Escolar Documentos
Profissional Documentos
Cultura Documentos
1. e-Tenders are invited through Two Bid System (Technical Bid & Price Bid) from experienced,
resourceful and bonafide vendors for site preparation, supply, installation, testing and
commissioning of an Integrated Intelligent Infrastructure for Data Centre in the Indian
Statistical Institute, Kolkata as per the enclosed diagrams and end-to-end procurement of the
Data centre system equipment through the Central Public Procurement Portal
http://eprocure.gov.in
SCHEDULE OF -TENDERINGe
Date of uploading of NIT and other July 21, 2017
Documents (online publishing date)
Download of documents starts July 22, 2017 10:00 IST
Pre Bid Meeting and site inspection July 31, 2017 11:00 IST to 16:00 IST
Date of uploading modified NIT, if required
Documents download ends August 17, 2017 15:00 IST
Online Bid Submission ends August 16, 2017 17:00 IST
Time and Date of Opening of Technical Bid (Bid
August 18, 2017 11:00 IST
will be opened by the Authorized Officer)
Uploading Compliance sheet
2. The intending tenderer satisfying the following technical criteria may participate in the tender.
i) Bidder must be established system integrator who has experience of site preparation, supply,
Page 1 of 18
installation, testing and commissioning of Data Centres, must have “24x7x365 days customer
support centre” in Kolkata and help desk phone number for reporting calls and must be in the
business for more than 5 years as on 31-03-2017.
ii) Must have executed at least two projects of Data Centre designing and integration, including
civil + electrical + Air Conditioning on Turnkey solution basis, in reputed organisation costing not
less than Rupees 100 Lakhs each in the last five years.
iii) Following valid and up to date documents are to be submitted online as indicated below :
A-1. Statutory Cover containing
1. NIT (Download the NIT and upload the same using digital signature).
2. Technical specification of the goods to be supplied (Make, model and OEM
specification of the materials). The OEM specifications for the following items
must be available in the OEM website. Details of such website links should be
included.
i) UPS and TVSS.
ii) Precision Air Condition
iii) Racks and accessories
iv) Infrastructure Management and Monitoring Device
v) Safety and Security Systems
3. Scanned Copy of Undertaking, duly signed, as per prescribed format.
4. RTGS/NEFT Details Form (uploaded with this tender) duly filled in.
5. Copies of recent Purchase Orders (at most three) for supplying similar items to
different Ministries/Departments/Autonomous bodies/ PSUs under the Central
Government, if any.
A-2. Non Statutory/Technical documents Cover containing
1. Name of the Organisation
2. Bidders Address
3. Address of the “24x7x365 days customer support centre” in Kolkata
4. Help Desk Phone Number
5. Email Address for customer support and service
6. Year of Establishment :
7. Income Tax Return (for the last 3 years )
8. Audited Balance Sheet (for the last 3 years)
9. PAN Card copy
10. Trade License.
11. Current Bank Solvency Certificate issued within one year from the date of tender
12. Status of the firm : whether Company/Firm/Proprietary
13. Whether registered with Registrar of Company/Registrar of Firms? If so, mention
number and date.
14. Details of similar work done and its value of work done with completion
certificate during last five years.
15. Name and address of person who will be in a position to certify about the quality
as well as performance of your organization.
16. Valid copy of ISO Certifications of the organisation for the relevant scope of
works.
17. Valid copy of certificates of the certified professionals for relevant scope of
works.
18. Bidder shall submit Original Equipment Manufacturers'(OEM) authorisation
certificates in respect of all equipment and software.
Page 2 of 18
Note: Failure to submit any of the above mentioned documents (listed under A-1 and A-2) may render
the bid liable to be summarily rejected for both statutory and non statutory cover.
A-3. Any other relevant document may have to be submitted on demand.
iv) Average annual turnover during last three years ending 31st March 2017 shall be minimum Rs
1500 lakhs.
• Five years experience in Data Centre Setup, installation testing and comissioning. Necessary documents must
be supplied.
• OEM should have at least three qualified and experienced Data Centre certified professionals, like
CDCP/CDCS/CDCE/ATD. These professionals should be on the payroll of the OEM, with at least 3 years
experience in Data Centre designing and implementation.
3. The tender document consisting of Notice inviting e-tender, specifications, the schedule of quantities of various
equipment and the terms and conditions of the contract to be complied with and other necessary documents can be
downloaded from website www.eprocure.gov.in free of cost.
