONTRACT LABOUR ACT

33. DEFAULTS AND DELAYS

34. LOSS SUSTAINED DUE TO DEFAULTS AND DELAYS

35. PENALTY FOR DELAY IN COMPLETION

36. ADHERENCE OF TIME SCHEDULE EXTENSION OF TIME

37. CONTRACTOR'S LIABILITIES FOR COSTS AND DAMAGES

38. UNIT PRICES

39. MEASUREMENT OF WORKS

40. TERMS OF PAYMENTS

41. FINAL PAYMENTS

42. FINAL SETTLEMENT

43. CERTIFICATE FOR MODVAT BENEFITS ON BILLS

44. DEDUCTIONS FROM ON ACCOUNT PAYMENT BILLS

45. TAXES

230

Page 231: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

46. MOBILISATION ADVANCE

47. INSURANCE

48. FORCE MAJEURE CLAUSE

49. SETTLEMENT OF DISPUTE AND ARBITRATION

50. TERMINATION OF CONTRACT

231

Page 232: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

SPECIAL CONDITIONS OF CONTRACT

1. TENDER DOCUMENTS

1.1 The goods and services required, bidding procedure and contract terms are prescribed in the tender documents. The set of tender documents issued for the purpose of bidding includes following together with Corrigendum and Addendum, if any.

Section-I: I) Preamble. II) System Requirement & SORIII) Technical Specifications

Section-II: I) Instructions to tenderers and conditions of tendering. II) Special conditions of contract

III) Form of Tender IV) Inspection, Test, Installation & Commissioning.

1.2 If the Tender submitted by a Tenderer is accepted and the contract awarded to the Tenderer the various works coming under the purview of the contract shall be governed by tender documents mentioned above.

1.3 Any special conditions stated by the Tenderer in the covering letter submitted alongwith the tender shall be deemed to be a part of the Contract to such extent only as have been explicitly accepted by the RailTel.

2. AGREEMENT

The successful Tenderer shall within 15 days after having been called upon by notice to do so be bound to execute an agreement based on accepted rates and conditions, in such form as the RailTel may prescribe, and lodge the same with the RailTel together with the conditions of contract, specifications and Schedule of prices referred to therein duly completed. The form for agreement is included in Section II, Chapter III (Form No.3).

3. CONTRACT PERFORMANCE GUARANTEE (SECURITY DEPOSIT)

3.1 On receipt of the Letter of Acceptance of Tender from the RailTel the successful Tenderer shall within a period of 15 days deposit with the RailTel an amount equal to 10% of the value of contract rounded off the nearest whole number in terms of thosands of rupees towards payment of performance guarantee for due fulfillment of the contract..

3.2 The Earnest Money already paid by the successful Tenderer ( see Clause 5 of

Instructions to Tenderers and Conditions of Tendering ) may at the discretion of the successful Tenderer be adjusted towards payment of this Performance Guarantee and the additional amount shall be paid in any one of the following forms:

232

Page 233: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

(a) Bank draft

(b) Irrevocable Bank Guarantee issued by SBI or Nationalized Banks or scheduled commercial bank .

3.3 The Performance Guarantee will bear no interest.

3.4 The Instruments for security deposit should be valid for four months beyond the warranty period (para 29 of SCC - Section II Chapter II). On expiry of the warranty period and issue of the certificate of final acceptance of the entire system, the Performance Guarantee will be refunded or Bank guarantee released to the contractor after adjustment of any dues payable by the contractor.

4. CONTRACTOR'S OFFICE & STORES DEPOT

The Contractor shall within Fifteen days of issue of letter of acceptance of tender establish an office and store depot at a convenient place for receiving and storing equipments and materials and progressing field work expeditiously in consultation with the approval of the purchaser's Engineer. He shall intimate the purchaser's Engineer address thereof to which all correspondence should be sent. Any communication sent to the contractor by post at his said address shall be deemed to have reached the contractor duly and in time. Important documents shall be sent by Registered post.

5. USE OF RAILWAY LAND

Use of Railway land required by the Contractor for construction of temporary offices, quarter(s), hutments etc. for the staff and for storing materials etc. will be permitted to him/them subject to approval by Railways, if available at the charges prescribed by the Railways. The land will be restored to Railways by the Contractor(s) in the same condition as when taken over or in vacant condition as desired by the Engineer after completion of the work or at any earlier day as specified by the Engineer. Failure to do so will make the Contractor(s) liable to pay the cost incurred by the Railway for getting possession of land.

6. PROGRAMME OF WORK

6.1 The Contractor shall have necessary resources to execute the work so that the entire work is completed within a period as mentioned in the preamble from the date of issue of Letter of Acceptance of the tender. He shall also have necessary resources to take up the work simultaneously at more than one independent places in order to expedite the completion of work.

6.2 Within a period of 15 days beginning from the date of issue of Letter of Acceptance of Tender the Contractor shall submit the detailed time Schedule for the execution of work based on the conditions in consultation with the RailTel to the authority mentioned in the Preamble and approved by the later in writing before commencement of the work.

233

Page 234: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

6.3 The Contractor shall be held responsible for the execution of the work according to the Program given above in full compliance of the various clauses of the Technical specifications, instructions/ drawings etc. Failure to comply with any of these will be dealt with as per provision laid down in Conditions of Tendering.

6.4 Approach roads , where ever available can be used for carting materials. While RailTel may facilitate the contractor for getting approval from the Railways, if required, for carting the material to the site, the responsibility for ensuring that the material reaches the site in time, lies entirely with the contractor. The contractor has to bear the necessary expenses for carting the material to the site.

6.5 The contractor will program his work in such a manner so as not to interfere in the working telecom circuits and movement of trains.

7. COMPETENT SUPERVISORS

7.1 The Contractor shall place and keep competent representatives / Supervisors / Engineers as his representative on the works who will be authorized to receive and acknowledge materials issued by the RailTel and take all orders issued by the RailTel. The said representatives shall be present at site during working hours and any written orders or instructions which the purchaser's Engineer may give to the said representatives of the contractor shall be deemed to have been duly given or communicated to the contractor.

8 & 9. Not used 10. TEST & MEASURING INSTRUMENTS AND SPECIAL TOOLS ETC.

10.1 Special tools & instruments required for installation and commissioning of the work as detailed in preamble shall be arranged by contractor at his own cost.

10.2 All tests and measuring instruments and other arrangements required for carrying out all the acceptance tests etc shall be provided by the contractor at his own cost.

11. STORES TO BE SUPPLIED BY CONTRACTOR 11.1 All materials required for the execution of the contract shall be arranged and

supplied by the Contractor as detailed in the scope (Preamble) so as to realize the end objective. The supply of equipments and materials shall also include required installation and other materials and documents etc which may not be specifically mentioned herein but which are usually necessary for completing the work in all respects.

12. SUPPLY OF TECHNICAL LITERATURES, DOCUMENTATION,

DRAWINGS, INSTRUCTION BOOK & COMPLETION PLANS ETC.

234

Page 235: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

12.1 The supply of equipment and materials shall include supply of two sets of printed documents from original equipment manufacturers with each equipment as given in technical supplement.

12.2 Except where printed documents are supplied with each equipment by original equipment manufacturer, all other documentation and information as mentioned in the technical specifications shall be prepared using CAD or any other software package duly approved by Engineer. In addition to what is specified in the technical specifications, two complete hard sets of documents shall also be supplied for ready use duly bounded in good plastic folders.

13. SPARES

13.1 The tenderer shall indicate recommended quantities of spares other than those mentioned in SOR of supplies under spare item for each type of equipment for efficient maintenance of the equipment and the systems for a period of 5 years to ensure that the quality & reliability is achieved. The details, unit price and the total cost of recommended spares, shall be included in the tender only as an option. However, the cost of such recommended spares shall not be considered for tender evaluation.

13.2 The tenderer shall attach Unit Rate Analysis of each item of the Schedule Of Requirements ( cost of each sub-assembly, card etc. ) in his Price Bid. The quoted Unit Rate of spares should correspond to the referred Rate Analysis.

14 LONG TERM AVAILABILITY OF SPARES AND SYSTEM SUPPORT 14.1 The tenderer shall undertake to supply on payment all maintenance spares and

tools required for the equipment at least for five years after the expiry of warranty. He shall also undertake to supply additional equipment required for replacement or expansion of the network, that may become necessary due to additional traffic requirements.

14.2 The manufacturer shall guarantee that spare parts for the system shall be available for a minimum of five years after expiry of the warranty period. The manufacturer shall also undertake to inform RailTel at least six months in advance before any equipment or components are discontinued or phased out from the manufacturing plans.

15. QUALITY ASSURANCE

In the event of RailTel waving off the inspection, the quality assurance department of the manufacturer shall carry out all the tests as per the specification and issue a certificate indicating clearly the test results and the adherence to the technical specifications. This is without prejudice to the purchaser’s right to accept or reject the supplies if not found in conformity to its requirement.

Manufacturer shall furnish MTBF values wherever applicable. 16. Not used

235

Page 236: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

17. INSPECTION OF MATERIALS

17.1 All equipments materials fittings and components will be subject to inspection by the purchaser or his representative at the manufacturer's factory/tenderer works before dispatch and no materials shall be dispatched until these are inspected and/or approved. The materials may also be inspected by the purchaser or his representative again at the contractor's depot.

17.2 All materials shall be procured from the manufacturers of repute/their authorized dealers. Such materials are to be accepted by the Engineer. The Contractor may be required to produce test certificate from the manufacturer wherever called for by the Engineer.

17.3 The cost of equipment and materials, all tests and/or analysis performed for inspection shall be borne by the Contractor.

17.4 The inspection charges, if any, payable to the purchaser’s representative for carrying out the inspection shall be borne by the purchaser.

17.5 RailTel reserves the right to waive the factory inspection for some or all components/equipment.

18. INSPECTION OF WORKS

The Engineer or his representative may inspect and test the various portions of the work at all stages and shall have full power to reject all or any portion of the work that he may consider to be defective or inferior in quality of materials, workmanship or design in comparison to what is called for in the specification. In the event of rejection of any work already executed and not in accordance with specification as in this tender and/or as determined by the Engineer or which the Contractor has been apprised, the Contractor shall carry out alterations/ replacements to such works to the satisfaction of the Engineer for which no additional expenses will be borne by the RailTel.

19. VARIATION IN QUANTITIES 19.1 The quantities indicated in Schedule of Requirements are approximate and

purport to convey the tenderer an idea of the magnitude of the work. The quantities quoted in the bid are not firm and may be varied at the time of awarding of the Contract.

19.2 The Contract value may vary within +/-25% of the grand total of schedule of requirements as included in the Letter of Acceptance to tender. In case of such variation in quantities the contractor shall be bound to carry out the work at the rates agreed in the schedule up to the limit of +/-25% variation in the value of contract and shall not be entitled to any claim or any compensation whatsoever.

236

Page 237: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

19.3 Not used.

19.4 Not used

20. Fall Clause : Fall clause is not applicable for this tender. 21. SUBLETTING AND ASSIGNMENT 21.1 The contractor may sublet a part of the work under this contract with prior approval of

RailTel. 21.2 The contractor shall arrange for effective supervision of sub contractor’s work and remain

solely responsible for materials supplied and for works carried out on his behalf by the sub contractor.

