rfp - stpi-chennai · mtnl-stpi it services ltd. letter seeking such clarification(s). 10.1...

35
MTNL-STPI IT Services Ltd T.E. No. : MTNL-STPI/2009/5/DCI dated . 09.07.2009 RFP Additional Electrical Work for Data center Propriety and Confidential Date of prebid meet & site visit 16/07/2009 10.00 HRS Due date & time of submission of bids 31/07/2009 11.00 HRS Due date & time of opening of bids 31/07/2009 15.00 HRS Bid Security Rs. 60,000 (Rupees Sixty thousand Only) Tender for Data Center Addtl Electrical Work Page 1 of 35

Upload: others

Post on 02-May-2020

7 views

Category:

Documents


0 download

TRANSCRIPT

MTNL-STPI IT Services Ltd T.E. No. : MTNL-STPI/2009/5/DCI dated . 09.07.2009

RFP

Additional Electrical Work for Data center

Propriety and Confidential

Date of prebid meet & site visit

16/07/2009 10.00 HRS

Due date & time of submission of bids 31/07/2009 11.00 HRS

Due date & time of opening of bids 31/07/2009 15.00 HRS

Bid Security Rs. 60,000 (Rupees Sixty thousand Only)

Tender for Data Center Addtl Electrical Work Page 1 of 35

MTNL-STPI IT Services Ltd T.E. No. : MTNL-STPI/2009/5/DCI dated . 09.07.2009

1. INTRODUCTION: MTNL-STPI IT Services Limited a joint venture company of MTNL and STPI under the Aegis of Ministry of Communication and Information Technology (MCIT) has been establishing a state of the art world class Tier-III Data Center of size 5000 sq.ft with associated office and upward scalable, to launch Portal Services offering information repository, Email Services, Web hosting, Content syndication, Application and data hosting, DR services, etc; at :1st floor, STPI Facilities Center, 5 Rajiv Gandhi Salai, Taramani,Chennai-600 113.

The infrastructure for the same has been awarded and being carried out by the main contractor, which is in the final stages. There is a requirement of some additional work (Phase II) for the electrical services, requiring supply and installation in coordination with the main contractor.

The details of this engagement and terms of engagement along with the detailed scope of work are given in sections below.

RFP can be downloaded from www.chennai.stpi.in .

Note: The RFP shall be submitted in two parts:

Part ‘A’: Technical / Un-priced bid

Part ‘B’: Financial / Priced bid.

OR Interested Bidders may also contact the STPI office in Chennai for obtaining the RFP at the below address:

The Director

Software Technology Parks of India,

5, Rajiv Gandhi Salai, Taramani,

Chennai-600 113.

Phone +91 44 39103525, 39103505 (tele fax)

Email: [email protected]

Tender for Data Center Addtl Electrical Work Page 2 of 35

MTNL-STPI IT Services Ltd T.E. No. : MTNL-STPI/2009/5/DCI dated . 09.07.2009

2. Bidders Eligibility Criteria:

The Bidder must meet the following eligibility requirements. Bids of non-compliant bidders will not be technically or commercially evaluated.

i) The bidder should be an established company/ Agency / contractor engaged in the job of creation of Electrical infrastructure on turnkey basis for Data Centres / Network Operation Centres / Telecom or IT related establishments for more than 2 years as on 15/06/2009 in India..

(ii) The bidder should be a profit-making concern for the last three consecutive years, with Annual turnover of at least Rs. 50 Lakhs each year. The audited balance sheet of the bidder for the last three financial years must be submitted along with the bid.

(iii) The bidder must have successfully executed at least 1 projects of above mentioned Electrical work of not less than Rs. 20 lakhs each, during the last 3 years.

The Bidder should supply and support directly. No part of the deliverables can be sub-contracted to a third party

3. Documents & forms required to be submitted along with RFP: 3.1 The following documents are required to be submitted along with the

RFP:

(i) The above Eligibility Criteria must necessarily be supported by relevant documentations such as customer satisfactory report, purchase order copies, annual reports, customer reference list along with contact details etc. in their offer.

(ii) A clause-by-clause compliance on MTNL-STPI IT Services Ltd’s RFP requirements demonstrating substantial responsiveness. In case of deviations, a statement of the deviations and exception to the provision of the requirement shall be given by the Contractor. A bid without clause-by-clause compliance shall not be considered. Major deviations may result into rejection of the bid.

(iii) Bid security

(iv) Implementation methodology with details of events/ activities and expected timeframe for completion of the same.

(v) The bidder shall furnish proof of their ability to meet the objectives of the RFP.

Tender for Data Center Addtl Electrical Work Page 3 of 35

MTNL-STPI IT Services Ltd T.E. No. : MTNL-STPI/2009/5/DCI dated . 09.07.2009

(vi) List of major clients and any other references.

(vii) Any other relevant information considered necessary for successful implementation of the proposed scope of work as per clause 2 above.

(viii) Authorization for submitting RFP in case if the bid is submitted by any other person on behalf of the Contractor /agency.

(ix) Background of the firm: -

a) Full particulars of the constitution, ownership and main business activities of the bidder.

b) Unabridged Annual Reports or Audited financial accounts for the last three financial years.

c) Details of the pending litigation and contingent liabilities, if any, that could affect the performance of the bidder under the mandate, as also details of any past conviction and pending litigation against sponsors/ partners, Directors etc.

d) Details of any similar work undertaken in the infrastructure sector or in projects of a similar nature.

(x) All the information sought above and any other additional relevant information considered necessary by the bidder should be submitted.

3.2 CONTENT AND FORM OF RESPONSES

This section contains the table of contents for the bid response. In order to facilitate evaluation and comparison of bid responses, bidders shall submit their response in this format. A failure to do so may result in the bid being eliminated at the examination stage as unresponsive. Should the Bidder have additional information to submit that cannot be encompassed by the current table of contents, additional sections may be added at the end. Please note MTNL-STPI may not open the price bid for such parties, who do not, in their opinion do not meet the technical requirements for executing such projects. Price Bid of only Technically Qualified vendors will be open.

3.2.1 Technical Bid The Technical Bid should consist of the following information:

i. A statement affirming that the eligibility criteria are met by the Bidder, which is duly signed by the Authorized signatory of the Organization.

ii. Certificates & Partnership (if any) 3.2.2 Commercial Bid

Tender for Data Center Addtl Electrical Work Page 4 of 35

MTNL-STPI IT Services Ltd T.E. No. : MTNL-STPI/2009/5/DCI dated . 09.07.2009

The Bidder shall quote for the entire Project as per the RFP enclosed. All the commercial details should be given in the format placed in Part - B.

4 Cost of documentation / preparation material during bid submission:

MTNL-STPI IT Services Ltd is not liable for any cost incurred by a Bidder in the preparation and production of any Proposal, the preparation or execution of any benchmark demonstrations, simulation or laboratory service or for any work performed prior to the execution of a formal contract.

4.1.0 All material submitted become the property of MTNL-STPI IT Services Ltd and may be returned at its sole discretion.

5. CLARIFICATION ON RFP DOCUMENT:

A prospective bidder, requiring any clarification on the RFP documents shall notify MTNL-STPI IT Services Ltd. immediately by e-mail / FAX to the Contact Point provided below:

The Director Software Technology Parks Of India, 5,Rajiv Gandhi Salai, Taramani,

Chennai-600 113.

Phone +91 44 39103525, 39103505 (tele fax)

Email: [email protected]

Nothing in this section shall be taken or read as compelling or requiring MTNL-STPI IT Services Ltd. to respond to any question or to provide information.

6. PROCEDURE FOR SUBMISSION OF BIDS/RFP:

6.1 The RFP shall be submitted in two parts: Part ‘A’: Technical / Un-priced bid Part ‘B’: Financial / Priced bid. The price should be quoted in Indian Rupees in accordance with the schedule given in Price Bid Part B of RFP.

6.2 The Contractor shall prepare four (04) number of copies of Bid clearly marking one as ‘Original Bid’ and remaining as ‘Copy No: 1’ & ‘Copy No: 2’ ‘Copy No. 3’. In the event of any discrepancy between the copies, the original shall govern. The original and other copies of Bid shall be typed or printed and numbered consecutively and shall be signed on each page by

Tender for Data Center Addtl Electrical Work Page 5 of 35

MTNL-STPI IT Services Ltd T.E. No. : MTNL-STPI/2009/5/DCI dated . 09.07.2009

the Contractor or a person or persons duly authorized to bind the Contractor to the contract.