Note : Tenderer not registered on the website mentioned above, are required to get registered beforehand.
4. Earnest Money Deposit (EMD) in the form of Demand Draft or Pay order or Banker`s Cheque of any Scheduled
Bank drawn in favour of ‘Indian Statistical Institute’ payable at Kolkata shall be scanned and uploaded to the e-
tendering website and original should be deposited in office of the SyMeC Data Centre, Room No.2.6, 2nd Floor,
Kolmogorov Bhavan of Indian Statistical Institute within the period of tender submission.
5. Original Demand Draft or Pay order or Banker`s Cheque of any Scheduled Bank against EMD shall be submitted to
Data Centre Manager, SyMeC Data Centre, Room No. 2.6, 2nd Floor, Kolmogorov Bhavan, Indian
Statistical Institute, 203, B. T. Road, Kolkata –700 108 in “Single Sealed Envelope” superscripted as “Earnest
Money”, with following information on or before 17/08/2017 up to 5.00 P.M.:
i) NIT Number
ii) Name of the Work
iii) Date of opening of Technical Bid
iv) Name and address of the Tenderer
6. Online tender documents submitted by intending tenderer shall be opened only of those tenderer, whose Earnest
Money Deposit and other information super scribed in the envelope are found in order.
7. List of Documents to be scanned (in .pdf format) and uploaded within the period of tender submission:
Page 3 of 18
8. Para-7 above should be complied with by the tenderer without which tender will be considered as incomplete and is
liable for rejection.
9. The tender shall remain valid for a period of 60 days from the date of opening and if before expiry of this validity
period, the tenderer amends his quoted rates or tender making them unacceptable to the institute and/or withdraws his
tender, the Earnest-money deposit shall be liable to forfeiture at the option of I.S.I. authority.
11. The Earnest-money received will be refunded or released to the unsuccessful tenderers after awarding of work-
order. The Earnest-money of the successful tenderer will be retained and converted as part of security-deposit.
12. The Institute reserves the right to reject any prospective application without assigning any reason and to restrict the
list of qualified contractors to any number deemed suitable by it.
13. Tenders, which do not fulfil any of the above conditions or are incomplete in any respect, are liable for rejection.
Sd/-
Director
ISI, Kolkata
Page 4 of 18
INDIAN STATISTICAL INSTITUTE
203 Barrackpore Trunk Road, KOLKATA 700108
Chapter 2 - INSTRUCTIONS FOR BIDDERS
1. Registration of Vendors: Any vendor willing to take part in the e – tendering process
will have to be enrolled and registered with the Government e–Procurement system by
visiting h t t p : / / e p r o c u r e . g o v . i n / e p r o c u r e / a p p .
3. Collection of Tender documents: Vendors can search and download the Notice
Inviting Tender (NIT) from h t t p : / / e p r o c u r e . g o v . i n / e p r o c u r e / a p p .
This is the only mode of collection of tender documents.
4. Submission of Tenders
General process of submission: Tenders are to be submitted online using the Digital
Signature Certificates to the website before the prescribed date and time. Submission is to
be made in two covers:
I. Technical Bid as detailed in para 7, containing scanned copies in two folders ( A1
and A2).
Technical Bid
i. Technical bid will be opened by the appropriate authority of Indian Statistical Institute,
Kolkata. Interested bidders may remain present during tender opening if they so desire. Statutory folder
will be opened first and, if found to be in order and correct, the Non-statutory folder will be opened. If
Page 5 of 18
there is any deficiency/discrepancy in the Statutory or Non-statutory documents, the tender may
summarily be rejected.
ii. Decrypted versions of both the Statutory and Non- statutory f o l d e r s will be downloaded
and handed over to the designated Tender Evaluation Committee.
iii. List of technically qualified vendors will be uploaded o n the web after evaluation.
NB: During evaluation, the committee may summon bidders and seek clarification/
information or additional documents or original hard copy of any of the documents already
submitted. I f these are not produced within the stipulated time frame, the bid may be
liable for rejection.
Financial Bid
Financial bid of vendors declared technically eligible will be opened electronically from the web portal on
the prescribed date and time. At most two representatives of each interested bidder may remain present online
during tender opening if they so desire.
Offer must remain valid for 60 days from the date of opening financial bid o f tender inclusive of date of
opening.