22. EXECUTION OF WORK

All the works shall be executed in strict conformity to the provisions of the contract document and with such explanatory detailed drawings, specifications and instructions as may be approved from time to time based on detailed design and engineering carried out by contractor in line with requirements as per contract document. The contractor shall be responsible for ensuring that the work throughout are executed in the most substantial, proper and workmanlike manner with the quality of material and workmanship in strict accordance with the specifications and as per sound industrial practices and to the entire satisfaction of the RailTel.

23. Not used

24. MAINTENANCE OF WORKS

The contractor shall at all times during the progress and continuance of the works and also for the period of maintenance specified in the tender form and after the date of passing of the certificate of completion by the RailTel's representative or any other earlier date subsequent to the completion of the works that may be fixed by RailTel's representative be responsible for and effectively maintain and uphold in good, substantial, sound and perfect condition all and every part of the works and shall make good from time to time and at all times, as often as the RailTel's representative shall require, any damage or defect that may, during the above period, arise in or be discovered or be in any way connected with the works provided that such damage or defect is not directly caused by errors in the contract documents, act of providence or insurrection or civil riot and the contractor shall be liable for and shall pay and make good to the RailTel or other persons legally entitled thereto whenever required by the RailTel's representative so to do, all losses, damages, costs and expenses they or any of them may incur or be put or be liable to, by reason or inconsequence of the operations of the contractor or his failure in any respect.

237

Page 238: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

25. CLEARANCE OF SITE

At the end of the work the Contractor shall as a part of his Contractual obligation leave the area completely neat and clean.

26. PROVISIONAL ACCEPTANCE

26.1 Immediately after the completion of the work the contractor shall certify and advise the purchaser in writing that the installation is (i) complete (ii) ready for satisfactory commercial service and (iii) ready to be handed over. The datacenter shall be operational for minimum 30 days and monitored from BMS/DCIM.

26.2 The test or tests specified in Technical supplement (Chapter IV Section II ) will be conducted jointly by purchaser and contractor as soon as possible after receipt of advice of completion by purchaser from the contractor. The test schedule shall be finalized by mutual discussion between the contractor and M/S RailTel Corporation of India Limited,. Any component, modules, sub assemblies or equipment failing during the commissioning test shall be replaced/repaired free of cost by tenderer.

26.3 Purchaser's Engineer shall issue a Provisional Acceptance certificate for successful commissioning of the datacenter covering all materials and services included in the Schedule of works after the final acceptance test as per the approved test procedure have been completed and the performance has been found to meet the specifications. The Provisional Acceptance Certificate shall not be held up due to minor deficiencies, which shall be attended by Contractor during maintenance period.The Provisional Acceptance Certificate shall be signed by both the parties. The period of maintenance of works shall commence from the date of issue of last Provisional Acceptance Certificate.

27. PLACING IN SERVICE & MAINTENANCE SUPERVISION

27.1 After the work has been completed & placed in service and Provisional Acceptance certificate issued by Purchaser’s Engineer, the contractor shall be responsible for proper maintenance supervision of the work for a period of twelve months from the date of commissioning.

For this purpose the bidder shall prepare a maintenance plan and make available the services of qualified maintenance engineers for critical subsystems (power, cooling) stationed at the location on 24x7x365 approved by Purchaser’s Engineer to provide comprehensive onsite support. Contractor shall submit monthly maintenance report jointly with RailTel Engineer.

In addition one BMS trained engineer shall be provided for 24x7x365 at the location.

27.2 During this period of maintenance supervision if any lacuna is noticed in the functioning, as a result of any deficiency in work, the contractor will rectify the same

238

Page 239: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

at no cost to RailTel. During such rectification if any faulty equipment/modules need replacement or repair, they shall be provided by the contractor from the set of equipment or modules that the contractor should bring to the site of installation in addition to all the materials to be supplied against this contract. Use of spare modules covered under the Schedule of material of this tender shall not be permitted to be used during installation, commissioning and period of maintenance supervision.

28. FINAL ACCEPTANCE

28.1 The final acceptance of the works completed shall take effect from the date of expiry of the period of maintenance supervision as defined in para 27 or the expiry of the last of the respective period of maintenance supervision of various sub-sections for which Provisional Acceptance Certificates are issued or brought into commercial operation, provided in any case that the contractor has complied fully with his obligations in respect of each item under the contract.

28.2 Notwithstanding the issue of Final Acceptance Certificate the contractor and the purchaser ( subject to Sub Clause as above ) shall remain liable for fulfillment of any obligation incurred under the provision of the contract prior to the issue of Final Acceptance Certificate which remains unperformed at the time such certificate is issued and for determining the nature and extent of such obligation the contract shall be deemed to remain in force between the parties hereto.

29. WARRANTY SUPPORT & LONG TERM MAINTENANCE SUPPORT

A. Warranty Support 29.1 All equipment and system supplied by the Contractor shall be guaranteed against

the defects for a period of twelve months from the date of issue of Provisional Acceptance Certificate. The contractor shall provide comprehensive warranty support for all the items supplied by him against this tender.

29.2 Material for repair shall be handed over /taken over to contractors engineer at the Datacenter location.

To enforce fulfillment of support objectives, For this purpose he shall prepare a maintenance plan and make available the services of qualified maintenance engineers for critical subsystems (power, cooling) stationed at the location on 24x7x365 approved by Purchaser’s Engineer. Contractor shall submit monthly maintenance report jointly with RailTel Engineer. In addition one BMS trained engineer shall be provided for 24x7x365 at the location. The cost of these manpower shall be included in the offer.

The Contract’s Engineer shall be responsible to identify the fault and advise corrective measures by coordinating with their/OEM support team and ensure that defective equipment are serviced or replenished.

239

Page 240: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

During this period , the contractor shall remain responsible to arrange replacement within 30 days and for setting right at his own cost any equipment installed by him which is of defective manufacture or design or becomes unworkable due to any cause whatsoever. The decision of the RailTel's representative in this regard to direct the contractor to attend to any damage or defect in work shall be final and binding on the Contractor.

During this period, the contractor shall provide updates, upgrades, patches and bugfixes available from the OEM from time to time for all the software supplied and installed by the bidder as a part of the contract without any additional cost. The contractor shall keep RailTel updated of the availability of such updates and install them after getting approval from RailTel.

29.3 During this period , the contractor shall be responsible to the extent expressed in this clause for any defects that may develop under the conditions provided for by the contract and under proper use, arising from faulty materials, design or workmanship in the plant, or from faulty execution of the plant by the contractor but not otherwise and shall remedy such defects at his own cost when called upon to do so by the Purchaser Engineer who shall state in writing in what respect the portion is faulty.

29.4 If it becomes necessary for the contractor to replace or renew any defective portions of the system under this clause, the provisions of this clause shall apply to the portions of the plant to be replaced or renewed until the expiration of three months from the date of such replacement or renewal or until the end of the support period whichever may be later. If any defect is not remedied within reasonable time, the purchaser may proceed to do the work at contractor's risk and expense, but without prejudice to any other rights which the purchaser may have against the contractor in respect of such defects.

29.5 Until the Final Acceptance Certificate shall have been issued, the contractor shall have the right of entry, at his own risk and expense, by himself or his duly authorised representatives, whose names shall have previously been communicated in writing to the purchaser at all reasonable working hours upon all necessary parts of the works for the purpose of inspecting the working and the records of the system and taking notes there from and, if he desires at his own risk and expense, making any tests subject to the approval of the purchaser which shall not be unreasonably withheld.

29.6 In subject of this warranty, the contractor shall make his security deposit, as required under Clause 3 of Special Conditions of Contract, valid to cover the period of warranty also.

29.7 During the free warranty maintenance period contractor should stabilize the

working of the system. Purchaser has the right to extend the period of supervision of the maintenance free of cost till the system stabilizes and works satisfactorily for a reasonable period of time. If during the time any equipment etc. is to be added or deficiencies are to be rectified to make the system work trouble free the same also will have to be done by the contractor at no cost to RailTel as to make good all the deficiencies.

240

Page 241: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

B. Long Term Maintenance Support

29.8 Tenderer shall provide maintenance support from OEM after successful completion of the warranty obligations for a minimum period of 5 years. During this period the terms & conditions similar to as mentioned in para 29.2, 29.3 and 29.4 above shall be applicable.

Separate agreement for long term maintenance support after warranty period shall be entered with the contractor by RailTel. A fresh Bank Guarantee for a value of 10% of annual cost of long term maintenance support, shall be required to be submitted by the contractor, on year to year basis, for due fulfillment of long term maintenance support obligation.

Note : The acceptance of the above clause is mandatory and any deviation / non acceptance will lead to rejection of the bid summarily.

C. Service Level Agreement

The contractor shall ensure that the datacenter infrastructure built by them shall have an uptime of 99.982%. During the support period contract shall submit a monthly uptime report of the infrastructure. For every additional minute of downtime beyond SLA, a penalty at the rate of Rs.10000/- per minute.

Any failure of critical components (power distribution equipments, cooling for system for Datacenter, network room and UPS room) shall be restored within 30 minutes from the time of failure. For Any delays beyond 30 minutes, a penalty of Rs.1000/- per minute.

Any failure of non critical components shall be restored within 4 hours from the time of failure. For Any delays beyond 4 hours, a penalty of Rs.1000/- per hour.

The total value of the penalty shall be limited to a maximum of 10% of the contract value.

30. TRAINING

30.1 The tenderer shall undertake to train RailTel engineers and other staff nominated by the RailTel in different aspects of equipment designs, functioning, field installation, testing, commissioning, operation, maintenance and repair, covering both hardware and software. The training should be comprehensive for transfer of complete know-how so as to impart full knowledge and competence to independently and successfully execute the installation, operation, user related software changes, maintenance and repair of all equipment. The training courses should, apart from formal class room training, include hands on practical experience at the manufacturer’s premises and visits to working installation.

30.2 In the event of any equipment/sub-system being manufactured in India in technical collaboration with foreign firm by the tenderer or any of its sub-

241

Page 242: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

contractor, the training as per schedule shall be provided at the collaborator's premises/training centre abroad

30.3 The contractor shall at every stage of installation, testing and commissioning provide all facilities for adequate training of RailTel personnel who may be deputed to work on the project.

30.4 Deleted.

30.5 Set of Documents related to training to each of the trainees shall be provided.

30.6 All expenses for travel to and from the place of training, boarding and lodging of the trainees shall be borne by the RailTel.

31. INFRINGEMENT OF PATENTS: (a) The Contractor is forbidden to use any patents or registered drawings,

processes or patterns in fulfilling his contract without prior consent in writing of the owner of such patents, drawings, patterns or trade marks except where these are specified by the Purchaser himself. Royalties where payable for the use of such patented processes, registered drawings or patterns shall be borne exclusively by the Contractor. The Contractor shall advise the Purchaser of any proprietary rights that may exist on such processes, drawings or patterns which he may use of his own accord.

(b) In the case of patents taken out by the Contractor of the drawings or patterns registered by him or of those patents, drawings or patterns for which he holds a license, the signing of the contract automatically gives the Purchaser the right to repair by himself the purchased articles covered by the patent or by any person or body chosen by him and to obtain from any sources he desires the component parts required by him for carrying out the repair work. In the event of infringement of any patent rights due to above action of the Purchaser he shall be entitled to claim damages from the Contractor on the grounds of any loss of any nature which he may suffer e.g. in the case of attachment because of counterfeiting.