6.3 An electronic copy of Technical and commercial bids along with scanned images of supporting documents on CD (separate CD for Technical & Commercial) must also be provided. Hard copy version is considered for official purposes. Any mismatch between the soft & hard copy, the hard copy would prevail.

6.4 One original and three copies of Techno commercial bid complete with all technical and commercial details along with blank copy of Price schedule shall be submitted.

6.5 One original and three copies of financial bid shall be submitted in separate sealed envelopes super-scribing on the sealed envelope “Price-Bid-Do Not Open”. In case of any correction, the Contractor shall put his signature and his stamp. Correction of any type in price schedule is not permissible.

6.6 The Proposal and all correspondence and documents shall be written in English. All Proposals and accompanying documentation will become the property of the MTNL-STPI IT Services Ltd and will not be returned. The hardcopy version will be considered as the official proposal.

Correction of errors - Bidders are advised to exercise greatest care in entering the pricing figures. No excuse that mistakes have been made or requests for prices to be corrected will be entertained after the quotations are opened. All corrections, if any, should be initialed by the person signing the bid form before submission, failing which the figures for such items may not be considered. Arithmetic errors in bids will be corrected as follows:

Where there is a discrepancy between the amounts in figures and in words, the amount in words shall govern. The amount stated in the bid form, adjusted in accordance with the above procedure, shall be considered as binding, unless it causes the overall bid price to rise, in which case the bid price shall govern.

6.61 Bid Currency -Prices shall be quoted entirely in Indian Rupees. 6.62 Bidder can inspect the site upon prior notifications with the consultants.

No claim of additional work or points or circumstances, not taken into consideration shall be entertained or accepted post the submission of the bid.

7. Bid Submission

Tender for Data Center Addtl Electrical Work Page 6 of 35

MTNL-STPI IT Services Ltd T.E. No. : MTNL-STPI/2009/5/DCI dated . 09.07.2009

Bidders shall submit their proposals at the address given below.

The Director Software Technology Parks Of India, 5,Rajiv Gandhi Salai, Taramani,

Chennai-600 113.

Phone +91 44 39103525, 39103505 (tele fax)

8. LATE BIDS:

Bidders are solely responsible for timely submission of bids within the due date and time as mentioned above. Bids submitted after the due date & time will not be accepted. Any kind of delays due to transit of the bid document, etc; would not be considered.

9. CLARIFICATION OF BIDS:

To assist in the examination, evaluation and comparison of RFP, MTNL-STPI IT Services Ltd. may, at its discretion ask the bidder(s) for the clarification of its Bid. The request for the clarification and the response shall be in writing. The bidder(s) will be required to submit the required clarification within the stipulated time frame as will be indicated in the MTNL-STPI IT Services Ltd. letter seeking such clarification(s).

10.1 Amendment of Request for Proposal

At any time prior to the deadline for submission of bids, MTNL-STPI IT Services Ltd, for any reason, may modify the RFP by amendment notified in writing or by fax or email to all Bidders who have received this RFP and such amendment shall be binding on them. MTNL-STPI IT Services Ltd, at its discretion, may extend the deadline for the submission of bids.

10.2 SELECTION PROCESS:

Technical bids shall be opened first and evaluated as per the requirement of MTNL-STPI IT Services Ltd. Bidders may/shall be required to make presentations based on their proposals in the Technical bids before the technical committee of MTNL-STPI IT Services Ltd.

Financial bids of only technically qualified and short listed bidders will be opened in the presence of bidder(s) or their authorised representatives on the date & time to be announced later.

APO / PO may be issued to the bidder who offers least price.

However, MTNL-STPI IT Services Ltd. reserves the right to suspend the short-listing process or any part of the process at any stage, to accept or reject any or all RFP’s at any stage of the process and / or to modify the process or any part thereof at any time without assigning any reason, without any obligation or liability whatsoever.

Tender for Data Center Addtl Electrical Work Page 7 of 35

MTNL-STPI IT Services Ltd T.E. No. : MTNL-STPI/2009/5/DCI dated . 09.07.2009

This RFP does not constitute any form of commitment on the part of MTNL-STPI IT Services Ltd. Furthermore, this RFP confers neither the right nor an expectation on any Firm / Company to participate in the proposed Project.

The Bill of materials attached in this tender is based on few assumptions and known design parameters. The bidder is expected to visit the site, attend pre-bid meeting and offer his best solutions. In case he has a better solution, the same could be considered and he would get better technical ranking.

In case, if it is found during discussions that the bidder is not technically competent, his price-bid may not be opened.

10.3 BID SECURITY:

a) The bidder shall furnish, as part of its bid, a bid security for an amount of Rs.60,000/- (Rupees Sixty Thousand only) valid for a period of 90 days.

b) The bid security shall be in the form of a bank Guarantee in the enclosed format (as per Annexure-I) issued by a scheduled bank in India in favor of MTNL-STPI IT Services Ltd .

c) The bid not secured in accordance with para 10.3(a & b) above shall be rejected by MTNL-STPI IT Services Ltd , being non-responsive at the bid opening stage and returned to the bidder unopened.

d) The bid security is required to protect MTNL-STPI IT Services Ltd. against the risk of bidder’s conduct, which would warrant the forfeiture of the security.

e) The bid security of the unsuccessful bidder will be returned as promptly as possible as but not later than 45 days after finalization of this RFP / award of work and submission of PBG.

f) The successful bidder’s bid security will be discharged upon the Contractor’s acceptance of the LOI/APO and furnishing the performance security.

g) Bid Security can also be paid through Pay order / Demand draft in favor of “MTNL-STPI IT Services Ltd ” payable at Chennai.

h) The bid security may be forfeited: i. If a bidder withdraws his bid during the period of validity specified

by the Contractor on the Bid form or ii. In the case of a successful bidder, if the bidder fails to accept the

offer and furnish performance security within 10 days of award of work.

iii. In both the above cases, i.e. h ( i) & h (ii) , the bidder will not be eligible to participate in the tender for similar works for one year from the date of issue of LOI/APO. The bidder will not approach the

Tender for Data Center Addtl Electrical Work Page 8 of 35

MTNL-STPI IT Services Ltd T.E. No. : MTNL-STPI/2009/5/DCI dated . 09.07.2009

court against the decision of MTNL-STPI IT Services Ltd. in this regard.

11. MTNL-STPI IT Services Ltd’s right to accept any Bid and to reject any or All Bids

MTNL-STPI IT Services Ltd reserves the right to accept or reject any Bid, and to annul the bidding process and reject all Bids at any time prior to award of Contract, without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for MTNL-STPI IT Services Ltd 's action.

AWARD OF CONTRACT

12.1 Award Criteria

MTNL-STPI IT Services Ltd will award the Contract to the successful Bidder whose Bid has been determined to be substantially responsive and has been determined as the Best Value Bid.

In case if L-1 bidder is unable to acceptance /execute the purchase order, the entire order will be placed to L-2 bidder at L-1 price.

12.2 Notification of Award

Prior to the expiration of the period of Bid validity, MTNL-STPI IT Services Ltd will notify the successful Bidder in writing or by fax or email, to be confirmed in writing by letter, that its Bid has been accepted. The notification of award will constitute the formation of the Contract. The firm order on the successful bidder will be placed upon submission of following by the successful bidder.:

Unconditional acceptance of the LOI / APO.

Performance Bank Guarantee in the format attached as annexure-II of this RFP.

Signing of Non Disclosure Agreement (NDA) in the format attached as Annexure-III

Upon the successful Bidder's furnishing of Performance Security, MTNL-STPI IT Services Ltd will promptly notify each unsuccessful Bidder.

12.3 Delivery Schedule :

The bidder has to complete the entire supply, testing and installation of material immediately as per annexure –V not more than four weeks from the placement of PO. If bidder fails to supply within stipulated time MTNL-STPI can cancel the Order and forfeits the PBG.

13 DELAYS IN THE CONTRACTOR’S PERFORMANCE:

Tender for Data Center Addtl Electrical Work Page 9 of 35

MTNL-STPI IT Services Ltd T.E. No. : MTNL-STPI/2009/5/DCI dated . 09.07.2009

13.1 Contract shall be implemented by the Contractor in accordance with the time schedule specified by MTNL-STPI IT Services Ltd. in its Contract. In case of the non-implementation in the stipulated period, as indicated in the contract, MTNL-STPI IT Services Ltd. reserves the right either to short close /cancel this Contract and/or recover liquidated damage charges. The cancellation/short closing of the order shall be at the risk and responsibility of the Contractor and MTNL-STPI IT Services Ltd., reserves the right to get the work completed at the risk and cost of the defaulting contractor.

