You are on page 1of 472

Assam Electronics Development Corporation Ltd.

(AMTRON)
Industrial Estate, Bamunimaidan,
Guwahati – 781021

NOTICE INVITING TENDER

Tender No.: AEDC/SDC/RFP/2017-18/001 Dt.: 11-01-2018

Assam Electronics Development Corporation (AMTRON) on behalf on Information Technology


Department, Government of Assam invites bid responses from reputed and experienced
companies to participate in competitive bidding process for Appointment of an Agency for Design,
Supply, Installation, Configuration, Operations and Maintenance of Physical and IT
Infrastructure for State Data Centre, Assam.

Submission of bids shall be through e-procurement portal https://assamtenders.gov.in. To


participate in this tender process through e-procurement bidder should have valid Digital
Signature Certificate (DSC) of class- II (minimum) and have to register in the portal
https://assamtenders.gov.in by themselves.

The brief scope of work and qualifying criteria for the prospective bidders are specified below:
I. Brief Scope of Work:
a. Schedule I - Design, Supply, Installation and Commissioning Phase: The major
activities involved during this phase are:
i. Design
ii. Site Preparation & Strengthening
iii. Supply, Installation and Commissioning of Non IT equipment
iv. Supply, Installation and Commissioning of IT equipment
v. Acceptance testing and Commissioning
vi. Training
vii. Documentation
b. Schedule II – Operate and Maintain Phase: The activities involved in this phase are:
i. Basic Infrastructure Services
ii. Managed Services
iii. MIS Reports
iv. ISO 27001 ISMS Standards
v. ISO 20000 ITIL Standards

1
II. Procurement of bid documents:

The interested bidders who have downloaded the tender schedules containing the tender details,
terms and conditions from the website shall submit their tender on-line on the website
https://assamtenders.gov.in, with proof of payment of non-refundable tender fee of Rs. 25000/-
as demand draft/Bankers Cheque drawn in favour of Assam Electronics Development
Corporation Ltd., from any nationalized/ Scheduled Bank and payable at Guwahati. The tender
fee in the form of DD shall be valid for 3 months.
The detailed Tender Document, once purchased, cannot be returned, resold, transferred, or
reassigned; and there shall not lay any claim on AMTRON for refund of tender fee, payment of
expenses incurred etc. and AMTRON shall not be responsible in any way for any damage, loss
etc., consequential or otherwise, to any purchaser of the said Document.
The bidder must affix a Court Fee Stamp of Rs. 100/- or more in the place provided on the original
Tender document.

III. Eligibility Criteria:

The Bidder must possess the requisite experience, strength and capabilities in providing the
services necessary to meet the requirements as described in the RFP document. Keeping in
view the complexity & volume of the work involved, the following criteria are prescribed as pre-
qualification criteria for Bidder interested in undertaking the project. The Bidder must also
possess the technical know-how and the financial wherewithal that would be required to
successfully provide the Data Centre and support services sought by the State for the entire
period of the contract. The bids must be complete in all respect and should cover the entire
scope of work as stipulated in the tender document. The invitation to bid is open to all Bidders
who qualify the eligibility criteria as given below:
Definition of Consortium Partner:
Consortium shall mean more than one company which joins with other companies of
complementing skills to undertake the scope of work defined in this RFP. The consortium can
only be formed with the companies dealing in either one of the work stated below:
1. Data Centre Build-up project (NON –IT)
- Planning
- Designing
- Implementation
- Commissioning & Testing

2. Data Centre Build-up project (IT)


- Planning
- Designing
- Implementation
- Commissioning & Testing

2
IV. Submission of bids:
The tender should be submitted on-line as per date and time of submission as per prescribed
schedule as well as in hardcopies along with the original Demand Drafts/Bankers Cheque for
tender fee and Bank Gurantee for E.M.D. and the pre-qualification, technical bid in sealed
envelopes superscripting the tender details as prescribed in the relevant section of the RFP to
the office of the Managing Director, Assam Electronics Development Corporation Ltd.,
Industrial Estate, Bamunimaidan, Guwahati- 781021.
The various formats as presented for the Pre-qualification, Technical and Commercial
bids needs to be duly filled & signed by the bidders and further scanned & uploaded on
the e-tendering portal.

V. Key Events and dates:


Event Target Date

Rs.25,000/- through demand draft/bankers pay order


from a Nationalized / Scheduled bank, drawn in favour of
Non-refundable Tender document cost
“Assam Electronics Development Corporation Ltd”,
payable at Guwahati

Notice Inviting Tender AEDC/SDC/RFP/2017-18/001 dated 11-01-2018


Sale of tender 11/01/2018 to 20/02/2018
Rs. 50, 00,000/- in the form of Bank Guarantee valid for
EMD 6 months from the date of bid submission from a
Nationalized / Scheduled bank
Last date to send in requests for
24-01-2018, 11:00 PM
clarifications on the tender document
Response to the Pre-Bid Clarifications 06-02-2018
Last date for submission of bids 20-02-2018 till 2:00 pm
Opening of Pre-qualification bids 20-02-2018 at 3:00 pm
Presentation on technical bid by short-listed
To be notified.
Bidders
To be notified later to the technically qualified
Opening of commercial bids
bidders.
Issue of Letter of Intent To be intimated to the successful bidder

Place: Guwahati Sd/-


Date: 11-01-2018 Managing Director

3
Request for Proposal
Appointment of an Agency for Design, Supply,
Installation, Configuration, Operations and
Maintenance of Physical and IT Infrastructure for
State Data Centre, Assam

AEDC/SDC/RFP/2017-18/001
Dtd. 11/01/2018
Volume-I
(Commercial Specifications and Bid Process)

Assam Electronics Development


Corporation Limited
(AMTRON)
Industrial Estate, Bamunimaidan,
Guwahati – 781021
Volume I – Commercial Specifications and Bid Process

Affix Court Fee Stamp of Rs. 100 or more here (purchased at Guwahati)

Page 2 of 241
Volume I – Commercial Specifications and Bid Process

TABLE OF CONTENTS

1 Section I – Invitation for Bids .................................................................... 12

1.1 Issuer ............................................................................................................ 12

1.2 Issuer and Address for Bid Submission & Correspondence ........................... 12

1.3 About The RFP Document ............................................................................. 12

1.4 Key Events & Dates ....................................................................................... 13

1.5 Procurement of RFP Document .................................................................... 14

1.6 Pre Bid Conference ....................................................................................... 14

1.7 Amendment of RFP Document ...................................................................... 14

1.8 Venue and Deadline for submission of Proposal ........................................... 15

2 Section II – Eligibility Criteria .................................................................... 17

3 Section III – Project Profile ........................................................................ 25

3.1 SDC Overview ............................................................................................... 25

3.2 State Specific Information ............................................................................ 26

4 Section IV- Scope of Work ......................................................................... 30

4.1 Schedule I - Design, Supply, Installation and Commissioning Phase ............ 30

4.1.1 Design ....................................................................................................................... 31