242

Page 243: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

32. LICENSE AS PER GOVT. OF INDIA CONTRACT LABOUR ACT

The Contractors are required to produce license as enjoined in the Government of India Contract Labour (Regulation and Abolition) Act (1978) with latest amendments, if any. They shall not be allowed to undertake or execute any work through contract Labour except under and in accordance with a license issued under the said Act in that behalf by the authorized licensing Officer.

33. DEFAULTS AND DELAYS

The Contractor shall execute the work with due diligence and expedition, keeping to the approved time schedule. Should he refuse or neglect to comply with any reasonable orders given to him in writing by the Purchaser's Engineers in connection with the work or contravene the provision of the Contract or the progress of work lags persistently behind the time schedule due to his neglect, the Purchaser shall be at liberty to give seven days notice in writing to the Contractor requiring him to make good the neglect or contravention complained of and should the Contractor fail to comply with the requisitions made in the notice within seven days from the receipt thereof, it shall be lawful for the purchaser to take the work wholly or in part out of the Contractor's hands without any further reference and get the work or any part thereof, as the case may be, completed by other agencies without prejudice to any other right or remedy of the Purchaser Whenever the contractor is unable to complete the work and contract is rescinded The security deposit & PBG shall be forfeited and the balance work shall be got done independently without risk & cost of the failed Contractor. The failed contractor shall be debarred from participating in the Tender for executing the balance work. If the failed contractor is a JV or partnership firm, then every member/partner of such a firm shall be debarred from participating in the tender for the balance work either in his/her individual capacity or as a partner of any other JV/partnership firm.

34. LOSS SUSTAINED DUE TO DEFAULTS AND DELAYS

In the event of any loss to the purchaser on account of execution and/or completion of the work or any part thereof by agencies other than the contractor, in terms of para 33 the contractor shall be liable to reimburse the loss to purchaser without prejudice to the other rights and remedies of the purchaser and the reimbursement in full or in part, as the case may be, shall be met at the option of the purchaser form out of all or any of the following sources viz :

(a) i. Any amount due and payable to the contractor by the purchaser on any account whatsoever;

ii. The Contractor's security deposit in the hands of the purchaser as far as available, and;

iii. Any other assets whatsoever of the contractor;

(b) In the event of re-imbursement from out of sources (i) and/or (ii) above mentioned, the purchaser shall have the right of appropriation suo moto.

243

Page 244: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

35. PENALTY FOR DELAY IN COMPLETION

35.1 If the contractor fails to execute and complete the work within the time specified in the Agreement or within the period of extension granted under para 36, the contractor shall accept reduction in the total amount payable to him by the purchaser at the rate of 0.5% per week or part thereof ( rounded off to the nearest whole number ) of the incomplete/uncommissioned value of the contract for the actual delay occasioned beyond the appointed time by which the work shall have been completed under the contract.

35.2 The total value of penalty on account of above shall be limited to maximum of

10% (Ten percent) of the total contract value. 35.3 Such reduction shall be accepted by the purchaser in full satisfaction of the

contractor's liability arising from delay only. This penalty for delay in completion will be applicable separately for each stage of completion of work when two or more stage of completion are specified in the contract. The purchaser’s engineer shall at his sole discretion specify a time limit within which the unfinished portion of the work shall be completed after serving on the contractor a notice of Purchaser's intention to recover the said penalty in Form 11. In the event of failure of the contractor, the purchaser shall be at liberty to take action in accordance with provisions in Para 33 and 34.

NOTE: For purpose of this para the value of work shall be calculated on the basis of unit prices included in schedule of requirements.

36. ADHERENCE OF TIME SCHEDULE

36.1 Timely completion of the work is the essence of the contract. While delay in execution will attract penalty, early completion will be rewarded.

36.2 If any delay as aforesaid in clause 35 shall have arisen from any cause which the Purchaser may agree as being a reasonable ground for extension of time the purchaser’s engineer or his representative may allow such additional time as he may in his absolute discretion consider to be reasonably justified by the circumstances of the case. Such extensions shall be considered , on request from contractor, .

36.3 Deleted

37. CONTRACTOR'S LIABILITIES FOR COSTS AND DAMAGES

37.1 WITHHOLDING AND LIEN IN RESPECT OF SUMS CLAIMED

a) Whenever any claim or claims for payment of a sum of money arises out of or under the contract against the contractor, the Purchaser shall be entitled to withhold and also have lien to retain such sum or sums in whole or in part from the security, if any, deposited by the contractor and for the purpose aforesaid the purchaser shall be entitled to withhold the said cash security deposit or the security, if any, furnished as the case may be and also have lien over the sum pending finalisation or adjudication of any such claim.

244

Page 245: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

b) In the event of the security being insufficient to cover the claimed amount or amounts or if no security has been taken from the Contractor, the Purchaser shall be entitled to withhold and have lien to retain to the extent of such claim amount or amounts referred to spura, from any sum or sums found payable or which at any time thereafter may become payable to the Contractor under the same contract or any other department of the Central Government pending finalization or adjudication of any such claims.

c) It is an agreed term of the contract that the sum of money or moneys so withheld or retained under the lien referred to by the purchaser till the claim arising out of or under the contract is determined by the Arbitrator (if the contract is governed by the Arbitration clause) or by the competent court, as the case may be, and that the contractor will have no claim for interest of damages whatsoever on any account in respect of such withholding or retention under the lien referred to spura and duly notified as such to the Contractor.

d) For the purpose of this clause, where contractor is a partnership firm or a limited company, the purchaser shall be entitled to withhold and also have a lien to retain towards such claimed amount or amounts in whole or in part from any sum found payable to any partner/limited company, as the case may be, whether in his individual company or otherwise.

37.2 The Maximum Liablity of contractor to any Loss/Damages to RailTel including Liquidity Damages and Performance Bond shall be limited to 100% of Value of contract.

38. UNIT PRICES

38.1 The prices quoted by the Tenderer shall include the prices of materials including all incidental charges for transport, loading/unloading and handling of materials, charging for arranging dispatch by rail/road direct from manufacturer's factory. The prices would also include charges towards completing all necessary formalities such as submission of forwarding notes, arranging placement of Wagon, Siding/shunt charges, banker's charges for Bank guarantee, Indemnity Bonds inclusive of cost of Stamp etc. as applicable and also the charges, if any, levied by the RailTel.

38.2 The prices shall include all taxes, duties, Royalty and levies (including Octroi / Entry Tax, Custom Duty with/without High Sea Sale etc.) applicable on this contract. Therefore, the bidder should quote their prices taking into account the rate of central sales tax/ local sales tax/ VAT or any other tax leviable on contract..

Form-C will be issued by RailTel for items in Schedule of Supplies, if applicable.

38.3 The prices quoted by the tenderer shall include cost of commissioning and testing and all costs of Administration of Contract, Insurance Premium, Banker's charges for guarantees, custom handling, cost of storage in custom and other

245

Page 246: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

locations during execution of work, loading-unloading and handling of materials and road transport which the contractor may use for carriage of materials to his depot/ site of work and any other charges incurred towards delivery of the material at site. The prices shall include the cost of works and adjustments necessary to be done by the contractor during or after tests carried out by the purchaser.

38.4 The price to be quoted by the tenderers should take into account the credit availed on inputs under the CENVAT scheme. The tenderers should give a declaration that any set off in respect of duties on inputs as admissible under law is being totally and unconditionally passed on to the purchaser in the price quoted by him (see para 43). The bidder in this regard shall submit the details of breakup of Excise Duty, Counter Vailing Duty, Service Tax and Surcharge & Cess on these, so that RailTel can avail the CENVAT credit benefit. The firm will furnish documentary evidence of such duties/taxes paid, to enable the purchaser to avail CENVAT credit.

38.5 The prices quoted in the contract shall be inclusive of all taxes i.e. custom duty, excise duty, octroi, local levies, sales tax levied by any statuary authority , VAT or any other tax. The tenderer will indicate the details of taxes included in the unit price. Offer received without specific details/ breakup of various taxes included in the unit prices are liable to summarily rejected.

38.6 The purchaser shall make statutory deductions if required to do so. The deducted amount shall be remitted to the concerned authority and the purchaser shall in no way be responsible for any disputes between such authorities and the contractor in this regard.

38.7 All taxes, duties and levies ( Including octroi etc. ) arising out of the transaction between the contractor and his sub contractor/supplier for this work will be included in the rates quoted by the contractor in the relevant Schedule.

38.8 Arrangement for all permits/licenses required for delivery of materials at site including Road Permits etc. will be the responsibility of contractor and the contractor will have to make his own arrangements. RailTel shall facilitate by way of authorization /request letters whenever needed. Import license of RailTel can be used for materials procured under high sea sale.

39. MEASUREMENT OF WORKS 39.1 Payments for the works shall be made in accordance with approved designs &

drawings and measured in relevant units except where provided or otherwise. The measurements will be made generally in accordance with standard engineering practices.

39.2 MEANING AND INTERPRETATION BY RAILTEL TO BE FINAL- All measurement, method of measurement, meaning an intent of specifications and interpretation of Special Conditions of Contract, given and made by the Purchaser or by the Purchaser’s Engineer shall be final and binding.

246

Page 247: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

40. TERMS OF PAYMENT 40.1 All bills shall be submitted to the authority concerned in RailTel,

Secunderabad.

40.2 Deleted

40.3 Subject to any deductions or recovery which the RailTel may be entitled to make under contract, the Contractor will be entitled to be paid from time to time by way of 'on account payment' for supply of goods and 'progress payment' for works as in the opinion of the Engineer he has executed in terms of Contract.

40.4 ON ACCOUNT PAYMENT FOR SUPPLY OF EQUIPMENT & MATERIAL

“On account payment” for supply of equipments, materials indicated in the schedule of requirements subject to recoveries of liquidated damages, if any, shall be once in a calender month as given below.

60% (Sixty percent) of the value of equipments/ material supplied of each consignment shall be paid on production of the following documents :

a) On receipt of materials at site.

b) Original Inspection certificate issued by Inspecting Officer.

c) Manufacturer's inspection certificate that the materials are in accordance with the specifications of the contract.

d) Delivery Challan / Invoice in duplicate duly accepted by RailTel Authorised Engineer.

e) A certificate that the materials supplied are as per the contract and the amount claimed in the invoice is correct as per terms of the contract.

f) Project Insurance policy for material .

g) All on account payments shall be covered by a standing indemnity bond in the approved form ( see form No.6 ).

h) The Contractor should furnish a Bank Guarantee for 15% of the amount claimed alongwith the invoices for on account payment for supply of goods. The bank guarantee shall be in the prescribed form from State Bank of India/any Nationalized Bank or from any scheduled Bank in the form No.14 and valid for 2 months beyond the date of Completion of work. In the event of extension to the time of completion, the Contractor shall suitably extend the validity of the Bank Guarantee. Incase the Contractor is unable to furnish the Bank Guarantee, equivalent cash would be held by the purchaser from the payments due to the contractor. The Bank guarantee amount may be progressively decreased to the extent of the materials used in sub section on issue of the PAC of sub section. The Bank Guarantee shall be released on issue of Provisional Acceptance Certificate.