13.2 Delay by the Contractor in the performance of its contract obligations

shall render the Contractor liable to any or all of the following sanctions: forfeiture of its performance security, imposition of liquidated damages and/or termination of the contract for default.

13.3 If at any time during the performance of the contract, the Contractor

encounters condition impending timely completion and performance of contract, the contractor shall promptly notify to MTNL-STPI IT Services Ltd. in writing the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the contractor’s notice, MTNL-STPI IT Services Ltd. shall evaluate the situation and may at its discretion extend the period for performance of the contract (by not more than 2 weeks) subject to furnishing of additional performance security by the Contactor @ 10% of the total value of the Contract .

13.4 If the contract is not completed in the extended period, the contract shall

be short-closed and both the Performance securities shall be forfeited.

14 LIQUIDATED DAMAGE CHARGES: 14.1 The time for implementation (16 weeks) should be deemed to be the

essence of the contract and must be completed not later than the date specified therein. Extension will not be given except in exceptional circumstances. Should, however, the completion of the project is delayed without prior concurrence of MTNL-STPI IT Services Ltd., the delay will not deprive the MTNL-STPI IT Services Ltd. of its right to recover liquidated damage 0.5 % of the value of the contract for each week of delay or part thereof subject to a maximum of 5 %. Once the maximum is reached, or even earlier, MTNL-STPI IT Services Ltd may consider termination of the Contract. In the event Bidder fails to provide the Services in accordance with the Service Standard, the Bidder shall be liable for penalty as per the terms and conditions of the contract

14.2 MTNL-STPI IT Services Ltd is entitled to withhold (deduct) from the total tender/project price or the Performance Security the liquidated damages that have become due.

Tender for Data Center Addtl Electrical Work Page 10 of 35

MTNL-STPI IT Services Ltd T.E. No. : MTNL-STPI/2009/5/DCI dated . 09.07.2009

15 PERFORMANCE SECURITY:

15.1 The Contractor shall furnish performance security to MTNL-STPI IT Services Ltd. for an amount equal to 5% of the value of the contract within 10 days from the date of issue of LOI/APO for the project.

15.2 The proceeds of the performance security shall be payable to MTNL-STPI IT Services Ltd. as compensation for any loss resulting from the contractor’s failure to complete its obligations under the contract.

15.3 The performance security Bond shall be in the form of Bank Guarantee issued by a scheduled Indian Bank and in the form provided as per enclosed format as Annexure – II.

15.4 The performance security Bond will be discharged by MTNL-STPI IT Services Ltd. after completion of the contractor’s performance obligations including any warranty obligations under the contract.

16 PERIOD OF VALIDITY OF BIDS:

Bid shall remain valid for a period of 90 days after the date of bid opening prescribed by MTNL-STPI IT Services Ltd. A bid valid for a shorter period shall be rejected by MTNL-STPI IT Services Ltd as non-responsive.

However, MTNL-STPI might use the same rate which is finally accepted by the bidder and part of the order for procurement for a period of one year from the date of the placement of order.

In exceptional circumstances, MTNL-STPI IT Services Ltd., may request in writing the contractor’s unqualified/unequivocal consent for extension(s) to the period of bid validity. The request and the responses there-to shall be made in writing. The bid security provided under Clause-10 shall also be suitably extended. The Contractor may refuse the request without forfeiting his bid security. The Contractor accepting the request and granting extension will not be permitted to modify his bid.

17 Prices:

The Bidder shall quote a fixed price for the entire project on a single responsibility basis. The successful bidder is held responsible for the overall deliverables during the period of contract. The Contract price shall be the only payment, payable by MTNL-STPI IT Services Ltd to the successful Bidder for completion of the contractual obligations by the successful Bidder under the Contract, subject to the terms of payment specified in the Contract. The price would be inclusive of all taxes, duties, and charges and levies as applicable.

However the details of taxes should be indicated separately, with options for both full tax and taxes on issue of Form C or D, wherever applicable.

Tender for Data Center Addtl Electrical Work Page 11 of 35

MTNL-STPI IT Services Ltd T.E. No. : MTNL-STPI/2009/5/DCI dated . 09.07.2009

However, bidder can also in addition offer prices based on his solution but that should be as an added item.

The prices, once offered, must remain firm and must not be subject to escalation for any reason whatsoever within the period of the project.

Tender for Data Center Addtl Electrical Work Page 12 of 35

MTNL-STPI IT Services Ltd T.E. No. : MTNL-STPI/2009/5/DCI dated . 09.07.2009

18 PAYMENT TERMS:

18.1 For the electrical items:-

(A) 60% of the cost of electrical materials on the supply of electrical materials required for successful installation & commissioning of project works as envisaged in the tender at the site in satisfactory condition and submission of the following documents:

I. Invoice

II. QA test certificate of the goods for tests conducted at manufacturer premises.

III. Packing list

IV. Supplier’s certificate that the amount in the invoice are correct in terms of contact & that all terms & conditions of the\ contract have been complied with.

V. Consignee certificate that the goods have been received in good conditions. The consignee shall issue the receipt of the equipment only after the production of Excise Gate pass whereas applicable by the supplier.

VI. Excise gate pass /invoice or equivalent

VII. Proof of payment of Octroi/entry Tax. Etc if any

VIII. Transit insurance certificate.

(B) 30% of the cost of electrical materials on Installation & commissioning of electrical works as envisaged in the tender.

(C) Balance 10% of the cost of electrical materials after one year of commissioning and installation of electrical items.

19 EVALUTATION

The evaluation of the tender shall be as per ANNEXURE V ( price bid part-B which includes cost of Electrical items testing and installation.

Tender for Data Center Addtl Electrical Work Page 13 of 35

MTNL-STPI IT Services Ltd T.E. No. : MTNL-STPI/2009/5/DCI dated . 09.07.2009

20. Acceptance testing

20.1 Acceptance testing is the part of the project. The purchaser reserves the right to appoint any authority including its own TEAM for carrying out acceptance testing of the electrical items. The acceptance test schedule generally covers the check on iron works, cabling & wiring etc.

20.1 The Selected Bidder shall submit the Acceptance test schedule within 3 days of acceptance of PO and finalize the same in consultation with Purchasing Authority within 5 days from the date of issue of PO. He shall also clearly indicate the specification clause(s) verified by each test. MTNL-STPI shall have the right to make modifications or additions to any test or techniques of measurement as considered necessary by it.

20.1 Bidder shall arrange the measuring equipment for A/T purpose without any financial implications to MTNL-STPI.

21 Use of Contract documents and information:

The Bidder shall not, without prior written consent from MTNL-STPI IT Services Ltd, disclose the Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample or information furnished by or on behalf of this assignment in connection therewith, to any person other than a person employed by the Bidder in the performance of the Contract. Disclosure to any such employed person shall be made in confidence and shall extend only so far, as may be necessary for purposes of such performance.

The Bidder shall not, without prior written consent of MTNL-STPI IT Services Ltd, make use of any document or information made available for this assignment, except for purposes of performing the Contract. All project related document issued by MTNL-STPI IT Services Ltd, other than the Contract itself, shall remain the property of the MTNL-STPI IT Services Ltd and shall be returned (in all copies) to the MTNL-STPI IT Services Ltd on completion of the Bidder’s performance under the Contract if so required by the MTNL-STPI IT Services Ltd.

22 FORCE MAJEURE:

If at any time, during the continuance of this contract, the performance in whole or in part by either party under obligation as per this contract is prevented or delayed by reasons of any war or hostility, act of public enemy, civil commotion, sabotage, fire, flood explosion epidemic, quarantine restrictions, strike, lockout or acts of god(here after referred to ”eventuality”),provided notice of happening of any such eventuality is given by either party to the other within 21 days of the date of occurrence thereof, neither party shall by reason of such an “eventuality” be entitled to terminate this contract nor shall either party have any claim or damages against the other in respect of such non-performance or delay in performance

Tender for Data Center Addtl Electrical Work Page 14 of 35

MTNL-STPI IT Services Ltd T.E. No. : MTNL-STPI/2009/5/DCI dated . 09.07.2009

and deliveries under the contract. The contract shall be resumed as soon as practicable after such “eventuality” has come to an end or cease to exist. In case of any dispute, the decision of Chairman MTNL-STPI IT Services Ltd. shall be final and conclusive, 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 eventuality for a period exceeding 60 days, either party may at its option, terminate the contract. Provided also that if the contract is terminated under this clause the purchaser shall be at liberty to take over from the Contractor at a price to be fixed by the Purchaser, which shall be final, all unused, undamaged and acceptable materials, bought out component and other stores in the course of materials, bought out components and other stores in the course of manufacturer which may be in the possession of the Contractor at the time of such termination, or such portion thereof as the purchaser may deem fit, except such materials, as the Contractor may ,with the concurrence of the Purchaser, elect to retain.