4.1.2 Site Preparation and Strengthening .......................................................................... 32

4.1.3 Supply, Installation and Commissioning of Non IT Components ............................. 32

4.1.4 Supply, Installation and Commissioning of IT Components ..................................... 33

4.1.5 Acceptance Testing and Commissioning .................................................................. 33

4.1.6 Training ..................................................................................................................... 34

4.1.7 Documentation .......................................................................................................... 35

4.2 Schedule II - Operate and Maintain Phase ................................................... 41

4.2.1 Basic Infrastructure Services .................................................................................... 41

4.2.2 Managed Services .................................................................................................... 45

4.2.3 MIS Reports .............................................................................................................. 50


Page 3 of 241
Volume I – Commercial Specifications and Bid Process

4.2.4 ISO 27001 ISMS Standards ..................................................................................... 51

4.2.5 ISO 20000 ITIL (Information Technology Infrastructure Library) Standard .............. 52

4.3 Roles and Responsibilities ............................................................................ 53

4.3.1. Summary of Roles of Responsibilities ...................................................................... 53

4.3.2. Data Centre Organization ......................................................................................... 62

4.3.3. Estimated Timelines.................................................................................................. 63

4.3.4. Required Resources ................................................................................................. 64

8 Section V - Service Level Agreement ....................................................... 67

8.1 Definitions .................................................................................................... 67

8.2 Category of SLAs .......................................................................................... 67

Implementation Service Levels ............................................................................................... 69

IT Infrastructure Service Levels .............................................................................................. 70

Physical Infrastructure Service Levels .................................................................................... 75

Civil Work & Minor Works Service Levels .............................................................................. 76

Help Desk Services ................................................................................................................ 77

Compliance & Reporting procedures Service Levels ............................................................. 78

Security & Incident Management Service Levels ................................................................... 79

Cloud Management Related Service Levels .......................................................................... 80

Table 10: Cloud Management Related Service Levels .......................................................... 80

Non Closure Service Levels ................................................................................................... 81

Table 11: Non Closure Service Levels ................................................................................... 81

Patch Management Related SLA ........................................................................................... 82

Fire Suppression Service Levels ............................................................................................ 82

Manpower Resources Service Levels .................................................................................... 83

8.3 SLA Review Process ...................................................................................... 84

8.4 Penalties ....................................................................................................... 84

9 Section VI - Instructions to Bidders .......................................................... 86

Page 4 of 241
Volume I – Commercial Specifications and Bid Process

9.1 Procedure for Submission of Bids ................................................................. 86

9.2 Authentication of Bid .................................................................................... 88

9.3 Validation of interlineations in Bid ............................................................... 88

9.4 Cost of Bidding ............................................................................................. 88

9.5 Site Visit ........................................................................................................ 88

9.6 Clarification on Tender Document................................................................ 88

9.7 Documents Comprising the Bids ................................................................... 89

9.8 Bid Prices ...................................................................................................... 90

9.9 Firm Prices ................................................................................................... 91

9.10 Bid Currencies .............................................................................................. 91

9.11 Bidder Qualification ..................................................................................... 91

9.12 Bid Security (Earnest Money Deposit) .......................................................... 91

9.13 Bid Validity Period ....................................................................................... 92

Period of Validity of Bids ......................................................................................................... 92

Extension of Period of Validity ................................................................................................ 92

9.14 Local / Site Conditions .................................................................................. 92

9.15 Modification and Withdrawal of Bids........................................................... 93

Written Notice ......................................................................................................................... 93

Signing and Marking of Notice ................................................................................................ 93

Last Date for Notice ................................................................................................................ 93

9.16 Opening of Pre-Qualification and Technical Bids ......................................... 93

Opening of Bids ...................................................................................................................... 93

Evaluation of Pre-Qualification and Technical Bid.................................................................. 94

Announcement of Bids ............................................................................................................ 94

Bids Not Considered For Evaluation ...................................................................................... 95

9.17 Criteria for Evaluation of Bids...................................................................... 95

Criteria for Evaluation and Comparison of Pre-qualification Bids ........................................... 95

Page 5 of 241
Volume I – Commercial Specifications and Bid Process

Criteria for Evaluation and Comparison of Technical Bids ..................................................... 96

Opening and Comparison of Financial Bids ........................................................................... 99

Evaluation of Bid – Final Evaluation ....................................................................................... 99

9.18 Rectification of Errors ................................................................................ 100

9.19 Contacting the SIA ...................................................................................... 100

Contact by Writing ................................................................................................................ 100

Rejection of Bid ..................................................................................................................... 100

9.20 SIA’s Right to Vary Scope of Contract at the time of Award ....................... 100

9.21 SIA’s Right to Accept Any Bid and to reject any or All Bids ........................ 101

9.22 Notification of Award ................................................................................. 101

Notification to Bidder ............................................................................................................. 101

Signing of Contract ............................................................................................................... 101

Discharge of Bid Security ..................................................................................................... 101

Expenses for the Contract .................................................................................................... 101

9.23 Failure to abide by the Agreement .............................................................. 101

9.24 Bank Guarantee for Contract Performance ................................................ 101

9.25 Confidentiality of the Document ................................................................. 102

9.26 Rejection Criteria........................................................................................ 102

Pre-Qualification Rejection Criteria ...................................................................................... 102

Technical Rejection Criteria .................................................................................................. 102

Commercial Rejection Criteria .............................................................................................. 102

9.27 Concessions permissible under statutes ...................................................... 102

9.28 Income Tax Liability ................................................................................... 103

10 Section VII - General Conditions of the Contract................................... 105

10.1 Definitions .................................................................................................. 105

10.2 Interpretation ............................................................................................. 107

10.3 Representations & Warranties ................................................................... 108

Page 6 of 241
Volume I – Commercial Specifications and Bid Process

10.4 Scope of Work / Contract............................................................................ 110

10.5 Duration of the Contract ............................................................................. 110

10.6 Contract Performance Guarantee............................................................... 110

10.7 DCO’s Obligations ....................................................................................... 110

10.8 DCO’s Team ................................................................................................ 113

10.9 Statutory Requirements.............................................................................. 113

10.10 Contract Administration............................................................................. 114

10.11 Right of Monitoring, Inspection and Periodic Audit ................................... 114

10.12 SIA’s Obligations ........................................................................................ 115

10.13 Information Security .................................................................................. 115

10.14 Ownership of Equipment and Intellectual Property ................................... 116

10.15 Risk Management ....................................................................................... 117

10.16 Indemnity ................................................................................................... 118

10.17 Confidentiality ............................................................................................ 118

10.18 Term and Extension of the Contract ........................................................... 119

10.19 Prices .......................................................................................................... 119

10.20 Change Orders/Alteration/Variation ......................................................... 119

Change Order ....................................................................................................................... 119

Procedures for Change Order .............................................................................................. 120

Change of Size/Quantities .................................................................................................... 121

Conditions for extra work/change order ................................................................................ 121