247

Page 248: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

40.4.1 The on account payments made will subsequently be adjusted against payments due on Provisional Acceptance or Final Acceptance.

40.4.2 20% (Twenty five percent) value of goods supplied shall be paid after the successful completion of installation of these equipments and completion of all measurements and testing to the satisfaction of Engineer.

40.4.3 15% (Fifteen percent) value of the goods supplied shall be paid after the successful completion of installation & commissioning of whole system, receipt of Site certification from Uptime Institute and issue of “Provisional Acceptance Certificate by Purchaser's Engineer.

40.4.4 Deleted

40.5 PROGRESS PAYMENT FOR EXECUTION OF WORK (SCHEDULE OF SERVICES)

‘Progress payment’ shall be made separately for each item/sub-item of work given in the Schedule of Services, once in a calender month.

40.5.1 75% (Seventy five percent) of the progress payment for each item of Schedule

of Services shall be made after successful completion the respective services joint measurement and testing to the satisfaction of Engineer.

40.5.2 20% (Twenty percent) value of the works/services completed shall be made after the issue of Provisional Acceptance Certificate and supply of Documentation as per Para 12.

40.5.3 100% of the certification charges (design/site) shall be paid on successful issue of the certification from the Uptime Institute.

40.6 Quarterly payment shall be made separately for each item of work given inschedule of services for long term maintenance (Clause 29.8) and maintenance support (clause 27) and warranty support clause 29.1 to 29.7.

41. FINAL PAYMENT

Final payment of 5% of the contract value shall be made after satisfactory operation and maintenance of the work under the supervision of the contractor for a period of one year after commissioning and issue of Final Acceptance Certificate.

41.1 On the basis of Final Acceptance Certificate from the Purchaser's Engineer for all the works at all the locations covered in this contract and reconciliation of materials issued, the final bill for the balance payment for each item of work shall be submitted by the Contractor along with a clear 'No Claim Certificate'. The Final Acceptance Certificate shall be issued by the Purchaser's Engineer only when he has accepted the work wholly after conducting the acceptance

248

Page 249: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

tests as per the details given in the technical specification and supplement.

42 FINAL SETTLEMENT

On expiry of the warranty period and issue of the certificate of final acceptance of the entire installations, the security deposit ( Para 3) will be refunded or Bank Guarantee released to the Contractor after adjustment of any dues payable by the contractor.

43. CERTIFICATE FOR CENVAT BENEFITS ON BILLS

a) The Contractor should submit the following certificate along with the bills :( see para 38.4 ) "We certify that no additional duty set offs on the Goods supplied by us have accrued under the VAT/ CENVAT Scheme in force on the date of supply after we submitted our quotations and submitted the present bill”.

b) In the event of VAT/ CENVAT credit being extended by the Government of India to more items that already covered, the firm should advise the purchaser about the additional benefits accrued through a letter containing the following certificate, or any variation thereof, as may be considered necessary by RailTel administration:- "We hereby declare that we can avail additional duty set offs as per latest VAT/ CENVAT scheme in force now and we hereby give a reduction of (-) per unit and agree to revise the prices indicated in the order. The current E.D. of (-) is payable on this reduced price. Therefore, we request you to amend the order accordingly."

44. DEDUCTION FROM ON ACCOUNT PAYMENT BILLS

(i) All costs, damages or expenses, which RailTel may have been paid or incurred which under the provisions of contract are Contractor's obligations will be deducted by RailTel from progress payment Bills/Invoice of Contractor, as and when it is understood that such an expense has been incurred or paid for.

(ii) All such claims of RailTel shall, however, be duly supported by appropriate and certified vouchers, receipts or explanations as are available to enable the Contractor to identify such claims.

45. TAXES 45.1 The Contractor and all personnel employed by him shall pay such taxes like

Income Tax etc as are payable under statutory laws of India and the Purchaser WILL NOT ACCEPT any liability for the same.

45.2 Deduction of Income Tax at source as per provisions of Finance Act and Income Tax in force shall be made from the Contractor/Sub-Contractor and the amount so deducted may be credited to the Central Government.

249

Page 250: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

45.3 Wherever the law makes it statutory for the Purchaser to deduct any amount towards Sales Tax on Works Contract, the same will be deducted and remitted to the concerned authority.

46. MOBILISATION ADVANCE

(a) If required by the Contractor, mobilisation advance limited to 10% of contract value {if contract value exceeds Rs.1.00 (one) crore} shall be payable on submission of irrevocable Bank Guarantee from a Nationalized Bank in India or the State Bank of India in a form acceptance to the RailTel ( Form No.8 ). Bank Guarantee should clearly cover Principle plus interest 14%.

Interest: The mobilisation advance shall carry an interest at the rate of 14% (fourteen percent) per annum for the period commencing from date of payment of mobilisation advance. The advance plus interest is fully adjusted and recovery of the mobilisation advance along with its interest shall be made from 'On account’ and progress bills including design payment and advance payments for the work on prorata basis. The interest will be charged on balance outstanding on the first day of each month.

The recovery of the advance shall be commenced from the first on account bill itself.

(b) In case principal and interest could not be deducted progressively from progress/on account bills during the course of the year, the interest on mobilisation advance as accrued in the end of an year will be recovered within the first 30 days of the next year from the first progress/on account bills or any other bills which may be made by the RailTel to the Contractor. If, for the reason whatever, no progress/on account bill or any other amount is paid to the Contractor, he will still pay to the RailTel the accrued interest in full within the said 30 days of the next year. Otherwise, the unpaid interest will be added onto the Principal and interest for the next year will be charged on the balance comprising Principal as well as unpaid interest.

(c) In case of extension of the date of completion due to any reason whatsoever, the interest on the mobilisation advance outstanding would continue to accrue as specified earlier and the contractor/firm would make the payment against the advance in the same manner is specified in Para (b) above.

(d) No advance/extra payment other than stated above shall be payable against the works.

(e) The Tenderers shall specifically indicate in their offer whether mobilisation advance is required by them. In case no specific demand has been made in the offer, grant of mobilisation advance shall not be considered subsequently.

250

Page 251: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

(f) No mobilization advance would be considered for Contract with a value less than Rs. 1.00 crore.

47. INSURANCE OF MEN, OFFICE/STORES ETC

47.1 The Contractor shall take out and keep in force a policy or policies of insurance against all liabilities of the Contractor or the Purchaser at common law or under any statute in respect of accidents to persons who shall be employed by the contractor in or about the site for the purpose of carrying out the works on the site. The Contractor shall also take out and keep in force a policy or policies of Insurance against all recognized risks to their offices and depots. Such insurance shall in all respects be to the approval of the Purchaser and if he so requires in his name.

47.2 INSURANCE OF MATERIALS & INSTALLATIONS

The Contractor shall take out and keep in force a Policy or policies of Insurance for all materials including RailTel supply materials/ equipments irrespective of whether used up in the portion of work already done or kept for the use in the balance portion of the work until such works are provisionally handed over to the RailTel. For this purpose, the works are deemed to have been provisionally handed over when provisional acceptance certificate is issued or the section is put into commercial use for the locations as per para 26.

47.3 The Contractor shall not be liable for losses/damages to the materials either used up in the portion of work done or his material kept for use at site, in consequence of Mutiny, or other similar causes over which the Contractor has no control and which cannot be insured. Such losses or damages shall be the liability of the Purchaser and if required by the Purchaser, be made good by the contractor at the cost of the Purchaser.

47.4 The Contractor should, however, insure the stores brought to site, against risks in consequence of war and invasion, as required under the Emergency Risk (Goods ) Insurance Act inforce from time to time.

47.5 It may be noted that the beneficiary of the insurance policy should be RailTel or the policies should be pledged in favour of RailTel. The contractor shall keep the policy/policies current till the installations are provisionally handed over to the purchaser. It may also be noted that in the event of contractor's failure to keep the policy current and alive, renewal of policy will be done by purchaser for which the cost of the premium plus 20% of premium shall be recovered from the contractor.

47.6 For the purpose of enabling the contractor to take the insurance cover in connection with this contract, the purchaser's Engineer will advise the approximate price of all the RailTel supply materials to the Contractor.

48. FORCE MAJEURE CLAUSE

251

Page 252: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

If at any time, during the continuance of this Contract, the performance, in whole or part, by either party, of any obligation under this contract shall be prevented or delayed by reason of any war, hostility, act of the public enemy, Civil Commotion, Sabotage, Fires, Floods, Earth quakes, explosions, strikes, epidemics, quarantine restrictions, lockouts, any statute, statutory rules/ regulations, order of requisitions issued by any Government Department or Competent Authority, acts of God ( here-in-after referred to as event) then provided notice of the happening of any such event is give by either party to the other within twenty one days from the date of occurrence thereof, neither party shall, by reason of such event, be entitled to terminate this Contract nor shall either party have any claim for damage against the other in respect of such non- performance or delay in performance, and the obligations under the Contract shall be resumed as soon as practicable after such event has come to an end or ceased to exist, PROVIDED FURTHER that if the performance in whole or part of any obligation under this Contract is prevented or delayed by reason of any such event beyond a period as mutually agreed to by the RailTel and the Contractor after any event or 60 days in the absence of such an agreement whichever is more, either party may at its option terminate the Contract provided also that if the contract is so terminated under this clause the RailTel may at the time of such termination take over from the Contractor at prices as provided for in the contract, all works executed or works under execution.

49. SETTLEMENT OF DISPUTE AND ARBITRATION

49.1 Any dispute or difference whatsoever arising between the parties out of or relating to the construction, meaning , scope, operation or effect of this contract or the validity or the breach thereof shall be settled by arbitration in accordance with the Arbitration and Conciliation Act, 1996 as amended and the award made in pursuance thereof shall be binding on the parties. The venue of such arbitration or proceedings thereof shall be Secunderabad.

49.2 All arbitration proceedings shall be conducted in English. Recourse against any Arbitral award so rendered may be entered into court having jurisdiction or application may be made to such court for the order of enforcement as the case may be.

49.3 The Arbitral Tribunal shall consist of the sole Arbitrator appointed by mutual agreement of the parties.

49.4 Each of the parties agree that not withstanding that the matter may be reffered to Arbitrator as provided herein, the parties shall nevertheless pending the resolution of the controversy or disagreement continue to fulfill their obligation under this Agreement so far as they are reasonably able to do so.