23 LABOUR LAWS / REGULATIONS:

The contractor shall employ labour in sufficient numbers directly or through sub-contractors to maintain throughout the period of the contract the rate of progress required according to the approved programme of the work and quality to ensure proper workmanship in accordance with specifications and drawings and the Consultant’s / Employer’s instructions.

The contractor will comply with the Provisions of all Acts of government relating to labour and the rules and regulations made there under from time to time. He shall also submit at the proper time all particulars and statements required to be furnished to the labour authorities on being directed to do so by the Consultant / Employer.

The contractor shall maintain full record of all labour employed by him and shall make all payments required to be made under the Employee State Insurance (ESI) scheme under the code of the Employer and shall lodge receipts of such payments with the Employer. If the contractor fails to make the payments the Employer reserves the right to deduct the same from the contractor’s bills.

The contractor shall register and obtain necessary licenses, maintain all register, records, notices and document and submit returns as prescribed by various enactment required under various statutes including the Contract Labour (regulation and abolition) Act, 1970 and rules made there under as applicable to the contractor and ensure compliance of all the statutory regulations that are in force and that may become applicable in future from time to time in all matters concerning this agreement.

Tender for Data Center Addtl Electrical Work Page 15 of 35

MTNL-STPI IT Services Ltd T.E. No. : MTNL-STPI/2009/5/DCI dated . 09.07.2009

The contractor shall indemnify the employer against any liability that may arise due to non-compliance of any provision under the said Contract Labour (regulation and abolition) Act, 1970 or any enhancement affecting the work contemplated under this agreement.

24 TERMINATION FOR DEFAULT:

The MTN-STPI IT Services Ltd., may, without prejudice to any other remedy for breach of contract, by written notice of default, sent to the contractor, terminate this contract in whole or in part.

- If the contractor fails to execute as per the scope of work within the time period (S) specified in the contract, or any extension thereof granted by MTNL STPI IT Services Ltd. If the contractor fails to perform any other obligations under the contract; and

- If the contractor, in either of the above circumstances, does not remedy his failure within the period of 7 days (or such longer period as the MTNL-IT Services Ltd. may authorize in writing) after receipt of the default notice from the MTNL-STPI IT Services Ltd.

25 TERMINATION OF INSOLVENCY

The MTNL-STPI IT Services Ltd., may at any time terminate the contract by giving written notice to the contractor, without compensation to the contractor. If the contractor becomes bankrupt or other wise insolvent as declared by the competent court provided that such termination will not prejudice or affect any right of action or remedy, which has accrued or will accrue there after to the MTNL.-STPI IT Services Ltd.

26 Termination for Convenience

MTNL-STPI IT Services Ltd, by written notice sent to the Bidder, may terminate the Contract, in whole or in part, at any time for its convenience. The notice of termination shall specify that termination is for its convenience, the extent to which performance of the Bidder under the Contract is terminated, and the date upon which such termination becomes effective.

27 ARBITRATION

In the event of any dispute or difference arising under this agreement or in connection therewith (except as to the matter, the decision to which to which is specifically provided under this agreement) the same shall be referred to the sole arbitration of the Chairman, MTNL-STPI IT Services Ltd. or in case his designation is changed or his office is abolished, than then in such cases to the sole arbitration of the officer for the time being entrusted (whether in addition to his own duties or otherwise) with the functions of the

Tender for Data Center Addtl Electrical Work Page 16 of 35

MTNL-STPI IT Services Ltd T.E. No. : MTNL-STPI/2009/5/DCI dated . 09.07.2009

Chairman , MTNL-STPI IT Services Ltd or by whatever designation such officer may be called( herein after referred to as the said officer), and if the Chairman ,MTNL-STPI IT Services Ltd or the said officer is unable or unwilling to act as such then to the sole arbitration of some other person appointed by the Chairman , MTNL-STPI IT Services Ltd or the said officer. The agreement to appoint an arbitrator will be in accordance with the Arbitration and Conciliation Act 1996.

There will be no objection to any such appointment on the ground that the arbitrator is a government servant or that he ahs to deal with the matter to which the agreement relates or that in the course of his duties as a Government servant he has expressed his views on all or any of the matter in disputes. The award of the arbitrator shall be final and binding on both the parties to the agreement. In the event of such an arbitrator to whom the matter is originally referred, being transferred or vacating his office or being unable to act for any reason whatsoever, the Chairman, MTNL-STPI IT Services Ltd or the said officer shall appoint another person to act as an arbitrator in accordance with the terms of the agreement an the person so appointed shall be entitled to proceed from the stage at which it was left out his predecessor.

The arbitrator may from time to time with the consent of both the parties; enlarge the time frame for making and furnishing the award. Subject to the aforesaid, Arbitration and Conciliation Act 1996 and the rules made there under, any modification thereof for the time being in force shall be deemed to apply to the arbitration proceeding under this rule.

The venue of the arbitration proceeding shall be the office of the Chairman of MTNL-STPI IT Services Ltd at Delhi or such other places as the arbitrator may decide.

28 SET OFF

Any sum of money due & payable to the Contractor (including security deposit refundable to him) under this contract may be appropriated by the MTNL-STPI IT Services Ltd. or any other person or persons contracting through the MTNL-STPI IT Services Ltd. and set off the same against any claim of the MTNL-STPI IT Services Ltd. or such other person or person for payment of a sum of money arising out of this contract or under any other contract made by the Contractor with the MTNL-STPI IT Services ltd. or such other person or persons contracting through MTNL-STPI IT Services Ltd.

29 FORE CLOSURE / RESTRICTION / DEVIATION OF CONTRACT

If at any time after acceptance of the RFP the MTNL-STPI IT Services Ltd. decides to abandon or reduce the scope of the work for any reason whatsoever, the Project in-charge shall give notice in writing of the fact to foreclose or restrict the scope of work to the Contractor and the Contractor shall have no claim to any payment of compensation or otherwise

Tender for Data Center Addtl Electrical Work Page 17 of 35

MTNL-STPI IT Services Ltd T.E. No. : MTNL-STPI/2009/5/DCI dated . 09.07.2009

whatsoever, on account of any loss of profit or advantage which he might have derived from the execution of the work.

30 Confidentiality

The Bidder shall not use or disclose to any third party, except for the purpose of the observance of these terms and Conditions any confidential information of MTNL-STPI IT Services Ltd. The successful bidder shall be required to sign an NDA in the format attached as Annexure-III

Tender for Data Center Addtl Electrical Work Page 18 of 35

MTNL-STPI IT Services Ltd T.E. No. : MTNL-STPI/2009/5/DCI dated . 09.07.2009

ANNEXURE-I

BID SECURITY FORM Whereas .................................. (hereinafter called “the Contractor”) has submitted its offer dated............................. against RFP dated............ KNOW ALL MEN by these presents that WE ....................... OF .................... having our registered office at .................are bound unto MTNL-STPI IT Services Ltd. in the sum of Rs.................... for which payment will and truly to be made of the said MTNL-STPI IT Services Ltd., the Bank binds itself, its successors and assigns by these present. THE CONDITIONS of the obligation are: 1. If the Contractor withdraws his bid during the period of bid validity

specified by the Contractor on the Bid form or 2. If the Contractor, having been notified of the acceptance of his bid by

MTNL-STPI IT Services ltd. during the period of bid validity

(a) fails or refuses to execute the Contract, if required; or

(b) fails or refuses to furnish the Performance Security, in accordance with the terms of E.O.I.

We undertake to pay to MTNL-STPI IT Services Ltd. up to the above amount upon receipt of its first written demand, without MTNL-STPI IT Services Ltd. having to substantiate its demand, provided that in its demand, MTNL-STPI IT Services Ltd. will note that the amount claimed by it is due to it owning to the occurrence of one or both of the two conditions, specifying the occurred condition or conditions.