10.21 Suspension of Work .................................................................................... 121

10.22 Completion of Contract ............................................................................... 122

10.23 Payment Schedule....................................................................................... 122

10.24 Events of Default by the DCO...................................................................... 123

10.25 Consequences in Event of Default ............................................................... 124

10.26 Termination ................................................................................................ 125


Page 7 of 241
Volume I – Commercial Specifications and Bid Process

10.27 Consequences of Termination ..................................................................... 125

10.28 Penalty........................................................................................................ 126

10.29 Liquidated Damages ................................................................................... 126

10.30 Dispute Resolution ...................................................................................... 127

10.31 Limitation of the DCO’s Liability towards the SIA ...................................... 127

10.32 Conflict of Interest ...................................................................................... 127

10.33 Severance ................................................................................................... 128

10.34 Governing Language .................................................................................. 128

10.35 “No Claim” Certificate ................................................................................. 128

10.36 Publicity...................................................................................................... 128

10.37 Force Majeure............................................................................................. 128

10.38 Exit Management ....................................................................................... 129

7.38.1 Exit Management Purpose ........................................................................................ 129

7.38.2 Transfer of Assets ...................................................................................................... 129

7.38.3 Cooperation and Provision of Information ................................................................. 129

7.38.4 Confidential Information, Security and Data .............................................................. 129

7.38.5 Employees ................................................................................................................. 129

7.38.6 Rights of Access to Information ................................................................................. 129

7.38.7 Exit Management Plan............................................................................................... 130

10.39 General ....................................................................................................... 131

7.39.1 Relationship between the Parties .............................................................................. 131

7.39.2 No Assignment .......................................................................................................... 132

7.39.3 Survival ...................................................................................................................... 132

7.39.4 Entire Contract ........................................................................................................... 132

7.39.5 Governing Law ........................................................................................................... 132

7.39.6 Jurisdiction of Courts ................................................................................................. 132

7.39.7 Compliance with Laws ............................................................................................... 132

Page 8 of 241
Volume I – Commercial Specifications and Bid Process

7.39.8 Notices ....................................................................................................................... 132

7.39.9 Waiver ........................................................................................................................ 133

7.39.10 Modification .............................................................................................................. 133

7.39.11 Application ............................................................................................................... 133

7.39.12 IT Act 2000 .............................................................................................................. 133

7.39.13 Subcontracting by Bidder......................................................................................... 133

7.39.14 Performance and Spares ......................................................................................... 133

7.39.15 Warranty .................................................................................................................. 133

7.39.16 Special Conditions of the Contract .......................................................................... 134

11 Section VIII - Formats for Response to the Tender – Pre-Qualification


Bid 137

11.1 Format 1 – Pre-Qualification Bid Letter ..................................................... 137

11.2 Format 2 - General Information about the Bidder...................................... 138

11.3 Format 3 – Pre qualification Check List ..................................................... 140

11.4 Format 4 - Declaration Regarding Clean Track Record ............................. 147

11.5 Format 5 – Declaration of Acceptance of Terms and Conditions in RFP .... 148

11.6 Format 6: Authorization Letters from OEMs ............................................. 149

12 Section IX - Format for Response to Tender – Technical Bid .............. 151

12.1 Format 1- Technical Bid Letter ................................................................... 151

12.2 Format 2 - General Information about the Bidder ...................................... 153

12.3 Format 3 – Technical Solution .................................................................... 154

12.4 Format 4 – Schedules for Technical Evaluation Criteria ............................ 155

12.5 Format 5 – Specifications of the Physical Components ............................... 192

12.6 Format 6 – Specifications of the IT Components ........................................ 192

12.7 Format 7 – Manpower Details.................................................................... 193

12.8 Format 8 – Deviations from Tender Terms & Conditions ........................... 195

12.9 Format 9 – Project Experience ................................................................... 196

Page 9 of 241
Volume I – Commercial Specifications and Bid Process

12.10 Format 10: Statement of Deviation from Requirement Specifications ........ 197

13 Section X - Format for Response to Tender – Commercial Bid............ 199

13.1 Format 1 – Commercial Bid Letter ............................................................. 199

13.2 Format 2 – Breakdown of Cost Components .............................................. 202

Financial Details.................................................................................................................... 205

14 Annexure – 1 Consortium Criteria .......................................................... 231

15 Annexure – 2 Bidding Document Acknowledgement Form .................. 233

16 Annexure – 3 Proforma of Bank Guarantee towards Bid Security ....... 235

17 Annexure – 4 Instructions for Furnishing Bank Guarantee .................. 237

18 Annexure – 5 Proforma of Bank Guarantee towards Performance


Security............................................................................................................ 238

19 Annexure – 6 Pre-Bid Query Format ....................................................... 240

Page 10 of 241
Volume I – Commercial Specifications and Bid Process

SECTION – I

SECTION – I Invitation for Bids

Invitation for Bids

Page 11 of 241
Volume I – Commercial Specifications and Bid Process

1 Section I – Invitation for Bids

The invitation to bid is for “Design, Site Preparation, Supply, Installation, Commissioning, and
Maintenance & Operations of the Assam State Data Centre for a period of five years and six
months from the date of contract signing or for a period of five years from the date of acceptance
of the Data Centre whichever is later”. The Bidders are advised to study the tender document
carefully. Submission of bids shall be deemed to have been done after careful study and
examination of the tender document with full understanding of its implications. Submission of bid
shall be through e-procurement portal www.assamtenders.gov.in along with the hard copies
of the bid document to be submitted at the address of correspondence mentioned in 1.2. For
details and subsequent communication you may also visit AMTRON website: www.amtron.in.
This section provides general information about the Issuer (i.e. Assam Electronics Development
Corporation Limited), important dates and addresses and the overall eligibility criteria for the
Bidders.

1.1 Issuer

Assam Electronics Development Corporation Limited (AMTRON – herein after referred to as SIA
(State Implementation Agency) invites proposals for “Design, Site Preparation, Supply,
Installation, Commissioning, Maintenance and Operations of the Assam State Data Centre as per
the scope of the bid”. The scope of work and requirement of the SIA for this project are specified
in Volume I of this RFP. Volume II furnishes the details of technical requirement for the project

1.2 Issuer and Address for Bid Submission & Correspondence

Managing Director
Assam Electronics Development Corporation Limited
Industrial Estate, Bamunimaidan
Guwahati - 781021, Assam, India

Phone No.: 0361-2724204/230


Fax: 0361- 2724181/131
Email address: pc.asdc@amtron.in

1.3 About The RFP Document

The Request for Proposal (RFP) document for Assam SDC project consists of two volumes viz.