50. TERMINATION OF CONTRACT OWING TO DEFAULT OF CONTRACTOR :

50.1 If the Contractor should :

(i) become bankrupt or insolvent or

252

Page 253: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

(ii) make an arrangement with or assignment in favour of his creditors, or agree to carry out the contract under a committee of inspection of his creditors, or

(iii) being a Company or Corporation, go into liquidation ( other than voluntary liquidation for the purpose of amalgamation or reconstruction ) , or

(iv) have an execution levied on his goods or property on the works, or

(v) assign the contract or any part thereof otherwise than as provided in clause-21 of SCC, or

(vi) abandon the contract, or

(vii) persistently disregard the instructions of the RailTel’s Engineer or contravene any provision of the contract, or

(viii) fail to adhere to the agreed programme of work by a margin of 10% of the Stipulated period, or

(ix) fail to remove materials from the site or to pull down and replace the work after receiving from the Engineer’s notice to the effect that the said materials or works have been condemned or rejected, or

(x) fail to take steps to employ competent or additional staff and labour as required under clause 7 of SCC, or

(xi) fail to supply material and/or carry out the works as per contractual specifications, or

promise offer or give any bribe, commission, gift or advantage either himself or through his partner, agent or servant to any officer or employee of RailTel or any person on his or on their behalf in relation to the execution of this or any other contract with the RailTel, then and in any of these said cases, the Engineer on behalf of the RailTel may serve the Contractor with a notice in writing to that effect and if the Contractor does not, within 7 days after the delivery to him of such notice, proceed to make good his default in so far as the same is capable of being made good and carry on the work or comply with such directions as aforesaid to the entire satisfaction of the Engineer, the RailTel shall be entitled after giving 48 hours notice in writing under the hand of the Engineer to rescind the contract as a whole or in part or parts ( as may be specified in such notice ) and adopt either or both the following courses: A final termination notice will be issued by RailTel after expiry of 48 hrs. notice

(a) to carry out the whole or part of the work from which Contractor has been removed by the employment of the required labour and materials, the cost of which shall include lead, lift, freight, supervision and all incidental charges.

253

Page 254: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

(b) to measure up the whole or part of the work from which the Contractor has been removed and to get it completed by another contractor, the manner and method in which such work is completed shall be in the entire discretion of the Engineer whose decision shall be final; and in both cases (a) and (b) mentioned above the RailTel shall be entitled (i) to forfeit the whole or such portion of the security deposit as it may consider fit, and (ii) to recover from the Contractor the cost of carrying out the work in excess of the sum which would have been payable according to the certificate of the Engineer to the Contractor if the works had been carried out by the Contractor under the terms of the Contract, such certificate being final and binding upon the Contractor, provided, however, that such recovery shall be made only when the cost incurred in excess is more than the security deposit proposed to be forfeited and shall be limited to the amount by which the cost incurred in excess exceeds the security deposit proposed to be forfeited. The amount thus to be forfeited or recovered may be deducted from any moneys then due which at any time thereafter may become due to the Contractor by the RailTel under this or any other contract or otherwise.

Provided always that in any case in which any of the powers conferred upon the RailTel by Sub-clause above shall have become exercisable and the same shall not be exercised, the non-exercise thereof shall not constitute a waiver of any of the conditions thereof and such power shall not withstanding be exercisable in the event of any future case of default by the Contractor for which his liability for past and future shall remain unaffected.

50.3 RIGHT OF RAILTEL AFTER TERMINATION OF CONTRACT OWING TO DEFAULT OF CONTRACTOR :

In the event of any or several of the courses, referred in Sub-clause 50.1 above, being adopted :

(a) The Contractor shall have no claim to compensation for any loss sustained by him by reason of his having purchased or procured any materials or entered into any commitments or made any advances on account of or with a view to the execution of the works or the performance of the contract and Contractor shall not be entitled to recover or be paid any sum for any works thereto not actually performed under the contract, unless or until the Engineer shall have certified the performance of such work and the value payable in respect thereof and the Contractor shall only be entitled to be paid the value so certified.

(b) The Engineer or Engineer’s Representative shall be entitled to take possession of any materials, tools, implements, machinery or buildings on the works or on the property on which these are being or ought to have been executed, and to retain the employ the same in the further execution of the works or any part thereof until the completion of the works without the Contractor being entitled to any compensation for the use and employment thereof or for wear and tear or destruction thereof.

254

Page 255: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

(c) The Engineer shall, as soon as may be practicable after removal of the Contractor fix and determine exparte or by or after reference to the parties or after such investigation or enquiries as he may consider fit to make or institute and shall certify what amount (if any ) has at the time of termination of the contract been reasonably earned by or would reasonably accure to the Contractor in respect of the work then actually done by him under the contract what was the value of any unused or partially used materials, any constructional plants and any temporary works upon the site.

(d) The RailTel shall not be liable to pay to the Contractor any moneys on account of the contract until the expiration of the period of maintenance and thereafter until the cost of completion and maintenance damages for delay in completion (if any) and all other expenses incurred by the RailTel have been ascertained and the amount thereof certified by the Engineer. The Contractor shall have no claim to any payment of compensation or otherwise howsoever on account of any profit or advantage which he might have derived from execution of the work in full but he did not derive in consequence of termination of the contract. The Contractor shall then be entitled to receive only such sum or sums (if any ) as the Engineer may certify would have been due to him upon due completion by him after deduction of the said amount; but if such amount shall exceed the sum which would have been payable to the Contractor, then the Contractor shall upon demand pay to the RailTel the amount of such excess and it shall be deemed a debt due by the Contractor to the RailTel and shall be recoverable accordingly.

**********************

255

Page 256: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

SECTION – II

CHAPTER - III

FORMS OF TENDER

256

Page 257: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

FORMS OF TENDER

INDEX

FORM NO. 1 : OFFER LETTER

FORM NO. 2 : USER’S CERTIFICATE ( Technical Credential)

FORM NO. 3 : AGREEMENT

FORM NO. 4 : GUARANTEE BOND FOR SECURITY DEPOSIT

FORM NO. 5 : STATEMENT OF DEVIATIONS

FORM NO. 6 : STANDING INDEMNITY BOND FOR ON ACCOUNTS PAYMENTS AND STORES SUPPLIED BY RAILTEL

FORM NO. 7 : SYSTEM PERFORMANCE GUARANTEE

FORM NO. 8 : BANK GUARANTEE FOR MOBILISATION ADVANCE

FORM NO. 9 : WORKS IN HAND

FORM NO. 10 : NOT USED

FORM NO. 11 : EXTENSION OF PERIOD OF COMPLETION OF WORK ON ACCOUNT OF CONTRACTOR

FORM NO. 12 : NOT USED

FORM NO. 13 : QUALIFICATION EXPERIENCE

FORM NO. 14 : GUARANTEE BOND AGAINST ‘ON ACCOUNT PAYMENTS’

FORM NO. 15 : Affidavit

FORM NO. 16 : NOT USED

257

Page 258: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

FORM –IPARA 6.8 (a) Section-II Chapter -I

OFFER LETTER

ToRailTel Corporation of India Limited,2nd Floor, B-Block,Rail Nilayam, Secunderabad-500 071

(i) I/We _______________________________________________ have read the various conditions to tender attached here to and hereby agree to ABIDE BY THE SAID CONDITIONS. I/We also agree to keep this tender open for acceptance for a period of 180 days from the date fixed for opening the same and in default thereof, I/We will be liable for forfeiture of my/our Earnest Money. I/We offer to do the work ( NAME OF WORK) Corporation of India Limited at the rates quoted in the attached schedules and hereby bind myself/ourselves to complete the work within 240 days from the date of issue of Letter of Acceptance of the tender. I/We also hereby agree to abide by the Various Conditions of Contract and to carry out the work according to the Specifications for materials and works laid down by the RailTel for the present contract.

2. A sum of Rs.9,50,000/- (Rupees Nine Lakhs Fifty Thousand Only) is herewith forwarded as “Earnest Money”. The full value of Earnest Money shall stand forfeited without prejudice to any other rights or remedies if,

a) I/We do not execute the contract agreement within 15 days after receipt of notice issued by the RailTel that such documents are ready or,

b) I/We do not commence the work within 15 days after receipt of orders to that effect.

3. Until a formal agreement is prepared and executed the acceptance of this tender shall constitute a binding contract between us subject to modifications, as may be mutually agreed to between us and indicated in the “Letter of Acceptance” of my/our offer for this work.

SIGNATURE OF CONTRACTOR (S)Date

SIGNATURE OF WITNESS CONTTRACTOR (S) ADDRESS1.2.

Form – 2

258

Page 259: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

Para 5.2.2 of preamble.

USER’S CERTIFICATE(Related to para 5.2.2 of tender document)

1. (a) Name and complete address of the firm :(b) Telephone numbers and Corporate email ID:

2. Contract No. & Date :

3. (a) Scope and Work :(b) P.O No. and Date:(c) Total value of the contract:

4. Completion period as per P.O/Contract :

5. Description and No. of Equipments:

(a) As mentioned in above P.O and as executed:(i) Server Farm Area___________ Square Meter.

(ii) Designed IT Load _________ kW.

(iii) UPS Capacity___________kW

(iv) PAC Tonnage __________kW

(v) Transformer __________kVA

(vi) DG Sets ___________kVA

(vii) Power Redundancy (N+1 or N+N)

(viii) Cooling Redundancy (N+1 or N+N)

(ix) Other scope included:

Fire alarm and suppression (Yes/No)

CCTV Surveillance (Yes/No)

BMS (Yes/No)

Datacenter Infrastructure Management (Yes/No)

UTP and Fiber cabling (Yes/No)

259

Page 260: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

6. Period for which the above Datacenter is operational : _____________ months and ___________ years.

7. Date of Commencement:

8. Actual date of Successful completion:

9. Total invoiced value:

10. Number of extensions given:

11. Penalty/LD levied:

12. Present working state of the Datacenter:

Signature of the user with Company Seal

Name:Dated: Designation:

Phone:

Fax :

260

Page 261: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

FORM – 3 Para- 2 Section-II Chapter II

AGREEMENT

An AGREEMENT made this day of ___________ two thousand and one, between RailTel Corporation of India Limited, 2nd floor, B-Block, Rail Nilayam, Secunderabad – 500 071, acting in the premises through Executive Director/SR (hereinafter referred to as ‘RailTel ’) of one part and M/s ________________________(hereinafter referred to as ‘contractor’) of the other part.

Whereas in response to a call for Tender for ( NAME OF WORK) as per Tender papers at Annexure’A’ hereto the Contractor has submitted a bid as per Annexure ‘B’ hereto and whereas the said Tender of the Contractor has been accepted for ________________________________________________________________________as per copy of Letter of Acceptance of Tender No. ______________________________dated_________________ complete with enclosures at the accepted rates and agreed deviations from Tender Papers ________________________ as per Annexure-C hereto and at an estimated contract value of Rs.________________(Rupees _________________________ Only).

Now this agreement witnesses that in consideration of the premises and the payment to be made by the Purchaser to the Contractor provided for herein below the Contractor shall supply all equipment and materials and execute and perform all works for which the said Tender of the Contractor has been accepted strictly according to the various provisions in Annexure ‘B’ and ‘C’ hereto and upon such supply, execute and performance to the satisfaction of the purchaser and the purchaser shall pay to the Contractor at the rates accepted as per the said Annexure ‘C’ and in terms of the provisions therein.

In the witness where of the parties have hereunto set and subscribed their respective hands and/or seals day and year respectively mentioned against their respective signatures.