8. Pre-Bid meeting
a. There may be a Pre-Bid meeting between the representatives of ISI and the Bidders, if the
former considers it necessary.
b. Tender documents must be downloaded before Pre-Bid conference.
c. The Bidders’ designated representatives, duly authorized, may attend the Pre-Bid
conference, before submission of their Bid, at their own cost, which will be held at a venue
and time announced in advance. Interested bidders may contact at bhushan@isical.ac.in
for the queries, pre-bid meeting schedule and venue.
d. The purpose of the meeting is to clarify issues and to answer questions on any matter
related to the tender that may be raised at that stage. The vendors are requested to submit
any questions for clarifying issues and clearing doubts, if any, about the terms &
conditions, specifications and other allied technical details of the items under indent.
e. They may send their queries in writing and email, both to reach ISI not later than three (03)
working days before the Pre-Bid Conference.
f. Appropriate Committee will take appropriate decision regarding making necessary
amendment(s)/ addendum to the Tender Document as an outcome of the deliberations in
the Pre-Bid meeting.
g. It may not be possible to answer queries that are received late at the Pre-Bid Conference.
h. A maximum of 2 representatives per bidder, duly authorized, may be allowed to attend the
meeting.
i. Once the pre-bid meeting is over and issues are clarified, no query, objection or complain
shall be entertained in connection with the tender. Absence of any vendor in pre-bid
conference will not be considered as justification for making query or objection thereto.
Also, non-attendance in the pre-bid meeting is not a disqualification for participating in the
tender process.
Page 6 of 18
UNDERTAKING BY THE TENDERER
FOR
ACCEPTANCE OF TERMS AND CONDITIONS OF TENDER
Date:___________
I/We undertake that I/we have carefully gone through the Notice Inviting Tender, other tender
documents mentioned therein, and I/we will abide by them. We also agree to accept
corrigendum/corrigenda that may be published in future. My/our tender is offered taking due
consideration of all factors, and if the same is accepted, I/we promise to abide by the stipulation of
the tender documents, and complete the work to the total satisfaction of the SyMeC Data Centre,
Indian Statistical Institute, Kolkata - 700108.
My/our offer will remain valid for 60 days from the date of opening of tender.
I/we further undertake that the information submitted in this tender is true and correct in all respects
and I/we hold my/our responsibility for the same.
I/We also certify that the price being quoted is lower than Maximum Retail Price (MRP) / Original
Equipment Manufacturer (OEM) Price, whichever is applicable.
I/we shall be responsible for rejection and/or cancellation of contract if the goods supplied are not
up to the mark. I/we shall be liable for legal proceedings if the material supplied is found sub-
standard or not in accordance with the specification published in the tender.
Postal Address:
Mobile Number:
Landline Number:
Email ID:
Page 7 of 18
INDIAN STATISTICAL INSTITUTE
203 Barrackpore Trunk Road, KOLKATA 700108
Site preparation, supply, installation and commission of an Integrated Intelligent Infrastructure for
Data Centre in the Indian Statistical Institute, Kolkata as per the attached Data Centre layout
diagram.
Description of Material
Sl No Material Quantity
UPS (50 KVA) with TVSS and 15 minutes 2 nos
1
battery backup on full load (will run on N+N topology)
Page 8 of 18
Diagram for the Data Centre
Layout Diagram
Page 9 of 18
Electrical Layout in Bidder’s Scope
Page 10 of 18
INDIAN STATISTICAL INSTITUTE
203 Barrackpore Trunk Road, KOLKATA 700108
1.2.3 Inverter Overload capacity 125% for 10 min. 150% for 1 Min
1.2.4 Output Power Factor > 0.99
1.3 DC Parameter
1.3.1 Battery compatibility VRLA/ Wet Acid/ Ni-Cd
1.4 GENERAL SPECIFICATION
1.4.1 Transformer Inbuilt within UPS panel isolation transformer.
1.4.2 Inverter IGBT (insulated-gate bipolar transistor) Inverter
1.4.3 Rectifier IGBT Rectifier
1.4.4 Battery Charger IGBT Battery Charger / Booster
j. Electronic static switch and bypass supply.
1.4.5 Bypass supply and Switch
k. Manual maintenance bypass switch.