RFP Volume I – Commercial Terms & Bid Process


• Section I – Invitation for Bids
• Section II – Eligibility Criteria
• Section III – Project Profile
• Section IV – Scope of Work
• Section V – Service Level Agreement
• Section VI – Instructions to Bidders
• Section VII – Terms & Conditions of the Contract
• Section VIII – Format for Response to Tender – Pre Qualification Bid

Page 12 of 241
Volume I – Commercial Specifications and Bid Process

• Section IX – Format for Response to Tender – Technical Bid


• Section X – Format for Response to Tender – Commercial Bid
• Annexure 1 – Consortium Criteria
• Annexure 2 – Bidding Document Acknowledgement Form
• Annexure 3 – Proforma of Bank Guarantee towards Bid Security
• Annexure 4 – Instructions for Furnishing Bank Guarantee
• Annexure 5 – Proforma of Bank Guarantee towards Performance Security
• Annexure 6 - Pre-Bid Query Format

RFP Volume II – Functional & Technical Specifications


• Section I, Annexure I – Technical Requirements
• Section II, Annexure II – Physical Infrastructure Requirements
• Section III, Annexure III – Compliance to Specifications

1.4 Key Events & Dates

Event Target Date

Rs.25,000/- through demand draft/bankers


pay order from a Nationalized / Scheduled
Non-refundable Tender document cost bank, drawn in favour of “Assam Electronics
Development Corporation Ltd”, payable at
Guwahati

AEDC/SDC/RFP/2017-18/001 dated
Notice Inviting Tender
11-01-2018
Sale of tender 11/01/2018 to 20/02/2018
Rs. 50, 00,000/- in the form of Bank
Guarantee valid for 6 months from the date
EMD
of bid submission from a Nationalized /
Scheduled bank
Last date to send in requests for
24-01-2018, 11:00 PM
clarifications on the tender document
Response to the Pre-Bid Clarifications 06-02-2018
Last date for submission of bids 20-02-2018 till 2:00 pm
Opening of Pre-qualification bids 20-02-2018 at 3:00 pm
Presentation on technical bid by short-listed
To be notified.
Bidders
To be notified later to the technically
Opening of commercial bids
qualified bidders.
To be intimated to the successful
Issue of Letter of Intent
bidder

Note: This Tender Document is not transferable.


Bidders who have already participated and submitted their proposal against the
tender ‘AEDC/SDC/RFP/2017-18/001 dated 11-01-2018’, need not to procure the
tender again and will be eligible for participating without paying the tender fee
provided they meet the pre-qualification criteria.

Page 13 of 241
Volume I – Commercial Specifications and Bid Process

1.5 Procurement of RFP Document

Interested Bidders may obtain complete set of bid document in soft copy format from portal
www.assamtenders.gov.in. The bidder needs to submit the non-refundable fee of Rs.
25,000/- (Rs. Twenty five Thousand Only) in form of a demand draft of any nationalized /
scheduled / commercial bank located in India, payable at Guwahati, drawn in favour of “Assam
Electronics Development Corporation Ltd, Guwahati” along with the hard copies of the bid
documents on the last day of submission of bid i.e. 20-02-2018. The tender fee in the form of DD
shall be valid for 3 months.

The detailed Tender Document, once purchased, cannot be returned, resold, transferred, or
reassigned; and there shall not lay any claim on AMTRON for refund of tender fee, payment
of expenses incurred etc. and AMTRON shall not be responsible in any way for any damage,
loss etc., consequential or otherwise, to any purchaser of the said Document.

The bidder must affix a Court Fee Stamp of Rs. 100/- or more (purchased at Guwahati) in the
place provided on the original Tender document.

1.6 Pre Bid Conference

AMTRON shall organize a Pre Bid Conference on the scheduled date and time in the conference
room of AMTRON. AMTRON may incorporate any changes in the RFP based on
acceptable suggestions received during the Pre Bid Conference. The decision of the
AMTRON regarding acceptability of any suggestion shall be final in this regard and
shall not be called upon to question under any circumstances. The prospective Bidders
are requested to submit their queries in softcopy by e-mail to pc.asdc@amtron.in as per the
format mention in Annexure 6. Any query sent by the prospective bidder after the pre-
bid shall not be accepted. In the meeting the decision would be taken. The responses will be
conveyed to all the prospective Bidders (by way of hosting amendments/ clarifications on the
website i.e. at www.amtron.in in accordance with the respective clauses of the RFP within 5
working days of last date of submission of pre-bid queries. Only those prospective Bidders
who have purchased the bid document or submitted D.D. for the cost of bid
document shall be responded over e-mail and corrigendum will be published on the
website mentioned below. Query from OEMs will not be entertained directly. OEMs
may pass their queries through any of the prospective bidders.

1.7 Amendment of RFP Document

At any time till 7 days before the deadline for submission of bids, the AMTRON may, for any
reason, whether at own initiative or in response to a clarification requested by a prospective
Bidder, modify the bidding document by amendment. All the amendments made in the document
would be published in the website of portal www.assamtenders.gov.in and www.amtron.in.
All such amendments shall be binding on all the Bidders. The Bidders are also advised to
visit the aforementioned website on regular basis for checking necessary updates.
AMTRON also reserves the rights to amend the dates mentioned in clause 1.4 of this volume for
bid process.

Page 14 of 241
Volume I – Commercial Specifications and Bid Process

1.8 Venue and Deadline for submission of Proposal

Proposals for Assam SDC Project must be received at the address specified below not later than
dates specified in Section 1.4 of this volume.

Managing Director
Assam Electronics Development Corporation Limited
Industrial Estate, Bamunimaidan,
Guwahati-781021, Assam, India

Any proposal received by the SIA after the deadline for submission of proposals mentioned in
Section 1.4 above will be summarily rejected and returned unopened to the Bidder. SIA shall not
be responsible for any postal delay or non-receipt/ non-delivery of the documents. No further
correspondence on the subject will be entertained.

Page 15 of 241
Volume I – Commercial Specifications and Bid Process

SECTION – II Eligibility Criteria

Eligibility Criteria

Page 16 of 241
Volume I – Commercial Specifications and Bid Process

2 Section II – Eligibility Criteria

The Bidder must possess the requisite experience, strength and capabilities in providing the
services necessary to meet the requirements as described in the RFP document. Keeping in view
the complexity & volume of the work involved, the following criteria are prescribed as pre-
qualification criteria for Bidder interested in undertaking the project. The Bidder must also
possess the technical know-how and the financial wherewithal that would be required to
successfully provide the Data Centre and support services sought by the State for the entire period
of the contract. The bids must be complete in all respect and should cover the entire scope of work
as stipulated in the tender document. The invitation to bid is open to all Bidders who qualify the
eligibility criteria as given below:

Definition of Consortium Partner:


Consortium shall mean more than one company which joins with other companies of
complementing skills to undertake the scope of work defined in this RFP. The consortium can
only be formed with the companies dealing in either one of the work stated below:

1. Data Centre Build-up project (NON –IT)


- Planning
- Designing
- Implementation
- Commissioning & Testing
2. Data Centre Build-up project (IT)
- Planning
- Designing
- Implementation
- Commissioning & Testing
3. Facility Management for IT and Non IT
And should have experience in either one of the fields stated below:
- Design, Supply, Installation and Commissioning

- Facilitation for Application Migration

- Operation and Maintenance of Data Centre components and services

Page 17 of 241
Volume I – Commercial Specifications and Bid Process

S.
Clause Documents required
No.

The EMD should be denominated in Indian


The bidder (prime) should furnish, as
Rupees, and should be in the form of Bank
1. part of its bid, an Earnest Money Deposit
Guarantee valid for 6 months from the date of
(EMD) of Rs. 50,00,000
bid submission.