Signed and delivered at ________________________________________ by Shri _______________________ for and on behalf of M/s. _____________________

The contractor within named in the presence of : 1. Signatures Date Name in Block Capitals Address

261

Page 262: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

2. Signatures Date Name in Block Capitals Address

Signed and delivered at _______________________________ for and on behalf of RailTel by Shri ________________________ (Director / Projects or his successor) in the presence of :-

1. Signatures Date1.1.1.3 Name in Block Capitals

2. SignatureDateName in Block Capitals

Address:

Annexure ‘A’ : Tender Paper No.Annexure ’B’ : Firm’s Tender No.Annexure ‘C’ : Letter of Acceptance of

(Signature)____________Dated:

Complete with enclosures

262

Page 263: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

Form - 4 Para 3 / Section-II Chapter – II

GURANTEE BOND FOR SECURITY DEPOSIT( On Stamp Paper of requisite value)

(To be used by approved Scheduled Banks)

1. In consideration of the RailTel Corporation of India Limited, 2nd Floor, B-Block, Rail Nilayam, Secunderabad (Herein after called RailTel) having agreed to exempt ………………………………………………………………….. ( Hereinafter called “ the said Contractor(s)”) from the demand, under the terms and conditions of an Agreement No. ………………… ………………………… dated …………… made between ………………………………………… and ………………………………………………………………….. for ( hereinafter called “ the said Agreement”) of security deposit for the due fulfillment by the said Contractor (s) of the terms and conditions contained in the said Agreement, or production of a Bank Guarantee for Rs. ………….. ( Rs. ………….. only). We, …………………………………( indicate the name of the Bank) hereinafter referred to as “ the Bank”) at the request of ……………. ……………. Contractor(s) do hereby undertake to pay the RailTel an amount not exceeding Rs. ……………. Against any loss or damage caused to or suffered or would be caused to or suffered by the RailTel by reason of any breach by the said Contractor(s) of any of the terms or conditions contained in the said Agreement.

2. We, ……………………………………………………………. Bank do hereby undertake to pay the amounts due and payable under this Guarantee without any demur, merely on demand from the RailTel stating that the amount is claimed is due by way of loss or damage caused to or would be caused to or suffered by the RailTel by reason of breach by the said Contractor(s) of any of terms or conditions contained in the said Agreement or by reason of the Contractor(s) failure to perform the said Agreement. Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs. ………………………

3. We, ……………………………………….. bank undertake to pay to the RailTel any money so demanded notwithstanding any dispute or disputes raised by the Contractor(s) / Supplier(s) in any suit or proceedings pending before any court or Tribunal relating thereto our liability under this present being, absolute and unequivocal.The payment so made by us under this Bond shall be a valid discharge of our liability for payment thereunder and the Contractor(s) / Supplier(s) shall have no claim against us for making such payment.

4. We, …………………………………………. Bank further agree that the Guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said Agreement and that it shall continue to be enforceable till all the dues of the RailTel under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till RailTel certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said Contractor(s) and accordingly discharges this Guarantee. Unless a demand or claim under the Guarantee is made on us in writing on or

263

Page 264: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

before the ……. (1) ……………………. We shall be discharged from all liability under this Guarantee thereafter.

5. We, ……………………………………………… We, …………………………………………………. ( indicate the name of Bank) Further agree with the RailTel that the RailTel shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the Agreement or to extend time of to postpone for any time or from time to time any of the powers exercisable by the RailTel against the said contractor(s) and to forbear or enforce any of the terms and conditions relating to the said Agreement and we shall not be relieved from our liability by reason of any such variation, or extension to the said Contractor(s) or for any forbearance, act or omission on the part of RailTel or any indulgence by the RailTel to the said Contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have affect of so relieving us.

6. This Guarantee will not be discharged due to the change in the Constitution of the Bank or the Contractor(s) Supplier(s).

7. ( indicate the name of Bank) lastly undertake not to revoke this Guarantee during its currency except with the previous consent of the RailTel in writing.

1.1.1.3.1 Dated the day of 2012

for ……………………………………………….. ( indicate the name of the Bank)

Witness

1. SignatureName

2. SignatureName

NOTE: The Guarantee shall be valid for a period of four months after the expiry of the warranty period of the equipment as per para 29 S.C.C.

264

Page 265: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

FORM – 5Para 4 Section-II Chapter-I

STATEMENT OF DEVIATIONS

PROFORMA FOR STATEMENT OF DEVIATIONS

1. The following are the particulars of deviations from requirement ofthe Instructions to Tenderers and Conditions of Tendering , Preamble and Special Conditions of Contract.

1.1 Instructions to Tenderers and Conditions of Tendering

Clause Deviation Remarks (Including Justification)

1.2 Preamble

Clause Deviation Remarks(Including Justification)

1.3 Special conditions of Contract.

Clause Deviation Remarks(Including Justification)

2. The following are the particulars of deviations from requirement of the technical specifications.

Annexure Clause Deviation Remarks(Including Justification)

Notes:

Where there is no deviation, the statement should be returned duly signed with an endorsement indicated no deviations.

SIGNATURE AND SEAL OF THEMANUFACTURER / TENDERER

265

Page 266: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

FORM - 6Para 8.2. Section-II Chapter –II

STANDING INDEMNITY BOND(For on Account Payments and Stores supplied by RailTel)

(On Stamp paper of Requisite Value)

We, M/s ______________________________ hereby undertake that we hold at our Stores Depot/s at _______________________ for and on behalf of RailTel Corporation of India Limited in the premises through Director/Projects or his successor hereinafter referred to as “the Purchaser” all materials for which ‘On Account’ payments have been made to us against the Contract for -------------- vide letter of Acceptance of Tender No. ____________________ and the materials handed over to us by the Purchaser for all purpose of execution of the said Contract, until such time the materials are duly erected or otherwise handed over to him.

We shall be entirely responsible for the safe custody and protection of said materials against all risk till they are duly delivered as erected equipment to the purchaser or as he may direct otherwise and shall indemnify the Purchaser against any loss, damage or deterioration whatsoever in respect of the said materials while in our possession and against disposal of surplus materials. The said materials shall at all times be open to inspection by any engineer authorized by the Director / Projects (whose address will be intimated in due course).

Should any loss, damage or deterioration of materials occur or surplus materials disposed off and refund becomes due, the purchaser shall be entitled to recover from us the full cost as per prices included in the Contract (as applicable) and also compensation for such loss or damage, if any, alongwith the amount to be refunded without prejudice to any other remedies available to his by deduction from any sum due or any sum which at any time hereafter becomes due to us under the said or any other Contract.

Dated this ______________________ day of _____________ 2009

for and on behalf of M/s ______________________ (Contractor)

Signature of witness

Name and witness in Block letters

Address

266

Page 267: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

FORM – 7PARA 20.2 / Section-II Chapter –I

SYSTEM PERFORMANCE GUARANTEE

PROFORMA FOR THE SYSTEM PERFORMANCE GUARANTEE

To

The Director / Projects,

I / We …………………………………………………………………. hereby guarantee that the design on the basis of which we have submitted our tender no. ………………………………… has been carefully made to conform to the end objectives in the tender documents and to technical specification therein. We further guarantee that in the event of the performance of the system, when installed, not complying with the end objectives or with the specifications contained in the tender documents, we shall provide further inputs to enable the RailTel to realize the end objectives contained in these documents without any additional payment for any additional equipment which may be required in this regard. We further guarantee that all the expenses for providing the additional inputs under the System Guarantee will be borne by us. We further guarantee that these additional inputs will be provided by us to make the system workable within 1 months from the date on which this guarantee is invoked by the Purchaser. The guarantee is valid for a period of one year from the date of commissioning of the system.

(Signature of Firm’s Authorized Officer) Seal

Signature of witness:

1. …………………….

2. …………………….

267

Page 268: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

FORM – 8PARA 46 / Section-II Chapter – II

PROFORMA OF BANK GUARANTEE FOR MOBILISATION ADVANCE(On Stamp paper of requisite value)

(To be used by approved Scheduled Banks)

1. In consideration of the RailTel Corporation Of India Ltd 2nd Floor, B-Block, Rail Nilayam, Secunderabad- 500071 ( Hereinafter called “ the RailTel”) having agreed to exempt …………………………………………… ……………………..(hereinafter called “ the said Contractor(s)”) from the demand, under the terms and conditions of an Agreement No. ………………… ………………………… dated …………… made between ………………………………………… and …………………………… …………………………………….. for ( hereinafter called “ the said Agreement”) of Mobilisation Advance for the due fulfillment by the said contractor)s) of the terms and conditions contained in the said Agreement, or production of a Bank Guarantee for Rs. ………….. ( Rs. ………….. only). We, …………………………………( indicate the name of the Bank) hereinafter referred to as “ the Bank”) at the request of ……………. ……………. Contractor(s) do hereby undertake to pay the RailTel an amount not exceeding Rs. ……………. Against any loss or damage caused to or suffered or would be caused to or suffered by the RailTel by reason of any breach by the said Contractor(s) of any of the terms or conditions contained in the said Agreement.

2. We, ……………………………………………………………. Bank do hereby undertake to pay the amount due and payable under this Guarantee without any demur, merely on demand from the RailTel stating that the amount is claimed is due by way of loss or damage caused to or would be caused to or suffered by the RailTel by reason of breach by the said Contractor(s) of any of terms or conditions contained in the said Agreement or by reason of the Contractor(s) failure to perform the said Agreement. Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs. ………………………

3. We, ……………………………………….. bank undertake to pay to the RailTel any money so demanded notwithstanding any dispute or disputes raised by the Contractor(s) / Supplier(s) in any suit or proceedings pending before any court or Tribunal relating thereto our liability under this present being, absolute and unequivocal.The payment so made by us under this Bond shall be a valid discharge of our liability for payment thereunder and the Contractor(s) / Supplier(s) shall have no claim against us for making such payment.

4. We, …………………………………………. Bank further agree that the Guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said Agreement and that it shall continue to be enforceable till all the dues of the RailTel under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till RailTel certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said Contractor(s) and accordingly discharges this Guarantee. Unless a demand or claim under the Guarantee is made on us in writing on or before the ……. (1)

268

Page 269: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

……………………. We shall be discharged from all liability under this Guarantee thereafter.

5 We, …………………………………………………. ( indicate the name of Bank) Further agree with the RailTel that the RailTel shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the Agreement or to extend time of to postpone for any time or from time to time any of the powers exercisable by the RailTel against the said contractor(s) and to forbear or enforce any of the terms and conditions relating to the said Agreement and we shall not be relieved from our liability by reason of any such variation, or extension to the said Contractor(s) or for any forbearance, act or omission on the part of RailTel or any indulgence by the RailTel to the said Contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have affect of so relieving us.

6. This Guarantee will not be discharged due to the change in the Constitution of the Bank or the Contractor(s) Supplier(s).

7. We, ……………………………………………… ( indicate the name of Bank) lastly undertake not to revoke this Guarantee during its currency except with the previous consent of the RailTel in writing.

Dated the day of 2012

for ……………………………………………….. ( indicate the name of the Bank)

Witness

1. SignatureName

2. SignatureName

269

Page 270: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

FORM – 9Clause 5.2.5 of preamble

WORKS IN HAND

S.N

System and Name of Project details

Party’s address for whom the work is being done

Total value of contract ( and details)

Schedule period of execution (in months)

%age progress in terms of works done

Likely date of completion

No of Extensions Granted

Payments received till date

Remarks

270

Page 271: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

FORM - 11Para - 35 Section-II Chapter - II

EXTENSION OF PERIOD OF COMPLETION OF WORKON CONTRACTOR’S ACCOUNT

No. Date:

To,………………………..