1.4.6 Operating Temperature (°C) 0-40°C
Relative Humidity (without
1.4.7 0%-95%
condensation at 20°C)
Indications, measurements and alarms, together with
Microprocessor control and battery status, should be shown on a display. The
1.4.8
diagnostics procedure for start up, shutdown and manual transfer
of the load to and from bypass should be explained in
Page 11 of 18
clear step by step sequence on the display.
1- serial port & 1-LAN port (work on TCP/IP
1.4.9 Hardware
Protocol )
Should be compatible with the Infrastructure
1.4.10 Compatibility
Monitoring Device.
UPS must be installed in parallel and redundant
1.4.11 Operating Mode
therefore necessary bus arrangement has to be done.
1.5 TVSS
1.5.1 Surge Current Capacity minimum of 50kA
1.5.2 Fault Current Rating 14kA IC
1.5.3 Modes of Protection L-L, L-N, L-G
1.5.4 Response Time < 0.5 nanoseconds
1.5.5 Operating Temperature 0- 40°C
1.5.6 Operating Humidity 0 % - 95%
1.5.7 Status Indication YES
1.5.8 Mounting Wall Mounting
1.6 Battery
The batteries should be 12V Sealed Maintenance Free
lead acid. Batteries will have an operating life of
minimum 3 years, and in the event of total failure of
1.6.1 Battery
the main power source, will guarantee the supply of
100 KVA UPS output power for a minimum of total 15
minutes each UPS in full load condition.
Sr.
Parameter/Item Required Technical Specification
No.
One refrigeration circuit, incorporating a high efficiency,
fully hermetic variable capacity compressor.
Each compressor is equipped with pre-set high and low
2.1 Direct expansion pressure switches (with automatic reset) for protection
against high condensing and low evaporating temperatures.
The inclined evaporator coil is manufactured from copper
tubes, mechanically bonded to hydrophilic painted
aluminium fins, with a stainless steel condensate drain pan.
Must be with two plug EC Direct Drive Fan, High
efficiency, external rotor electronically commutated (EC)
motor with integrated electronics, characteristics (inrush
current lower than operating current), Backward curve,
corrosion resistant aluminium fan wheel, Maintenance free
2.2 Fan
design and construction. The fan section shall be designed
for higher air flow. The fan shall be protected over
temperature of motor, electronics, locked rotor protection,
short circuit of motor output. Fans are IP54, Protection class
F.
The unit shall be powder painted panels with at least 10mm
2.3 Cabinet and Frame insulation. A hinged control access panel opens to a second
front panel which is a protection enclosure for high voltage
Page 12 of 18
components. The frame is painted with a powder coat finish
to protect against corrosion. The unit is totally front and rear
accessible including any component removal.
The filter cells are made of two deep pleated 4” filters rated
MERV8 following ASHRAE 52.2 (45% by ASHRAE 52.1)
2.4 Air Filtration or G4 following EN779, located within the cabinet, and
accessible from the rear of the unit. Frame of the filter shall
be made of galvanized steel.
The unit must be fitted with a canister type steam humidifier
suitable for use with water of varying degrees of hardness,
provided that the water is not treated or demineralized
(Conductivity range 125-500 µS/cm). The humidifier is
2.5 Humidifier complete with a water inlet valve, water outlet valve and a
maximum water level sensor, disposable cylinder, steam
distributor and electronic controls. Humidity must be
maintained between 45% to 55%. Humidifier must work as
dehumidifier whenever required.
All units equipped with direct expansion circuit are suitable
2.6 Refrigerant
for R410A refrigerant.
Air conditioning models must be controlled by
microprocessor based controller. It can be programmed to
control the function of every device within the unit via I/O.
Status Report of the latest event-messages of the unit.
2.7 Microprocessor Controller The controller allows setting and monitoring of the room
parameters. Unit utilizes multiple temperature sensors placed
at the rack inlet, to ensure management and control of
temperature by rack. Each unit must be connected to
Sensors.
There must be SNMP and HTTP/Web-management
capability for enhanced communications and control of HPM
systems. The cards make use of an Ethernet network
2.8 Monitoring
(100Mbps/1Gbps) to monitor and control a wide range of
operating parameters, alarms and notifications to a standard
web browser.
The condenser must be with fan speed controller designed
and set for usages of R410A refrigerant. Condenser must
work between -20°C and 46°C ambient temperature. The
2.9 Condenser condenser frame shall be made up of a sturdy GI structure.
The motorized fan shall be IP54, protection class F. Cooling
must be evenly distributed to across the racks such that cold
or hot pocket must not be formed.