“Consortium” shall mean more than one


company which joins with other companies of
complementing skills to undertake the scope of
The Bid can be submitted by an work defined in this RFP. In case of consortium
individual company or a consortium. the same shall not consist of more than three
companies/ corporations, including the prime
bidder.

2. 1. Memorandum of Understanding
In case of consortium applicant, (MOU)/agreement among the members
consortia shall submit a valid signed by the Authorized Signatories of the
Memorandum of Understanding companies dated prior to the submission of
(MOU)/agreement. the bid to be submitted in original.
2. The MoU/agreement shall clearly specify
the prime bidder, stake of each member and
outline the roles and responsibilities of each
member.

The bidder (prime) should be a company


3. registered under the Companies Act, Certificate of incorporation
1956 since last 5 years as on 31.03.2017

Bidder (prime) should have experience of


IT System Integration/ Information
Technology Infrastructure projects
including implementation/ operations 1. Work Orders confirming year and area of
and should have been in the business for activity.
4. a period exceeding three years as on 2. Memorandum and Articles of Associations.
31.03.2017.
3. Relevant legal documentation confirming
Bidder (prime) who has acquired a the acquisition/merger.
company/ division of a company having
experience as mentioned above shall also
be considered.

Bidder (prime) must have ISO


5. Valid Copy of Certificate
9001:2000 certification or latest

The bidder (prime) should have a. Copy of work order / client certificates. For
commissioned and installed at least one IDC bidder, Notarized Certificate from
Data center project that meets all the Company Secretary confirming the order
6. value/cost.
below mentioned requirements during
the last Five (5) years, i.e.
2012-13, 2013-14, 2014-15, 2015-16 &
Page 18 of 241
Volume I – Commercial Specifications and Bid Process

S.
Clause Documents required
No.
2016-17: b. Certification
a. An Order Value (including IT and Non- (IDC bidder shall also submit customer work
IT but excluding basic building structure orders)
cost) of not less than Rs. 5 crores.
b. BS 7799 / ISO 27001 certification
Note:
• Bidders who have built their own
Internet Data Centre (IDC), for
commercial use will be considered.

The bidder (prime) should have


experience in providing Facility
management services to at least one data
center, during the last three years i.e.
2014-15, 2015-16 & 2016-17. The facility
management services shall include IT
infrastructure related (e.g. Servers,
storage, networks etc.) / non IT related Copy of work order / client certificates.
7. services (Power, cooling, physical
security etc.)

Note:

• Bidders who have built their own


Internet Data Centre (IDC), for
commercial use will be
considered.

The bidder (Prime/ Consortium partner)


Valid CMMi Level -5 Certificate
should have a CMMi level 5 Certificate
8.

The bidder (prime) should have positive Chartered Accountant certificate for Net-worth.
net worth of at least 25 crores and a Net-worth shall exclude any revaluation reserve.
9. turnover of more than Rs. 100 Crores for Copy of the audited profit and loss account of the
each of the last three financial years, i.e. company showing turnover of the company for
2014-15, 2015-16 & 2016-17. last three years.

Page 19 of 241
Volume I – Commercial Specifications and Bid Process

S.
Clause Documents required
No.

a) The bidder (prime) must have on its


roll at least 100 technically qualified
professionals in, networking, systems a) Certificate from bidders HR Department for
integration, and prior experience in number of Technically qualified professionals
providing the Data Center Infrastructure employed by the company.
commissioning, design, implementation,
10. operations and maintenance services as
on 31-03-17. b) Name of the employees along with certified
copies of the certifications done, which are ITIL
b) At least five resources should be ITIL / BS7799/ISO 27001 lead Auditor or Lead
certified and three resources should be Implementer certified to be provided.
BS7799/ISO 27001 Lead Auditor or Lead
Implementer certified.

The Bidder and/or all/any consortium


partners shall not be under a Declaration
of Ineligibility for corrupt or fraudulent Declaration in this regard by the authorized
11.
practices or blacklisted with any of the signatory of the prime bidder
Government agencies, as on Bid
Submission date.

The bidder (prime) should submit valid


letter from the OEMs confirming
following:
OEMs include:
• Authorization for bidder
• Compute Infrastructure
• Confirm that the products
quoted are not “end of life or end • Networking Infrastructure
of sale products” as on Bid • Storage Infrastructure
Submission date. If in case the • Cloud services
support for the product quoted
12. has been stopped/ withdrawn till • UPS
the time of delivery of • HVAC
equipment, the same will be • Generator
changed with the superior
• Fire detection &Suppression
product at no extra cost.
• Surveillance
• Undertake that the support
including spares, patches, and
upgrades for the quoted products
shall be available for the period
of the Project.

Each Server and Software OEM is


required to submit an undertaking on the
horizontal support of its product across
various platforms/processors, as follows: Declaration letter, along with relevant
13.
Server/Network supporting documents

Each Server/Network OEM is required to


submit an undertaking, certifying its
product to be supported on Operating

Page 20 of 241
Volume I – Commercial Specifications and Bid Process

S.
Clause Documents required
No.
Systems (OS), and Databases, with
names and version details of the
supported OS and Databases, for a period
of 5 years, applicable from the date of
completion of FAT. In case the said
support is terminated for any reason
within the required support period for
SDC, the OEM shall provide a better
server/network device with no additional
cost.
Software
Each Software OEM is required to submit
an undertaking, certifying its product to
be supported on the Server and
Databases/ OS, with names and version
details of the supported Server and
Databases/OS, for a period of 5 years
from the date of completion of FAT. In
case the said support is terminated for
any reason within the required support
period for SDC, the OEM shall provide a
new version of software as applicable,
with no additional cost.

OEM of each equipment/system is


required to submit an undertaking on
support of its product for a period of 5
years, applicable from the date of
completion of FAT. In case the said
support is terminated for any reason
within the required support period for
SDC, the OEM shall provide a better
equipment/system with no additional
cost.

The bidder shall have to give the


declaration that the Database solution
quoted with reference to the server, OS
and DB licenses proposed for SDC, its
complete and comprehensive support
shall be available for 5 years from the
date of operationalization. There shall Declaration letter, along with relevant
14.
not be any withdrawal of support by any supporting documents
of the system software (RDBMS, OS, etc.)
OEMs on the quoted system software
release on the proposed processors of the
Server machines quoted by the bidder for
SDC. In case the support for future
releases is not available as on bid

Page 21 of 241
Volume I – Commercial Specifications and Bid Process

S.
Clause Documents required
No.
submission date, such Hardware shall
not be quoted. In case, on the quoted
Hardware, the support is withdrawn
subsequently, the bidder shall replace the
non-supported Hardware with a better
hardware, at no additional cost.
The bidder (prime) should have an office
in the state. However, if the local
presence is not there in the state, the Relevant Documents or Undertaking signed by
15.
bidder should give an undertaking for the Authorized Signatory
establishment of an office, within two
months of award of the contract.