This guarantee will remain in force as specified in clauses 13 of the Bid Document upto and including THIRTY (30) days after the Period of bid validity and any demand in respect thereof should reach the Bank not later than the specified date/dates. Signature of the Bank Authority.

Name Signed in Capacity of Name & Signature of witness Full address of Branch Address of witness Tel No. of Branch Fax No. of Branch

******

Tender for Data Center Addtl Electrical Work Page 19 of 35

MTNL-STPI IT Services Ltd T.E. No. : MTNL-STPI/2009/5/DCI dated . 09.07.2009

Annexure-II

PERFORMANCE SECURITY GUARANTEE BOND In consideration of MTNL STPI IT Services Ltd. having agreed to exempt ___________________ (hereinafter called ‘the said Contractor(s)’) from the demand under the terms and conditions of an agreement dated ____________ made between _____________________ and __________________ for Implementation of Datacenter work of _______________________ (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, on production of the bank guarantee for _____________________________________we, (name of the bank) _________________________ ( hereinafter refer to as “the bank”) at the request of ___________________________________ (Contractor(s)) do hereby undertake to pay to MTNL-STPI IT Services Ltd. an amount not exceeding ___________________ against any loss or damage caused to or suffered or would be caused to or suffered by MTNL-STPI IT Services Ltd. by reason of any breach by the said Contractor(s) of any of the terms or conditions contained in the said Agreement. 2. We (name of the bank) ____________________ do hereby undertake to pay the amounts due and payable under this guarantee without any demure, merely on a demand from MTNL-STPI IT Services Ltd. by reason of breach by the said Contractor(s)’ of any of the 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 where the decision of MTNL-STPI IT Services Ltd. in these counts shall be final and binding on the bank. However, our liability under this guarantee shall be restricted to an amount not exceeding ___________________________________. 3. We undertake to pay to MTNL-STPI IT Services Ltd. any money so demanded notwithstanding any dispute or disputes raised by the Contractor(s) in any suit or proceeding 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 valid discharge of our liability for payment there under and the Contractor(s)/supplier(s) shall have no claim against us for making such payment. 4. We (name of the 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

Tender for Data Center Addtl Electrical Work Page 20 of 35

MTNL-STPI IT Services Ltd T.E. No. : MTNL-STPI/2009/5/DCI dated . 09.07.2009

it shall continue to be enforceable till all the dues of MTNL-STPI IT Services Ltd. under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till ________________________ MTNL-STPI IT Services Ltd. certifies that the terms and conditions of the said Agreement have been fully or properly carried out by the said Contractor(s) and accordingly discharges this guarantee. Unless a demand or claim under this guarantee is made on us in writing on or before the expiry of TWO/TWO AND HALF/THREE YEARS (as specified in P.O) from the date hereof, we shall be discharged from all liabilities under this guarantee thereafter. 5. We (name of the bank)_________________________ further agree with MTNL-STPI IT Services Ltd. that MTNL-STPI IT Services ltd. 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 said Agreement or to extend time of performance by the said Contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by MTNL-STPI IT Services ltd. 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 being granted to the said Contractor(s) or for any forbearance, act or omission on the part of MTNL-STPI IT Services Ltd. or any indulgence by MTNL-STPI IT Services ltd. 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 effect 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). 7. We (name of the bank) ____________________ lastly undertake not to revoke this guarantee during its currency except with the previous consent of MTNL-STPI IT Services Ltd. in writing. Dated the _______ day of _______ for _________________________________

(Indicate the name of bank)

*****

Tender for Data Center Addtl Electrical Work Page 21 of 35

MTNL-STPI IT Services Ltd T.E. No. : MTNL-STPI/2009/5/DCI dated . 09.07.2009

Exhibit A 1 Business Purpose: Appointment of Contractor for Creation of

infrastructure required for setting up of Data Center of Tier-III standard in Chennai.

2 Confidential Information of M/s. ----------------- w.r.t RFP No. 3 Confidential information of MTNL-STPI IT Services Ltd. (MSIT):

• All sites and their related information. • All information shared in oral or in written form by MTNL-STPI IT

Services Ltd. with M/s ---------------------------. • Information downloaded or taken in physical form shall be

returned /destroyed after use not copied. MTNL-STPI IT Services Ltd :__________________ M/s --------------------------

Signed Signed

Tender for Data Center Addtl Electrical Work Page 22 of 35

MTNL-STPI IT Services Ltd T.E. No. : MTNL-STPI/2009/5/DCI dated . 09.07.2009

ANNEXURE IV PART A

(TO BE SUBMITTED WITH TECHNICAL BID)

SL.NO  DESCRIPTION OF WORK  UNIT  QTY TECHNICAL COMPLAINCE (YES / NO) 

VENDOR COMMENTS 

I  L.T.SWITCHGEAR /  MCB DBS             

  

Design, supply of   L.T.   Switch Boards, comprising of  incomer panels,  outgoing  panels,  bus  coupler,  Circuit  Breaker  with electrical  as  well  as  Mechanical  Interlock  and  necessary indications,  required  no  of  Current  Transformers  with numerical  relays.   Note : For all switchgear, CT and other  details refer SLD 

     

     1.0  Main LT Panel  Incomer As per SLD attached Hatched Region  Nos.  1       

1.0a  Installation of 1.0  Nos.  1       

2.0 Server O/P DB 1,2 42 Way Incomer 1x250A TP+2N MCCB with 42Nos.32A SP MCB  'D' Curve as per SLD  Nos.  4       

2.0a  Installation of 2.0  Nos.  4       

3.0 UPS Output Panel . Incomer ‐2X600A TP MCCB,Bus Coupler‐600A 4P Isolator,Outgoing‐10X250A TP MCCB as per SLD  Nos.  1       

3.0a  Installation of 3.0  Nos.  1       

4.0 DC PAC PANEL.Incomer ‐ 1x600A TP MCCB+1X250A TP MCCB,Bus Coupler ‐ 600A 4P isolator,Outgoing ‐10X100A TP MCCB as per SLD 

Nos.  1       

4.0a  Installation of 4.0  Nos.  1       5.0  BMS & Emer. Light DB 18Way  Incomer  : 63A TP+2N, 18 Nos. 

32A SP MCB  Nos.  2       

5.0a  Installation of 5.0  Nos.  2       

6.0  100A TP MCCB in Enclousre                                                           Nos  3       6.0a  Installation of 6.0  Nos  3       

6.1  250A TP + 2N MCCB                                                           Nos  3       6.1a  Installation of 6.0 in existing panel  Nos  3       6.2  Multifunction Power meter with RS 485 port for BMS 

connectivity with 3Nos.  XXXX/5A  CL1.10VA to be fixed in Existing Panel  Note : CT Primary Rating will be from  200A/300A/400A/630A will be confirmed during release of Order. 

Job  3     

6.2a  Installation of 6.2  Job  3     

II  Earthing Pits             

1.0 

Pipe Earth Electrode using 38 mm dia class B GI pipe complete as  per  IS  3043 with  salt,  charcoal,  brick masonary  chamber 450x450mm, with cast iron frame and heavy duty cover. 

Nos  2       

1.0a  Installation of 1.0  Nos  2       

Tender for Data Center Addtl Electrical Work Page 23 of 35

MTNL-STPI IT Services Ltd T.E. No. : MTNL-STPI/2009/5/DCI dated . 09.07.2009

1.1 Plate Earth Electrode. Vide  Item No.1.0 above but with using 19 mm dia B Class GI pipe and copper plate of size 600 x 600 x 3 mm thick with cast iron frame and heavy duty cover. 