………………………..

Sub: (i) ( Name of Work)(ii) Acceptance Letter No.(iii) Undertaking / Agreement No.

Ref: …………….(Quote specific application of the Contractor for extension to date, if received).

Dear Sir,

The stipulated date for completion of the work mentioned above is .……………………………..from the progress made so far and the present rate of progress, it is unlikely that the work will be completed by the above date ( or However, the work was not completed on this date)

Expecting that you may be able to complete the work if some time is given the Director / Projects RailTel Corporation of India Limited, Secunderabad although not bound to do so, hereby extends the time for completion from ……… to ………………… .

Please note that an amount equal to 0.5% of the total value of the contract per week or part thereof (rounded off to the nearest whole number ) subject to a maximum of 10% of the total contract value of the works as a recovery for delay in the completion of the work after the expiry of (1) …………. will be recovered from as mentioned in para 35 chapter II, section II of the special conditions of contract for the extended period notwithstanding the grant of this extension. You may proceed with the work accordingly.

The above extension of the completion date will also be subject to the further condition that no increase in rates on any account will be payable to you.

Please intimate within a week of the receipt of this letter your acceptance of the extension on the conditions stated above.

Please note that in the event of declining to accept the extension on the above said conditions or, in the event of your failure after accepting or acting up to this extension to

271

Page 272: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

complete the work by (2) ……………. here mention the extended date), further action will be taken in terms of relevant para of special conditions of contract.

Yours faithfully,for & on behalf of RailTel Corporation of India Limited

Note:

1. Give here the stipulated date for completion without any penalty fixed earlier.2. Here mention the extended date.

Sub: (i) ( Name of Work)(ii) Acceptance Letter No.

272

Page 273: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

FORM - 13 Para 5.1.3 of preamble

QUALIFICATION EXPERIENCE

Details of works executed and under execution during the last 3 years should be furnished in the following format.

S.No. Name of Party’s Total Year of Year of Project and Address value completion co mpletiondescription of whom of contract and andof work. the work (in Indian schedule actual

was done Rupees) period of period of execution execution

(in months) (in months)- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -

Note: A certificate from the organisation , for which the work was executed, should preferably be executed to indicate that the contract was satisfactorily performed.

Signature and Seal of the Manufacturer / contractor

273

Page 274: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

FORM – 14PARA 40.5 / Section-II Chapter – II

GUARANTEE BOND AGAINST ‘ON ACCOUNT’ PAYMENTS(On Stamp paper of requisite value)

(To be used by approved Scheduled Banks)

In consideration of the RailTel Corporation of India Limited, 2nd Floor, B-Block, Rail Nilayam, Secunderabad – 500 071 ( hereinafter called “the RailTel”) having agreed to exempt ……………………………………………… …………………..(hereinafter called “ the said Contractor(s)”) from the demand, under the terms and conditions of an Agreement No. ………………… ……………dated……………made between ………………… and ....………….. for ( hereinafter called “ the said Agreement”) of on Account Payment for the due fulfillment by the said contractor)s) of the terms and conditions contained in the said Agreement, or production of a Bank Guarantee for Rs. ………….. ( Rs. ………….. only). We, ……………………( indicate the name of the Bank) hereinafter referred to as “ the Bank”) at the request of ……………. ……………. Contractor(s) do hereby undertake to pay the government an amount not exceeding Rs. ……………. Against any loss or damage caused to or suffered or would be caused to or suffered by the RailTel by reason of any breach by the said Contractor(s) of any of the terms or conditions contained in the said Agreement.

We, ……………………………………………………………. Bank do hereby undertake to pay the amount due and payable under this Guarantee without any demur, merely on demand from the RailTel stating that the amount is claimed is due by way of loss or damage caused to or would be caused to or suffered by the RailTel by reason of breach by the said Contractor(s) of any of terms or conditions contained in the said Agreement or by reason of the Contractor(s) failure to perform the said Agreement. Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs. ………………………

We, ……………………………………….. Bank undertake to pay to the RailTel any money so demanded notwithstanding any dispute or disputes raised by the Contractor(s) / Supplier(s) in any suit or proceedings pending before any court or Tribunal relating thereto our liability under this present being, absolute and unequivocal.The payment so made by us under this Bond shall be a valid discharge of our liability for payment thereunder and the Contractor(s) / Supplier(s) shall have no claim against us for making such payment.

4. We, …………………………………………. Bank further agree that the Guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said Agreement and that it shall continue to be enforceable till all the dues of the RailTel under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till RailTel certifies

274

Page 275: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

that the terms and conditions of the said Agreement have been fully and properly carried out by the said Contractor(s) and accordingly discharges this Guarantee. Unless a demand or claim under the Guarantee is made on us in writing on or before the ……. (1) ……………………. We shall be discharged from all liability under this Guarantee thereafter.

5. We, …………………(indicate the name of Bank)……….…. further agree with the RailTel that the government shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the Agreement or to extend time of to postpone for any time or from time to time any of the powers exercisable by the RailTel against the said contractor(s) and to forbear or enforce any of the terms and conditions relating to the said Agreement and we shall not be relieved from our liability by reason of any such variation, or extension to the said Contractor(s) or for any forbearance, act or omission on the part of RailTel or any indulgence by the RailTel to the said Contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have affect of so relieving us.

6. This Guarantee will not be discharged due to the change in the Constitution of the Bank or the Contractor(s) Supplier(s).

7. We, ……………………………………………… ( indicate the name of Bank) lastly undertake not to revoke this Guarantee during its currency except with the previous consent of the RailTel in writing.

Dated the day of 2012

for ………………………………………………..

( indicate the name of the Bank)Witness

1. SignatureName

2. SignatureName

275

Page 276: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

Form-15Clause 17, 17A of Insructions to Tenderer

AFFIDAVIT

(To be given separately by each Consortium/Joint Venture member of the Bidder on Stamp Paper of Rs. 10)

I, ___________ S/o __________________, Resident of ___________________, __________, the ____________ [insert designation] of the [insert name of single bidder / Consortium/Joint Venture member if Consortium/Joint Venture] do solemnly affirm and state as follows:

1. I say that I am the authorized signatory of ________________ [insert name of company/Consortium/Joint Venture member] (hereinafter referred to as “Bidder/Consortium/Joint Venture Member”) and I am duly authorized by the Board of Directors of the Bidder/Consortium/Joint Venture Member to swear and depose this Affidavit on behalf of the Bidder/Consortium/Joint Venture Member.

2. I say that I have submitted information with respect to our eligibility for RailTel Corporation of India Ltd. (hereinafter referred to as “RCIL”) ( NAME OF WORK) (hereinafter referred to as “Project”) Request for Proposal (‘RFP’) document and I further state that all the said information submitted by us is accurate, true and correct and is based on our records available with us.

3. I say that, we hereby also authorize and request any bank, authority, person or firm to furnish any information, which may be requested by RCIL to verify our credentials / information provided by us under this tender and as may be deemed necessary by RCIL.4. I say that if at any point of time including the concession period, in case RCIL requests any further/additional information regarding our financial and/or technical capabilities, or any other relevant information, we shall promptly and immediately make available such information accurately and correctly to the satisfaction of RCIL.5. I say that, we fully acknowledge and understand that furnishing of any false or misleading information by us in our RFP shall entitle us to be disqualified from the tendering process for the said Project. The costs and risks for such disqualification shall be entirely borne by us.6. I state that all the terms and conditions of the Request for Proposal (RFP) document has been duly complied with.

DEPONENT

VERIFICATION

I, the above-named deponent, do very that the contents of paragraphs 1 to 6 of this affidavit are true and correct to my own knowledge. No part of it is false and nothing material has been concealed. Verified at ___________, on this ___ day of _________, 2008.

DEPONENT

276

Page 277: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

CHAPTER-IV

INSPECTION, TEST, INSTALLATION

&

COMMISSIONING

277

Page 278: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

1. Engineering

Upon award of the contract, the contractor shall complete the engineering design of the datacenter in line with the design requirements and specifications. The contractor shall submit preliminary design, detailed design and test plan. The submittals shall include but not limited to:

Preliminary design document Detailed design document Samples and Datasheets GFC drawings BOQ as per the design Acceptance test plan

Only after approval of the design documents and BOQ, the contractor can initiate their procurement process.

2. Procurement

After the design approval of every subsystem, the contractor shall go ahead the procurement and construction as per the approved design, GFC drawings and BOQ.

When the materials are received at site, RailTel will inspect the materials as per the test/inspection plan. Based on the inspection, the contractor shall prepare a material inspection report (MIR) which shall be jointly signed by the authorized signatories of the contractor and RailTel.

The contractor shall keep all the materials in their own safe custody until installation, commissioning and provisional acceptance.

3. Testing

The contractor shall conduct necessary tests for verification of compliance with the technical specifications. The testing shall be conducted for all critical components such as UPS, Batteries, Diesel Generators, Cables, Transformers, Panels, HVAC systems, etc. However, the tests shall not be limited to these components. RailTel may require testing of any other components during execution of the projects.

3.1 TEST CATEGORIES i) The following tests shall be conducted for acceptance of the

equipment and the system before final acceptance of the system.

A1 Sample ApprovalsA2 Pre-Factory Acceptance TestingA3 Factory Acceptance Testing (FAT)A4 Pre-commissioning test (after installation) for total integrated system.A5 Site Acceptance Testing (SAT)A6 Trial Run

278

Page 279: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

ii) These tests shall be carried out on all equipment supplied by Tenderer including those supplied by sub-vendors, if any.

iii) Tenderer shall arrange all necessary test instruments, manpower, test-gear, accessories etc.

iv) All technical personnel assigned by Tenderer shall be fully conversant with the system specifications and requirements. They shall have the specific capability to make the system operative quickly and efficiently and shall not interfere or be interfered by other concurrent testing, construction and commissioning activities in progress. They shall also have the capability to incorporate any minor modifications/suggestions put forward by Purchaser/Engineer.

v) The Tenderer shall arrange power supply and any temporary commissioning facility including communication system required for installation/testing/commissioning.

vi) Test Plan: The Contractor shall submit to Purchaser ‘Test Plans’ well in advance of commencement of actual testing in each of the above mentioned test categories.

The plans shall include:

1) System/Equipment functional and performance description (in short) and Tests to be conducted and purpose of test.

2) Test procedures (including time schedule for the tests) and identification of test inputs details and desired test results

3) Test Report:

The observations and test results obtained during various tests conducted shall be compiled and documented to produce Test Reports by Tenderer. The Test Reports shall be given for each equipment/item and system as a whole. The report shall contain the following information to a minimum:

i) Test results

ii) Comparison of test results and anticipated (as per specifications) test result as given in test plans and reasons for deviations, if any.

iii) The data furnished shall prove convincingly that

a. The system meets the Guaranteed Performance objectives

b. Mechanical and Electrical limits were not exceeded.

279

Page 280: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

c. Failure profile of the equipment during the tests are well within the specified limits

vii) Failure of Components:

Till the system is accepted by the Purchaser, a log of each and every failure of components shall be maintained. It shall give the date and time of failure, description of failed component, circuit, module, component designation, effect of failure of component on the system/equipment, cause of failure, date and time of repair, mean time to repair etc. Repair/modification done at any point of time at one site, shall be carried out by Tenderer at all the sites. Detailed documentation for the same shall be submitted to Purchaser for future reference.