The bidder should submit an acceptance Declaration in this regard by the authorized
of Terms and Conditions contained in the signatory of the prime bidder should be
16.
RFP document. attached. Refer to Section 8.5 of volume-I of this
RFP

The bidder should submit valid GSTIN


certificate and Permanent Account
17. Copy of each registration should be provided.
Number (PAN) issued by income Tax
department.

The bidder should submit a copy of the Signed RFP copies (both volumes), and must
entire RFP document (both Volume I & have court fee stamps of value Rs. 100/-
18. Volume II) with every page signed by an or more affixed on the tender issue page
authorized signatory of the Bidder (Page no. 2).

Power of Attorney executed by the Bidder in


The bidder should submit power of favor of the Principal Officer or the duly
19. attorney certifying the authorized Authorized Representative, certifying him as an
signatory. authorized signatory for the purpose of this
Tender.

Page 22 of 241
Volume I – Commercial Specifications and Bid Process

Note: In the event of a consortium, one of the partners shall be designated as a "Prime Bidder".
The bidder (prime) of the consortium shall be an Information Technology Company/ IT System
Integrator. Every member of the consortium shall be equally responsible and jointly liable for the
successful completion of the entire project.

In Consortium all the members shall be equally responsible to complete the project; however
prime bidder shall give an undertaking for successful completion of the project. In case of any
issues, prime bidder would be responsible for all the penalties.

A bidding company/ corporation cannot be a part of more than one Consortium. Any Member of
consortium cannot bid separately as a sole bidder. The bidder (all consortium partners) must have
Company registration certificate, Registration under labor laws & contract act, valid GSTIN
registration and Income Tax Return with Audit Report from CA. Bidder shall provide an attested
copy of all the above mentioned certificates along with this bid document.

Page 23 of 241
Volume I – Commercial Specifications and Bid Process

SECTION – III
Project Profile

Page 24 of 241
Volume I – Commercial Specifications and Bid Process

3 Section III – Project Profile

3.1 SDC Overview

The National e-Governance Program (NeGP), approved by the Government of India, aims to
significantly transform and improve the way the Government provides services to its citizens. It is
envisaged to move from a government-centric to a citizen-centric paradigm in service
provisioning; to start treating citizens as government customers; and to empower them to demand
convenient, cost effective and transparent services from the government.

NeGP comprises of several projects spread across a number of sectors which are to be
implemented either by the line ministries/departments at the central government or by state
governments, as well as integrated projects spanning across multiple
ministries/departments/agencies. To support implementation of the Mission Mode Projects
under NeGP and also to ensure adherence to common principles and policies towards realization
of the vision, NeGP has identified 3 core components, i,e., core infrastructure projects, including:

a. State Wide Area Network (SWAN)


b. Common Service Centre (CSC)
c. State Data Centre (SDC)

SDC is envisioned as the 6KDUHGUHOLDEOHDQGVHFXUHLQIUDVWUXFWXUHVHUYLFHVFHQWUHIRU


hosting and managing the e-Governance Applications of State and its constituent
GHSDUWPHQWV¶ . SDC is envisaged to establish a robust infrastructure to enable the Government
to deliver the services quickly and effectively to its stakeholders. The proposed State Data Centre,
connected to the State Wide Area Network (SWAN), shall provide the access to the e-Governance
applications & Services to Government employees through Intranet and to the citizens through
public Internet/CSCs etc. Through such a Shared Service Centre implemented and managed by a
competent Implementation Agency, the individual departments can focus more on the service
delivery rather than on the issues surrounding the Infrastructure.

The proposed SDCs shall facilitate consolidation of services, applications and infrastructure. State
Data Centre would provide many functionalities and some of the key functionalities are Central
data repository, Secure Data Storage, Online Delivery of Services, Citizen Information/Services
Portal, State Intranet Portal, Disaster Recovery, Remote Management and Service Integration.

The State Data Centre will be a key-supporting element of e-Government Initiatives & businesses
for delivering services to the citizens with greater reliability, availability and serviceability. SDC
will provide better operations & management control and minimize overall cost of Data
Management, IT Management, Deployment and other costs.

State Data Centre will act as a mediator and convergence point between open unsecured public
domain and sensitive government environment. It will enable various State departments to host
their services/applications on a common infrastructure leading to ease of integration and efficient
management, ensuring that computing resources and the support connectivity infrastructure
(SWAN/NICNET) is adequately and optimally used. The SDC will be equipped to host / co-locate
systems (e.g. Web Servers, Application Servers, Database Servers, SAN, and NAS etc.) to host
applications at the SDC to use the centralized computing power. The centralized
computers/Servers will be used to host multiple applications. SDC will have high availability,
centralized authenticating system to authenticate the users to access their respective systems
depending on the authentication matrix.

Page 25 of 241
Volume I – Commercial Specifications and Bid Process

3.2 State Specific Information

In respect to the above, it is therefore, proposed to create a Assam State Data Centre (ASDC) for
the State to consolidate its services, applications and infrastructure to provide efficient electronic
delivery of G2G, G2C and G2B services. SDC infrastructure shall provide adequate space to house
ICT assets of various departments within the state in an environment that meets the need for
reliability, availability, scalability, security and interoperability.

ASDC will ensure provision of high availability & centralized authenticating system to
authenticate the users to access their respective applications depending on the authentication
matrix.

The Government of Assam (GoA) has also made great progress in the implementation of their e
Governance applications. Some of the largest application implementations include Land Records
Computerization, Treasury Computerization, and Property Registration to name a few.

1. Objectives of the project

Following summarizes the broad project objectives of Assam State Data Centre:

• Design and Site Preparation of the Assam State Data Centre in terms of the civil, electrical
and mechanical work and all other necessary components required to build the Assam
State Data Centre in line with the SDC Guidelines.
• Supply, installation and setting up of the necessary Physical Infrastructure (State of the
Art UPS and Air-Conditioning System, Fire Detection and Control System, Diesel
Generator Units, Lighting system, Fire Detection and Control system, Power and Network
Cabling etc.).
• Supply, installation and setting up of the multi-layer Physical Security infrastructure like
bio-metric/Smart card etc. based access-control system, CCTV / surveillance systems.
• Establish effective and efficient Infrastructure monitoring & management practices to
ensure reliability, availability, quality of services and security of the Information systems
• Help departments to focus on addressing the issues in service delivery & administration
• Help in freeing the Departments from the problems relating to vendor management,
Infrastructure, Security and performance management to a competent Implementation
Partner identified for the entire State
• The SDC should be integrated with the Assam State Wide Area Network (ASWAN) for
providing access to the Information Systems hosted in the SDC to all the Stakeholders
across the State.
• The SDC will be used as a near DR for departments who are running their own Data
Centre. Based on the criticality Application based replication or data replication will be
done as per request from user departments.
• The Bidders should incorporate/adhere the Security and Interoperability Guidelines
issued by MeitY/NIC while preparing solution for Assam State Data Centre. These
guidelines can be downloaded with the RFP document from the website mentioned in Sec
1.5.