Nos  2       

1.1a  Installation of 1.1a  Nos  2       

2.0  Earthing Strips             

2.0a  Installation of 2.0             

2.1  50 x 6 mm GI. Strip.  Rmt  200       

2.1a  Installation of 2.1  Rmt  200       

2.2  25 x 6 mm Cu Strip   Rmt  200       

2.2a  Installation of 2.2  Rmt  200       

2.3  25 x 3 mm Cu Strip  Rmt  200       

2.3a  Installation of 2.3  Rmt  200       

2.4 FRP insulators, suitable for 433V, with necessary fasteners to support earth strips.  Nos.  600       

2.4a  Installation of 2.4  Nos.  600       

2.5  50 x 6 mm Cu Strip  Rmt  150       

2.5a  Installation of 2.5  Rmt  150       

III  MISCELLANEOUS ITEMS             

3.1 Steel  items‐GI,  for  supporting  cable  trays,  like  angle  iron, hitech rods, bolts, nuts, anchor bolts etc.,  Kgs.  900       

   Installation of 3.1  Kgs.  900       

3.2 Camaflauging  for  SMSBs/DBs  by  using  1.6mm  CRCS  sheet, powder  coated.  Size:  100mm  depth, width &  height  as  per requirements ,  

Sq.mts  16       

   Installation of 3.2  Sq.mts  16       

3.3  Shock treatment chart laminated  Nos.  1       

   Installation of 3.3  Nos.  1       

3.4  First aid kit  Nos.  1       

   Installation of 3.4  Nos.  1       

3.5  Rubber mat 1100V grade ISI approved 2 m x 1m.   Nos.  6       

   Installation of 3.5  Nos.  6       

IV  Copper Cables             

  

1100/650  V  Grade,  PVC  insulated,  Single/multi  Core,  multi strand  Unarmoured  (YY)/armoured‐YWY  Copper  Conductor Cables. The cables shall be  laid  in cable tray & all single core cables shall be laid in trefoil form with necessary clamps. 

           

  

Providing end  termination of  cables with  supply of    suitable cable glands with earth clips, solderless crimping type copper sockets for Copper cables.     

           

1.0  1CX6 Sq.mm Copper YY (Stringer Earthing)  Rmt  100       

1.0a  Installation of 1.0  Rmt  100       

1.1  End termination 1.0  Nos  8       

1.1a  Installation of 1.1  Nos  8       

2.0  4CX6 Sq.mm Copper YY  Rmt  100       

Tender for Data Center Addtl Electrical Work Page 24 of 35

MTNL-STPI IT Services Ltd T.E. No. : MTNL-STPI/2009/5/DCI dated . 09.07.2009

2.0a  Installation of  2.0  Rmt  100       

2.1  End termination  2.0  Nos  4       

2.1a  Installation of 2.1  Nos  4       

3.0  1C X 35 Sq.mm Copper YY  Rmt  50       

3.0a  Installation of 3.0  Rmt  50       

3.1  End termination 3.0  Nos  16       

3.1a  Installation of 3.1  Nos  16       

4.0  1C X 70 Sq.mm Copper YY  Rmt  200       

4.0a  Installation of 4.0  Rmt  200       

4.1  End termination 4.0  Nos  8       

4.1a  Installation of 4.1  Nos  8       

5.0  1C X 120 Sq.mm Copper YY  Rmt  900       

5.0a  Installation of 5.0  Rmt  900       

5.1  End Termination 5.0  Nos  40       

5.1a  Installation of 5.1  Nos  40       

6.0  1C X 185 Sq.mm Copper YY  Rmt  180       

6.0a  Installation of 6.0  Rmt  180       

6.1  End Termination 6.0  Nos  14       

6.1a  Installation of 6.1  Nos  14       7.0  4CX16 Sq.mm Copper YY  Rmt  300       7.0a  Installation of 7.0  Rmt  300       

7.1  End Termination 7.0  Nos  8       

7.1a  Installation of 7.1  Nos  8       

8.0  3.5C x 185 sq.mm Al Ar   Cable  Rmt  60       

8.0a  Installation of 8.0  Rmt  60       

8.1  End Termination 8.0  Nos  6       

8.1a  Installation of 8.1  Nos  6       

9.0  3.5C x 120 sq.mm Al Ar   Cable  Rmt  20       

9.0a  Installation of 9.0  Rmt  20       

9.1  End Termination 9.0  Nos  2       

9.1a  Installation of 9.1  Nos  2       

10.0  3.5C x 300 sq.mm Al Ar   Cable  Rmt  345       

10.0a  Installation of 10.0  Rmt  345       

10.1  End Termination for 10.0  Nos  6       

10.1a  Installation of 10.1  Nos  6       

V  SUB MAINS / CIRCUIT MAINS             

Tender for Data Center Addtl Electrical Work Page 25 of 35

MTNL-STPI IT Services Ltd T.E. No. : MTNL-STPI/2009/5/DCI dated . 09.07.2009

1.0 

Wiring  of  Submains/circuit  mains  in  concealed  or  surface conduit  system  with  2mm  thick  FRLS  conduits  &  1100  V grade,  multi  strand  copper  conductor,  FRLS‐PVC  insulated wires  asper  IS694,  for  phase,  neutral &  earth,  shall  include end termination. The conduits shall be complete with bends, JBs etc.. There is no sub‐circuit measurements. The laying cost shall  also  include  supports/anchor  rods  for  conduits  & chipping works if necessary.  

           

1.1 

3Cx6  sq.mm  cable(YY) with PVC‐FRLS  insulated outer  sheath & multi  strand  copper  conductors, unarmoured,  cable  to be laid  in  raceways,  modular  partitions,  conduits  (cost  of Raceways to exclude). 

Mts  1500       

1.1a  Installation of 1.1  Mts  1500       

V  POWER RECEPTACLES.             

  

Supply,  of  switched  socket  outlets, modular  socket  outlets and  switches mounted  seperately  for  group  control on wall and  modular  type  partition  with  front  plate  &  accessories including  civil  works  like  chipping  etc.   All sockets shall be provided with suitable stickers to indicate the UPS/RP source, ckt. Nos. etc. 

           

  

Colour of plates(Glossy plates) :                                                         UPS power ‐ Grey                                                                                  Raw power ‐ Black 

           

   Socket details :             

1.1 Multi socket  : 3pin round, 2 pin  flat & round‐ROMA cat. No. 30 373 / Eqvnt.  R.O  1       

1.1.a  Installation of 1.1  R.O  1       

1.2 Twin  socket  :  16 &  6A heavy duty‐ROMA  cat. No.  30  828  / Eqvnt.  R.O  1       

1.2a  Installation of 1.2  R.O  1       

1.3 Intel  socket  : 6/10/13A  for all pins‐ROMA  cat. No. 22 070  / Eqvnt.  R.O  1       

1.3a  Installation of 1.3  R.O  1       

1.4 3 x 6A multi socket controlled by 16A switch, excluding box. (For work stations/cabins‐UPS power).  R.O  1       

1.4a  Installation of 1.4  R.O  1       

1.5 2  x  6A multi  socket  +1x13A  intel  socket  controlled  by  16A switch, excluding box. (For meeting rooms‐UPS power).  R.O  1       

1.5a  Installation of 1.5  R.O  1       

1.6 2 x 6/16A twin socket controlled by 16A switch, including box. (For printer‐UPS power).  R.O  1       

1.6a  Installation of 1.6  R.O  1       

1.7 1  x  6A multi  socket  controlled by  6A  switch,  excluding box. (For work stations/cabins‐UPS power).  R.O  1       

1.7a  Installation of 1.7  R.O  1       

V1  Point Wiring                     

Tender for Data Center Addtl Electrical Work Page 26 of 35

MTNL-STPI IT Services Ltd T.E. No. : MTNL-STPI/2009/5/DCI dated . 09.07.2009

  

Point  Wiring  of  light/fan  points  complete  with  all  wiring materials  such      as    660V  FRLS  grade multi  strand  flexible copper  wire  of minimum  size  of  2.5  Sq.mm,  suitable    size  2mm PVC Condiuts.   PVC flexible conduits with couplers and   accessories      like    bend,  junction  box  etc.  and  decorative modular type switches in zinc passivated   switch  boxes, any other  accessories  required  between  the  luminaires  and  the switch boxes shall be included. 

           

1.0  2mm  thick  FRLS  grade  PVC  conduits with  cast  iron  junction boxes & all accessories (for open conduting)             

a 25mm dia FRLS conduit   Rmt 200 a.1 Installation of a  Rmt 200  b 32mm dia FRLS conduit   Rmt 100

b.1 Installation of b  Rmt  100  2.0  Cable trench and Back Filling  Ls          

3.0  Supply and Fixing of Data Box  Nos  20       

3.1  Installation of 3.0  Nos  20       

4.0 Supply and Fixing of 32A 2P MCB in Outdoor Powder  Coated Box  Nos

  

4.1 Installation of 4.0  Nos  5 

5.0 Supply and Fixing of 32A 4P MCB  in Outdoor Powder Coated Box  Nos

  

5.1  Installation of 5.0  Nos  8       6.0  Preparation and submission of AutoCAD Asbuilt drawings with 

4  sets of blue prints, 1  set original  tracing paper  and   a CD containing  all  the  drawings  along  with  Manuals,  Test Certificate, etc., complete. 