If the malfunction and/or failures of a unit/module/sub-system/equipment repeat during the test, the test shall be terminated and Tenderer shall replace the necessary component or module to correct the deficiency. Thereafter, the tests shall commence all over again from the start.

If after the replacement the equipment still fails to meet the specification, Tenderer shall replace the equipment with a new one and tests shall begin all over again. If a unit/ subsystem/module has failed during the test, the test shall be suspended and restarted all over again only after the Tenderer has placed the Equipment back into acceptable operation. Purchaser’s approval shall be obtained for any allowable logical time required to replace the failed component/unit/module/sub-system.

viii) Readjustments

No adjustments shall be made to any equipment during the acceptance tests. If satisfactory test results cannot be obtained unless readjustments are made, Tenderer shall carry out only those readjustment needed to ready the equipment/system for continuance of tests. A log of all such adjustments shall be kept giving date and time, equipment, module, circuit, adjustments, reasons, test result before and after adjustment etc. Fresh acceptance tests shall be conducted after the readjustments have been completed.

3.2 Sample Approvals

The contractor shall provide samples of various components such as civil/interior materials (such as tiles), cables, accessories, furnitures, etc prior to their procurement. For components such as UPS, Transformers, DG, etc where samples cannot be provided, the contractor shall submit OEM datasheets of those components for approval by RailTel. The contractor shall go ahead with the procurement only after RailTel’s approval.

3.3 Pre Factory Acceptance Testing

280

Page 281: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

The Tenderer on his own exactly in line with FAT shall conduct pre-factory acceptance testing and test reports for the same shall be forwarded to Purchaser/Engineer before start of FAT.

3.4 Factory Acceptance Testing (FAT)

RailTel may require factory acceptance testing to some or all the components to be supplied and installed by the successful bidder.

Factory acceptance tests shall be carried out after review and approval of FAT procedure/documents as per bid requirements and review of Pre-Factory acceptance results & shall be conducted at the manufacturing facilities from where the respective equipment/subsystems are offered. The factory acceptance testing shall be conducted in the presence of the Purchaser/Engineer. The tests shall be carried out on all equipment/items including those supplied by Sub-vendors and factory acceptance certificates shall be issued.

RailTel reserves the right to waive factory acceptance testing to some or all the equipments.

The factory tests shall include but not be limited to:

A) Equipment Testing :

i. Mechanical checks to the equipment for dimensions, inner and outer supports, finishing, welds, hinges, terminal boards, connectors, cables, painting etc.

ii. Electrical checks including internal wiring, external connections to other equipment etc.

iii. Check for assuring compliance with standards mentioned in the specifications.

iv. Individual check on each/module/sub-assembly in accordance with the modes and diagnostics programs of the Tenderer.

v. Checks on power consumption and heat dissipation characteristics of various equipment

vi. Environment testing and other laid down tests in Type Tests plan of the specification of the equipment.

vii. Functional testing

viii. Any other test not included in FAT document but relevant to the project as desired by the Purchaser/Engineer at the time of factory acceptance testing.

281

Page 282: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

B) System Integration Testing

Functional and performance test should be conducted for each complete system/component that require integration with other components/subsystems of the datacenter. The interfacing subsystems/components can be simulated reflecting the production scenario.

All functions of the BMS/DCIM shall be demonstrated in totality with integration with all the test systems concerned.

3.5 Installation

After successful completion of factory acceptance testing, equipment shall be sent to site for installation. Equipment without factory acceptance certificates shall not be acceptable at site.

Prior to installation, all equipment shall be checked for completeness as per the specifications of equipment required for a particular station. Installation shall be carried out in accordance with the installation manuals and approved installation drawings in the best workmanship.

Tenderer shall indicate the number of teams and the list of equipment for each teams to be deployed for installation of the total telecom system in order to complete the work within the stipulated time frame.

Tenderer shall bring all installation tools, accessories, special tools, test gears, spars parts etc. at his own cost as required for the successful completion of the job.

If during installation and commissioning any repairs are undertaken, the maintenance spares supplied with equipment shall not be used for the repair. Tenderer shall arrange his own spare parts for such activities till such time the system has been finally accepted by the Purchaser. A detailed report & log of all such repairs shall be made available by the Tenderer to Purchaser/Engineer and shall include cause of faults and repair details, within 2 weeks of fault occurrence.

A detailed time schedule for these activities shall be submitted by Tenderer to Purchaser/Engineer to enable their representatives to be associated with the job.

Tenderer shall supply all installation materials required for proper installation of the equipment. These shall include but not be limited to, all connectors, interbay and inter equipment cables, power supply cables and connectors, power distribution boxes, anchoring bolts, nuts, screws, washers, raceways, cable management accessories, protection/safety accessories and any other components to complete the installation as per the technical specifications and local/international standards/best practices.

The installation of equipment shall be done as to present neat and clean appearance in accordance with approved installation document drawings.

3.6 Pre-Commissioning

282

Page 283: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

On completion of installation of equipment, the correctness and completeness of the installation as per Manufacturer’s manual and approved installation documents shall be checked by the Tenderer on his own.

A list of Pre-Commissioning tests (same as approved by the Purchaser/Engineer for site acceptance testing) and activities shall be prepared by Tenderer and the test shall be carried out by the Tenderer on his own. After the tests have been conducted to the Tenderer’s own satisfaction, the Tenderer shall provide the test results for review by Purchaser/Engineer and then offer the system for Site Acceptance Testing.

During pre-commissioning, if any fault occurs to any equipment or system, Tenderer shall identify the same and provide report/history of all faults to the Purchaser.

During installation and pre-commissioning of the telecom system, Tenderer shall have enough number of commissioning spares so that the installation is not held up because of non-availability of commissioning spares. Tenderer shall ensure that the spares meant for operation and maintenance are not used during installation and commissioning.

3.7 Site Acceptance Testing (SAT)

On completion of Pre-commissioning, site acceptance testing shall be conducted on the system as per approved SAT procedures and its constituents by the Tenderer under the presence of Purchaser/Engineer.

The tests shall include, but not be limited the following:

a) Checks for proper installation as per the approved installation drawings for each equipment/item and system as a whole.

b) Guaranteed performance specifications of individual equipment/item.

c) Self diagnostics test on individual equipment

d) Compliance to standards/best practices

e) Load Testing

f) Integration testing between various subystems

g) Redundancy Testing

h) Testing for Concurrent Maintenability

i) Tier III Site certification tests by Uptime Institute.

283

Page 284: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

3.8 SPARES

3.8.1 MANDATORY SPARES

The contractor shall maintain sufficient mandatory spares for meeting the Service Level Requirement specified in the tender. The bidder shall provide a list of mandatory spares as a part of their technical bid. Unit rates for each spares required for operation and maintenance shall be provided as a part of their price bid.Spares shall be provided from the same manufacturing facilities/location from where the respective equipment, subsystems are offered.

Tenderer shall provide the address, contact person, fax, telephone no. of the manufacturer of the spare parts. The Tenderer shall warrant that spare part for the system would be available for minimum of 10 years after system commissioning (taking over). After this period if the Tenderer discontinues the production of the spare parts, then he shall give at least 12 months notice prior to such discontinuation so that Purchaser may order the requirements of spares in one lot.

3.8.2 Commissioning spares

The commissioning spare shall be arranged by the Tenderer to cater to the requirement during installation, commissioning, site acceptance testing, trial run and warrantee period. These spares shall be readily available with the Tenderer.

These commissioning spares are different from mandatory spares and Tenderer shall not use mandatory spares as commissioning spares.

3.9 TRIAL RUN

Upon conclusion of the site acceptance testing the Tenderer shall keep the Datacenter facility commissioned for 2 months for ‘TRIAL RUN’. During this period Tenderer shall provide all specialist Engineers & Technicians including experts to maintain the total log, incidents, failures & for assisting site engineer & for total co-ordination. However, the personnel of the Purchaser trained for the purpose shall perform the normal operation and maintenance of the system.

If during ‘Trial run’ any defect is noted in the system, the Tenderer shall rectify, replace the same to the satisfaction of Purchaser’s/Engineer. The decision to repeat the final test or restart the ‘Trial’ shall be of Purchaser/Engineer depending upon the severity of the defect.

During trial run, if any fault occurs to any equipment of system, Tenderer shall identity and rectify the same and provide report, history of all faults to the Purchaser.

Ideally, during the ‘Trial run, no shutdown of the system due to failure of equipment, power supply etc. should happen. A record of all failures shall be kept for each

284

Page 285: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

manned/unmanned station and the availability of the system on per hop and end to End basis shall be calculated, accordingly and results submitted to Purchaser/engineer.

If the system fails to come up to the guaranteed performance, the Tenderer, within a period of thirty (30) days shall take any and all corrective measures and resubmit the system for another ‘Trial Run’ of trial period. All modifications, changes, corrective measures, labour etc. shall be at the cost of the Tenderer. In case the date of completion for the second trial run exceeds the time schedule for the project, he shall be liable to pay liquidated damages. If the system fails to reach the guaranteed performance even after the second trial run, the Purchaser shall be free to take any action as he deems fit against the Tenderer and to bring the system to the guaranteed performance with the help of third party at the expense of the Tenderer.

3.10 QUALITY ASSURANCE

i) Tenderer shall submit the details of Quality Assurance program followed by him beginning with raw materials, active, passive and fabricated components, units, sub-assemblies, assemblies, wiring, interconnections, structures. Etc. to finished product. Tenderer shall obtain and forward the Quality Assurance Program for equipment supplied by Sub-vendor, if any.

ii) The Purchaser’s/engineer reserves the right to inspect and test each equipment at all stages of production and commissioning of the system. The inspection and testing shall include but not be limited to raw materials. , components, sub-assemblies, prototypes, production units, guaranteed performance specifications etc.

iii) For Factory inspection and testing, Tenderer shall arrange all that is required e.g. quality assurance personnel, space, test gear etc. for successful carrying out of the job by the Purchaser/Engineer, at Tenderer’s cost, at the Manufacturer’s works.

iv) Purchaser’s/Engineer shall have free entry and access to any and all parts of the Manufacturer’s facilities associated with manufacturing and testing of the system at any given time.

v) It shall be explicitly understood that under no circumstances shall any approval of the Purchaser’s/Engineer relieve the Tenderer of his responsibility for material, design, quality assurance and the guaranteed performance of the system and its constituents.

vi) Tenderer shall invite the Purchaser’s/Engineer, at least 40 days in advance, of the date at which system shall be ready for Inspection and Testing. All relevant documents and manuals approved Engineering drawings etc. shall be available with the Purchaser/Engineer well in advance of the start of Inspection and Testing.

285

Page 286: dc tender document

TENDER NO. RailTel/Tender/OT/SR/HQ/2011-12/55

Purchaser’s Engineer or his representative shall, after completion of inspection and testing to their satisfaction, issue factory acceptance certificates to release the equipment for shipment. No equipment shall be shipped under any circumstances unless a factory acceptance certificate has been issued for it, unless agreed otherwise by Purchaser’s Engineer.

286