Must be compatible with the Infrastructure Monitoring
2.10 Compatibility
Device.
Must be less than 65 dB. Compressor must be mounted on
2.11 Noise Vibration anti vibration mountings.
Page 13 of 18
3. Rack and Accessories
Page 14 of 18
mount in Horizontal and Vertical way within the
Rack.
Page 15 of 18
INDIAN STATISTICAL INSTITUTE
203 Barrackpore Trunk Road, KOLKATA 700108
1. EARNEST MONEY :- Every Tenderer shall have to submit Earnest Money of the amount
and in the method as mentioned in the Notice Inviting e-Tender. The Earnest Money of all
unsuccessful Tenderers shall be returned back after issue of Purchase Order to the successful
Tenderer.
2. SECURITY DEPOSIT :-The Earnest Money of the successful Tenderer shall be retained
by the Institute as part of Security Deposit and balance Security Deposit shall be recovered by
deduction from Vendor's Bill @ 10% of the Gross Value of the Bill, so that the total recovery
may not exceed 10% of the Total Value of the bill up to the stage of completion. The entire
amount of the deposit so deducted shall be returned to the vendor at the end of the successful
completion of warranty period.
Page 16 of 18
Mukhopadhyay) in consultation with experts in appropriate areas. Installation of electrical and civil items will be
done as per the method approved by team leaders (Prof. Rajat Kumar De and Dr. Indranil Mukhopadhyay) in
consultation with electrical and civil experts.
9. WARRANTY : Whole system must have 3 years comprehensive on-site warranty including battery with
Next Business Day (NBD) response.
10. CONSORTIUM :- If a Bidder is not a manufacturer, the Bidder should provide
documentary evidence (e.g., Manufacturers’ Authorization Form) showing to have tied up with
all the participating manufacturing agencies for sales and support.
Note : Any work related to civil and electrical which may arise due to change in layout diagram
of the system then the same shall be in the scope of vendor.
14. WAY BILL/ROAD PERMIT :- In case of requirement of Way Bill at the time of delivery,
the institute will arrange for obtaining the necessary Way Bill/ Road Permit in the name of the
vendor awarded this tender. However, the prescribed entry tax shall be borne by the vendor. It is to
be noted that the Institute (i.e. Indian Statistical Institute) has Customs Duty Exemption Certificate
and the Vendor should make appropriate use of it.
15. LIQUIDATED DAMAGE : The schedules of delivery and installation, commissioning and testing as per
Purchase Order are to be strictly adhered to. In case there is delay either in the delivery or successful completion, the
vendor shall be liable to pay liquidated damages @ 0.5% of the total value of the purchase order per week or part of a
week during which the delivery of such goods is delayed. Where delivery thereof is accepted after expiry of the period
mentioned in purchase order the total damages so claimed shall not exceed 5% of the total contract price. Beyond the
delivery period, the upward variation of levies and taxes shall be borne by the vendor.
Page 17 of 18
• The vendor has failed to commence the works or has without any lawful excuse under any
these conditions, has kept the work suspended for at least 15 days despite receiving the Data
Centre In-charge’s/Team Leaders' written notice to proceed with the work.
• The vendor has failed to remove materials from site or to dismantle or demolish and replace
work for 7 days after receiving from the Data Centre In-charge's/Team Leaders' written
notice stating that the said materials or work were condemned and rejected by him under
these conditions.
• The vendor is not executing the works in accordance with the contract or is persistently or
flagrantly neglecting to carry out his obligations under the contract.
In all such cases of termination of work, the Institute shall have the power to complete the work
through any other agency at the vendor’s risk and expense and the vendor shall be debited any sum
or sums that may be expended in completing the work beyond the amount that would have been due
to the vendor, had he duly completed the whole of the work in accordance with the contract. The
Institute shall have the power to retain all money due to the vendor until the work is completed by
other agency.
17. ARBITRATION :- In the event of any dispute or difference arising out of or in connection
with the contract, the same shall be settled amicably by mutual consultation. If such resolution is
not possible then the unresolved disputes or differences shall be referred to Arbitration as per the
Indian Arbitration and Conciliation Act, 1996. It shall be subject to Kolkata (Calcutta) Jurisdiction
only.