Ls          

VII  Accessories             

MS Raceways with cover

MS Raceways shall be made out of 1.6mm thick CRCA sheet, the  cover  shall  be made  out  of  1.2mm  thick  CRCA  sheet & shall be preforated whereever specified. The raceway shall be powder  coated with  siemens  grey  shade. The  raceway  shall have M6  threaded bush  for earthing  for every single  length. The  joints  shall  be  flush  &  fastended  from  inside  without sharp edges. 

1.0 Raceway :200 mm(W) x 100(H) mm with cover  Rmt 100       

1.0a Installation of 1.0  Rmt 100       

GI Raceways/Junction box            

GI Raceways with cover shall be made out of 1.6mm thick GI sheet & JBs shall be made out of 1.6mm thick sheet with 2mm thick cover. Quoted rate for installation shall include necessary anchor fastners, suspension rods for supporting the Raceway. 

           

2.0  Raceway :100 mm(W) x 40(H) mm with perforated Cover  Rmt  200       2.0a  Installation of 2.0  Rmt  200          Ladder type cable tray            

Tender for Data Center Addtl Electrical Work Page 27 of 35

MTNL-STPI IT Services Ltd T.E. No. : MTNL-STPI/2009/5/DCI dated . 09.07.2009

Tray shall be of GI  & made out of 2mm thick GI  sheet, bent in 'C' shape with adequate load bearing capacity.             

Quoted rate for supply shall include necessary anchor fastners and fixing accessories for supporting the cable tray.       Steel items for tray supports shall be measured separately.             

3.0  Size of Cable Tray :300 mm x 50 mm  Rmt  240       3.0a  Installation of 3.0  Rmt  240       

             

List of Approved makes

The following table gives the list of manufacturers of building materials to be used in the construction of the State-of-the-Art Data Center of MTNL-STPI IT Services Ltd., Chennai: - S.No. Item Description Approved Brands/ Manufacturers

1 Electrical cables Finolex, Gloster or equivalent 2 Distribution Board Legrand, MG, Simens or equivalent

3 MCB, MCCB & Switches etc Cutler Hammer, Schneider, Philips, L & T, Anchor, MDS, Krupp or equivalent

4 Light Fixtures Philips, Wipro or equivalent

NB: Bidders are requested to visit the site for understanding the phase-I implementation of electrical services and for any clarifications.

Tender for Data Center Addtl Electrical Work Page 28 of 35

MTNL-STPI IT Services Ltd T.E. No. : MTNL-STPI/2009/5/DCI dated . 09.07.2009

ANNEXURE V

PART - B (BOM For PRICE BID)

Rates inclusive of Taxes FOR Site. 

SL.NO.  DESCRIPTION OF WORK  UNIT QTY  RATE  AMOUNT 

                 I  L.T.SWITCHGEAR /  MCB DBS             

  

Design, supply of  L.T.  Switch Boards, comprising  of  incomer  panels, outgoing  panels,  bus  coupler,  Circuit Breaker  with  electrical  as  well  as Mechanical  Interlock  and  necessary indications,  required  no  of    Current Transformers  with  numerical  relays. Note  :  For  all  switchgear,  CT  and other  details refer SLD 

     

     

1.0 Main LT Panel  Incomer As per SLD attached Hatched Region 

Nos.  1       

1.0a  Installation of 1.0  Nos.  1       

2.0 

Server O/P DB 1,2 42 Way Incomer 1x250A TP+2N MCCB with 42Nos.32A SP MCB  'D' Curve as per SLD 

Nos.  4       

2.0a  Installation of 2.0  Nos.  4       

3.0 

UPS Output Panel . Incomer ‐2X600A TP MCCB,Bus Coupler‐600A 4P Isolator,Outgoing‐10X250A TP MCCB as per SLD 

Nos.  1       

3.0a  Installation of 3.0  Nos.  1       

4.0 

DC PAC PANEL.Incomer ‐ 1x600A TP MCCB+1X250A TP MCCB,Bus Coupler ‐ 600A 4P isolator,Outgoing ‐10X100A TP MCCB as per SLD 

Nos.  1       

4.0a  Installation of 4.0  Nos.  1       5.0  BMS  &  Emer.  Light  DB  18Way 

Incomer : 63A TP+2N, 18 Nos. 32A SP MCB 

Nos.  2       

5.0a  Installation of 5.0  Nos.  2       

6.0  100A TP MCCB in Enclousre                       Nos  3       6.0a  Installation of 6.0  Nos  3       

6.0  250A TP + 2N MCCB                                    Nos  3       6.0a  Installation of 6.0 in existing panel  Nos  3                        

                 

Tender for Data Center Addtl Electrical Work Page 29 of 35

MTNL-STPI IT Services Ltd T.E. No. : MTNL-STPI/2009/5/DCI dated . 09.07.2009

II  Earthing Pits             

1.0 

Pipe Earth Electrode using 38 mm dia class  B  GI  pipe  complete  as  per  IS 3043  with  salt,  charcoal,  brick masonary chamber 450x450mm, with cast iron frame and heavy duty cover. 

Nos  2       

1.0a  Installation of 1.0  Nos  2       

1.1 

Plate  Earth  Electrode.  Vide  Item No.1.0  above  but with  using  19 mm dia B Class GI pipe  and  copper plate of  size 600  x 600  x 3 mm  thick with cast iron frame and heavy duty cover. 

Nos  2       

1.1a  Installation of 1.1a  Nos  2       

2.0  Earthing Strips             

2.0a  Installation of 2.0             

2.1  50 x 6 mm GI. Strip.  Rmt  200       

2.1a  Installation of 2.1  Rmt  200       

2.2  25 x 6 mm Cu Strip   Rmt  200       

2.2a  Installation of 2.2  Rmt  200       

2.3  25 x 3 mm Cu Strip  Rmt  200       

2.3a  Installation of 2.3  Rmt  200       

2.4 FRP insulators, suitable for 433V, with necessary fasteners to support earth strips. 

Nos.  600       

2.4a  Installation of 2.4  Nos.  600       

2.5  50 x 6 mm Cu Strip  Rmt  150       

2.5a  Installation of 2.5  Rmt  150       

III  MISCELLANEOUS ITEMS             

3.1 

Steel  items‐GI,  for  supporting  cable trays,  like  angle  iron,  hitech  rods, bolts, nuts, anchor bolts etc., 

Kgs.  900       

   Installation of 3.1  Kgs.  900       

3.2 

Camaflauging for SMSBs/DBs by using 1.6mm  CRCS  sheet,  powder  coated. Size: 100mm depth, width & height as per requirements ,  

Sq.mts  16       

  Installation of 3.2 

Sq.mts  16       

3.3  Shock treatment chart laminated  Nos.  1       

   Installation of 3.3  Nos.  1       

3.4  First aid kit  Nos.  1       

   Installation of 3.4  Nos.  1       

3.5 Rubber mat 1100V grade ISI approved 2 m x 1m.  

Nos.  6       

   Installation of 3.5  Nos.  6       

Tender for Data Center Addtl Electrical Work Page 30 of 35

MTNL-STPI IT Services Ltd T.E. No. : MTNL-STPI/2009/5/DCI dated . 09.07.2009

IV  Copper Cables             

  

1100/650  V  Grade,  PVC  insulated, Single/multi  Core,  multi  strand Unarmoured  (YY)/armoured‐YWY Copper Conductor Cables. The cables shall be  laid  in cable  tray & all single core cables shall be laid in trefoil form with necessary clamps. 

           

  

Providing  end  termination  of  cables with  supply of    suitable  cable  glands with  earth  clips,  solderless  crimping type  copper  sockets  for  Copper cables.     

           

1.0 1CX6 Sq.mm Copper YY (Stringer Earthing) 

Rmt  100       

1.0a  Installation of 1.0  Rmt  100       

1.1  End termination 1.0  Nos  8       

1.1a  Installation of 1.1  Nos  8       

2.0  4CX6 Sq.mm Copper YY  Rmt  100       

2.0a  Installation of  2.0  Rmt  100       

2.1  End termination  2.0  Nos  4       

2.1a  Installation of 2.1  Nos  4       

3.0  1C X 35 Sq.mm Copper YY  Rmt  50       

3.0a  Installation of 3.0  Rmt  50       

3.1  End termination 3.0  Nos  16       

3.1a  Installation of 3.1  Nos  16       

4.0  1C X 70 Sq.mm Copper YY  Rmt  200       

4.0a  Installation of 4.0  Rmt  200       

4.1  End termination 4.0  Nos  8       

4.1a  Installation of 4.1  Nos  8       

5.0  1C X 120 Sq.mm Copper YY  Rmt  900       

5.0a  Installation of 5.0  Rmt  900       

5.1  End Termination 5.0  Nos  40       

5.1a  Installation of 5.1  Nos  40       

6.0  1C X 185 Sq.mm Copper YY  Rmt  180       

6.0a  Installation of 6.0  Rmt  180       

6.1  End Termination 6.0  Nos  14       

6.1a  Installation of 6.1  Nos  14       7.0  4CX16 Sq.mm Copper YY  Rmt  300       7.0a  Installation of 7.0  Rmt  300       

7.1  End Termination 7.0  Nos  8       

7.1a  Installation of 7.1  Nos  8       

8.0  3.5C x 185 sq.mm Al Ar   Cable  Rmt  60       

8.0a  Installation of 8.0  Rmt  60       

Tender for Data Center Addtl Electrical Work Page 31 of 35

MTNL-STPI IT Services Ltd T.E. No. : MTNL-STPI/2009/5/DCI dated . 09.07.2009

8.1  End Termination 8.0  Nos  6       

8.1a  Installation of 8.1  Nos  6       

9.0  3.5C x 120 sq.mm Al Ar   Cable  Rmt  20       

9.0a  Installation of 9.0  Rmt  20       

9.1  End Termination 9.0  Nos  2       

9.1a  Installation of 9.1  Nos  2       

10.0  3.5C x 300 sq.mm Al Ar   Cable  Rmt  345       

10.0a  Installation of 9.0  Rmt  345       

10.1  End Termination for 10.0  Nos  6       

10.1a  Installation of 10.1  Nos  6       

V  SUB MAINS / CIRCUIT MAINS             

1.0 

Wiring  of  Submains/circuit  mains  in concealed  or  surface  conduit  system with 2mm thick FRLS conduits & 1100 V  grade,  multi  strand  copper conductor,  FRLS‐PVC  insulated  wires asper  IS694,  for  phase,  neutral  & earth,  shall  include  end  termination. The  conduits  shall  be  complete with bends, JBs etc.. There is no sub‐circuit measurements.  The  laying  cost  shall also include supports/anchor rods for conduits  &  chipping  works  if necessary.  

           

1.1 

3Cx6  sq.mm  cable(YY) with PVC‐FRLS insulated outer sheath & multi strand copper  conductors,  unarmoured, cable to be  laid  in raceways, modular partitions, conduits (cost of Raceways to exclude). 

Mts  1500       

1.1a  Installation of 1.1  Mts  1500       

V  POWER RECEPTACLES.             

  

Supply,  of  switched  socket  outlets, modular  socket  outlets  and  switches mounted seperately for group control on  wall  and  modular  type  partition with  front  plate  &  accessories including civil works like chipping etc.   All  sockets  shall  be  provided  with suitable  stickers  to  indicate  the UPS/RP source, ckt. Nos. etc. 

           

  

Colour of plates(Glossy plates) :             UPS power ‐ Grey                                       Raw power ‐ Black 

           

   Socket details :             

1.1 Multi socket : 3pin round, 2 pin flat & round‐ROMA cat. No. 30 373 / Eqvnt.  R.O  1       

1.1.a  Installation of 1.1  R.O  1       

Tender for Data Center Addtl Electrical Work Page 32 of 35

MTNL-STPI IT Services Ltd T.E. No. : MTNL-STPI/2009/5/DCI dated . 09.07.2009

1.2 Twin  socket  :  16  &  6A  heavy  duty‐ROMA cat. No. 30 828 / Eqvnt.  R.O  1       

1.2a  Installation of 1.2  R.O  1       

1.3 Intel  socket  :  6/10/13A  for  all  pins‐ROMA cat. No. 22 070 / Eqvnt.  R.O  1       

1.3a  Installation of 1.3  R.O  1       

1.4 

3 x 6A multi socket controlled by 16A switch,  excluding  box.  (For  work stations/cabins‐UPS power). 

R.O  1       

1.4a  Installation of 1.4  R.O  1       

1.5 

2  x  6A  multi  socket  +1x13A  intel socket  controlled  by  16A  switch, excluding  box.  (For  meeting  rooms‐UPS power). 

R.O  1       

1.5a  Installation of 1.5  R.O  1       

1.6 

2  x  6/16A  twin  socket  controlled  by 16A  switch,  including  box.  (For printer‐UPS power). 

R.O  1       

1.6a  Installation of 1.6  R.O  1       

1.7 

1  x 6A multi  socket  controlled by 6A switch,  excluding  box.  (For  work stations/cabins‐UPS power). 

R.O  1       

1.7a  Installation of 1.7  R.O  1       

V1  Point Wiring                     

  

Point  Wiring  of  light/fan  points complete  with  all  wiring  materials such      as    660V  FRLS  grade  multi strand  flexible  copper  wire  of minimum size of 2.5 Sq.mm, suitable  size  2mm PVC Condiuts.  PVC flexible conduits  with  couplers  and   accessories      like   bend,  junction box etc.  and  decorative  modular  type switches  in  zinc  passivated      switch  boxes, any other accessories required between  the  luminaires  and  the switch boxes shall be included. 

           

1.0  2mm  thick  FRLS  grade  PVC  conduits with  cast  iron  junction  boxes  &  all accessories (for open conduting) 

           

a 25mm dia FRLS conduit   Rmt 200 a.1 Installation of a  Rmt 200  b 32mm dia FRLS conduit   Rmt 100

b.1 Installation of b  Rmt  100  2.0  Cable trench and Back Filling  Ls          

3.0  Supply and Fixing of Data Box  Nos  20       

3.1  Installation of 3.0  Nos  20       

Tender for Data Center Addtl Electrical Work Page 33 of 35

MTNL-STPI IT Services Ltd T.E. No. : MTNL-STPI/2009/5/DCI dated . 09.07.2009

4.0 Supply  and  Fixing  of  32A  2P MCB  in Outdoor Powder  Coated Box  Nos

  

4.1 Installation of 4.0  Nos  5 

5.0 Supply  and  Fixing  of  32A  4P MCB  in Outdoor Powder Coated Box  Nos

  

5.1  Installation of 5.0  Nos  8       6.0  Preparation and submission of 

AutoCAD Asbuilt drawings with 4 sets of blue prints, 1 set original tracing paper and  a CD containing all the drawings along with Manuals, Test Certificate, etc., complete. 

Ls          

VII  Accessories            

MS Raceways with cover

MS Raceways shall be made out of 1.6mm thick CRCA sheet, the cover shall be made out of 1.2mm thick CRCA sheet & shall be preforated whereever specified. The raceway shall be powder coated with siemens grey shade. The raceway shall have M6 threaded bush for earthing for every single length. The joints shall be flush & fastended from inside without sharp edges. 

1.0 Raceway :200 mm(W) x 100(H) mm with cover 

Rmt 100       

1.0a Installation of 1.0  Rmt 100       

GI Raceways/Junction box            

GI Raceways with cover shall be made out of 1.6mm thick GI sheet & JBs shall be made out of 1.6mm thick sheet with 2mm thick cover. Quoted rate for installation shall include necessary anchor fastners, suspension rods for supporting the Raceway. 

           

2.0  Raceway :100 mm(W) x 40(H) mm with perforated Cover 

Rmt  200       

2.0a  Installation of 2.0  Rmt  200          Ladder type cable tray            

Tray shall be of GI  & made out of 2mm thick GI  sheet, bent in 'C' shape with adequate load bearing capacity. 

           

Quoted rate for supply shall include necessary anchor fastners and fixing accessories for supporting the cable tray.                                                               Steel items for tray supports shall be measured separately. 

           

Tender for Data Center Addtl Electrical Work Page 34 of 35

MTNL-STPI IT Services Ltd T.E. No. : MTNL-STPI/2009/5/DCI dated . 09.07.2009

3.0  Size of Cable Tray :300 mm x 50 mm  Rmt  240       3.0a  Installation of 3.0  Rmt  240                     

  

  Total 

    

                                

NB: Bidders are requested to visit the site for understanding the phase-I implementation of electrical services and for any clarifications.

Tender for Data Center Addtl Electrical Work Page 35 of 35