2. SDC Services

It is envisaged that various Government departments would require Data Centre services either or
combination of the following services:

Page 26 of 241
Volume I – Commercial Specifications and Bid Process

i. Co-Location of the Server Infrastructure: In this scenario, the DCO (Data


Center Operator) shall give the Rack space and the basic Data Centre Infrastructure
services to the concerned departments. Day-to-day maintenance and administration
of the Application / Database Servers would be the responsibility of the concerned
departments.
ii. Hosting Services for the Software Application: In this scenario, Departments
would use Data Centre Servers to host their application and would require support in
hosting and maintenance of the Server Hardware besides the basic Data Centre
Infrastructure services. DCO would extend all Data Centre services under the scope of
work mentioned, to this infrastructure.
iii. Advanced Data Centre Services: In this scenario, DCO (Data Center Operator)
shall give various types of services to the Departments depending upon their
individual requirements. These services would contain facilitation for database
tuning, database administration, etc. These services would be ideally required in
addition to any of the first two types of services. Migration of applications to the Data
Centre would be the responsibility of the user department and the DCO (Data Center
Operator) would only facilitate the migration of application.
iv. Disaster Recovery / Database Backup Location: It is envisaged that certain
departments would use SDC as hot / cold stand by for their data centers.

3. Envisaged Outcomes

• Reduced costs of Infrastructure creation, Monitoring, Management for State Data Centre
for Government of Assam and its Government Departments.
• Enhanced reliability & security of Information Systems through centralized management
of IT Infrastructure adopting the necessary measures and practices
➢ Dynamic Scalability
➢ Centralized and Simplified Management
➢ Improved quality of Data housekeeping
➢ Lower risk of data loss
➢ Higher availability of system and data - 24x7
➢ Better management of security & access control
➢ Guaranteed Service Levels
• Reduced administrative burden for Government of Assam & its departments by avoiding
necessity of vendor management, addressing the technical issues surrounding the IT
Infrastructure on a standalone basis by each department
• Efficient & effective management of Information Security related issues across the
Government locations
• Availability of ‘IT Infrastructure on Demand’ to the various departments & offices of
Assam Government
• Aggregation of IT Infrastructure (Hardware, Storage, Networking and Software) and
Management Resources
• Optimal Utilization by sharing of IT Infrastructure Resources to meet individual peak
loads
• Standardization of Systems
• Improved Scalability
• Faster Implementation cycle times
• Stable and Predictable Physical and Technical Environment

Page 27 of 241
Volume I – Commercial Specifications and Bid Process

4. Application Details

List of applications to be hosted in the proposed State Data Centre:

Dedicated Hosting:

1. E-District (State wide rollout)


2. E-Procurement
3. Social Welfare
4. Health
5. Employment Exchange
6. GIS
7. Electricity
8. Forest
9. Tourism
10. E-Municipalities
11. Fisheries

Co-located hosting:

1. SSDG And SP
2. E-District (Pilot)
3. CCTNS
4. Transport (Sarthi & Bahan)
5. Agriculture (NeGP-A)

Shared hosting:

1. Land Records (Dharitri)


2. Sales Tax (TIMS)
3. Finance (CTIMS)
4. Property Registration (Panjeeyan)
5. RGCLP (Education)
6. E-PDS
7. E-PRI
8. E-Court
9. Election

** The hosting model may be changed after the build phase and will be decided after discussion
with various departments.

Application for Final Acceptance Testing (FAT)

Assam State Portal (assam.gov.in)

Application Details:

Operating System- Suse Linux


Database- PostGre SQL, mySQL
Web Server- Apache
Application Server- Tomcat, JBoss

Page 28 of 241
SECTION – IV
Scope of Work
4 Section IV- Scope of Work

The minimum specified scope of work to be undertaken by the bidder for setting up and
operating ASDC is mentioned below. The selected bidder shall design the Data Centre to
ensure an uptime of 99.749% on a quarterly basis.

The selected bidder shall build, operate and maintain the SDC as per the scope and period of
the contract.

The minimum specified work to be undertaken by the bidder for setting up and operating
ASDC has been categorized as under:
• Design, Supply, Installation and Commissioning Phase – Schedule I
• Operation and Maintenance Phase – Schedule II

Note: The bidders are requested to submit both the Schedule I and Schedule II in the same
bid which would be combined for evaluation purposes.

For detailed requirement specifications for each of the SDC components, refer Volume II,
Section I, Annexure I – Technical Requirements.

DCO has to bring necessary equipment (Such as desktops, workstations,


printers, scanners, etc.) required for day to day functioning of the data center.

4.1 Schedule I - Design, Supply, Installation and Commissioning


Phase

The broad scope of work during this phase will include the following, but is not limited to:

• Design of the Data Centre


• Physical Infrastructure comprising of Civil & Interior Works, Electrical & Mechanical
works required to build a Data Centre. This shall also include site preparation to make
it suitable for setting up a Tier II Data Centre
• Multi-layer physical security infrastructure to prevent unauthorized access to the
Data Centre
• Networking & Security Infrastructure and other associated IT Components in the
Data Centre
• Help desk and other monitoring and management services
• Supply/ Installation of non IT and IT components
➢ All active and passive components required for the ASDC
➢ Physical Infrastructure components such as UPS and Air-Conditioning
System, Fire Detection and Control System, Diesel Generator Units, Lighting
system, Power, CCTV Surveillance systems, and Network Cabling etc.
➢ IT Infrastructure components such as Servers, Databases, Networking &
Security components, Storage Solution, Software and other IT components
required at the Data Centre.

30
➢ All Non-IT and IT Components as specified in the BoM in the RFP document,
as well as all infrastructure to be brought by the DCO for the smooth running
of the Assam SDC
• No Products supplied under the RFP should be end of life at the time of bid
submission deadline. No IT equipment model should have been introduced in the
market not later than 2 years back as on date of the bid submission deadline.
• Commissioning & Acceptance Testing shall involve the completion of the Data Centre
site preparation, supply and installation of the required components and making the
Data Centre available to AMTRON for carrying out live Operations and getting the
acceptance of the same from AMTRON.
• Acceptance testing shall be carried out before the commencement of Live Operations.
The Data Centre would be tested for the following parameters:
➢ Electrical Requirements
➢ Cooling & Environmental Control
➢ Fire Detection, Prevention & Suppression requirements
➢ Surveillance & Physical Security
➢ LAN Passive Components
➢ IT Security
➢ Successful hosting/ collocation of at least one departmental application.
• Training of personnel
• All documentation generated during design, installation and commissioning phase
shall always be made available to AMTRON on request

The proposed SDC site is on the Assam Secretariat, Behind Block C, Dispur, Assam, which is
in an already constructed building. Detailed scope of work for each of the above mentioned
components is given below:

4.1.1 Design

The selected bidder shall design the Data Centre in line with minimum requirements as laid
out in TIA 942 specifications for Tier II Data center wherever possible. The design should
ensure an uptime of 99.749% on a quarterly basis. Some of the key considerations for
designing the SDC are given below:

a. Structural Soundness to be re-validated


Site strengthening work, if any required, would be the responsibility of DCO. DCO will
confirm from AMTRON regarding the details of structural loads. The details of which are
given in the next section.

b. To finalize Site Layouts and submit Working Diagrams


The basic layout has been provided as a part of this RFP however DCO is at liberty to suggest
improvements. Therefore, the basic site layout shall be mutually agreed between the State and
the DCO. Subsequently the DCO shall submit all other working drawings, partial list of
drawings is indicated below. For these purposes the DCO shall provide the services of a
practicing Architect and all the drawings shall be signed by this architect. The architect would
be required to provide his registration number as well and also sign any documents which
may be required for legal compliance for the changes that would be undertaken in the
building.
a. Basic Layout

31
b. Access Control system Layout
c. False ceiling Layout (wherever applicable)
d. Electrical layout ( Including in row cooling / PAC and other
requirements)
e. Lighting Layout
f. Loose furniture details
g. Fixed furniture details
h. Civil addition and alteration details
i. Internal/ sectional elevation
j. Cabling Layout
k. CCTV Layout
l. Rodent Repellent Layout
m. Fire Extinguisher Layout( including manual switches)
n. Water Leak Detection System layout
o. False Flooring (wherever applicable)
p. Other drawings as required by the State.

4.1.2 Site Preparation and Strengthening

AMTRON shall provide the necessary minimum constructed space for locating the SDC.
Selected bidder shall arrange for necessary clearances which shall enable them to undertake
civil & interiors, electrical, and mechanical works including false ceiling, partitioning,
installation of electrical component, cable laying etc. at the SDC site. AMTRON shall support
and facilitate the DCO in obtaining the clearances. On the basis of design parameter provided
by Assam PWD, the site is suitable for setting up an SDC with the requisite load bearing
capacity, DCO will confirm from AMTRON regarding the details of structural loads to ensure
floor loading capacity (superimposed live load) of minimum 1000 kg / sq. m.

Assam State falls in Seismic Zone – 5. The site is suitable for setting up of SDC with the
requisite load bearing capacity.

The bidders are free to inspect the site prior to submitting their proposals. In case of non-
conformance due to the unavoidable building constraints, the State and the DCO shall agree
mutually on alternate arrangements.

4.1.3 Supply, Installation and Commissioning of Non IT Components

The selected bidder shall procure and supply all Non IT components. The selected bidder
would be required to undertake all the necessary civil & interiors, electrical, plumbing and
mechanical works including false ceiling/flooring, partitioning, installation of electrical
component, cable laying etc. and other infrastructure or services to create the Non- IT/
Physical Infrastructure.

32
Installation shall mean to install and configure / integrate every component and subsystem
component, required for functioning of the State Data Centre.
Based on generic solution design, minimum capacities and specifications for the components
have been worked out and described in Volume II of the RFP. However, these are only bare
minimum requirements and the Bidder is at liberty to suggest better solutions to meet the
overall SLA requirements.

4.1.4 Supply, Installation and Commissioning of IT Components

The selected bidder shall procure and supply all IT (Active and Passive) components. The
selected bidder would be required to undertake all the necessary works related to installation
of all the components.
Installation shall mean to install and configure / integrate every component and subsystem
component, required for functioning of the State Data Centre
Based on generic solution design, minimum capacities and specifications for the components
have been worked out and described in Volume II of the RFP. However, these are only bare
minimum requirements and the Bidder is at liberty to suggest better solutions to meet the
overall SLA requirements

All Non-IT and IT Components as specified in the BoM in the RFP document, as
well as all infrastructures are to be brought by the DCO for the smooth running
of the Assam SDC.

4.1.5 Acceptance Testing and Commissioning

The DCO would be required to submit a detailed Final Acceptance Test (FAT) Plan while the
installation of both IT & Non-IT components of the ASDC is in progress. This Test Plan would
include all test cases, test scenarios, etc.
AMTRON shall review the detailed final acceptance test plan (FAT) in consultation with the
State SDC Consultant.
AMTRON would also conduct audit of the process, plan and results of the Acceptance Test
carried out by the Data Centre Operator. AMTRON would issue certification of completion for
which AMTRON shall verify availability of all the defined services as per the contract signed
between the DCO and AMTRON. The DCO shall be required to demonstrate all the services /
features / functionalities as mentioned in the agreement.
Commissioning shall involve the completion of the ASDC site preparation, supply and
installation of the required components and making the Data Centre available to AMTRON
for carrying out live Operations and getting the acceptance of the same from AMTRON.
Testing and Commissioning shall be carried out before the commencement of Operations.

Final Acceptance Testing


The final acceptance shall cover 100% of the Assam State Date Centre, after successful testing
by AMTRON or its third party monitoring agency; a Final Acceptance Test Certificate (FAT)
shall be issued by AMTRON to the DCO. The date on which Final FAT certificate is issued
shall be deemed to be the date of successful commissioning of the ASDC. However, this date is
different from the initiation of the Operations & Maintenance (O&M) period of the Assam
SDC. The O&M date would be initiated on the day the DCO deploys its entire team and
migrate all necessary infrastructures to the SDC required for the efficient functioning of the
Assam SDC.

33
Prerequisite for Carrying out FAT activity:
• Detailed test plan shall be defined by DCO. This shall be submitted by DCO to
AMTRON while the IT & Non-IT installation is in progress.
• During implementation, bidder is requested to complete the Non-IT infrastructure
first and submit the test plan for Non-IT infrastructure. Once Consultant clears the
PAT for Non-IT components, bidder will deliver the IT components and start
implementing the same.
• All documentation related to ASDC and relevant acceptance test document (including
IT Components, Non IT Components etc.) should be completed & submitted before
the final acceptance test to AMTRON.
• The training requirements as mentioned should be completed before the final
acceptance test.
• Successful hosting of at least one departmental application. It is proposed to host
“Assam State Portal” in the ASDC for this FAT purpose. For details please refer
section 3.2, Point D.
• For both IT & Non-IT equipment’s / software manuals / brochures / Data Sheets / CD
/ DVD / media for all the ASDC supplied components should be submitted to
AMTRON

The FAT shall include the following:


• All hardware and software items must be installed at ASDC site as per the
specification.
• Availability of all the defined services shall be verified.
• The DCO shall be required to demonstrate all the features / facilities / functionalities
as mentioned in the RFP.
• The DCO will arrange the test equipment required for performance verification. All
test equipment should be readily available with the DCO once the go-ahead for the
FAT is given by AMTRON. In case any clearances for bringing the test equipment on
board are required by the DCO, the same shall be obtained beforehand so that no
delay in FAT initiation is observed.
• At the time of FAT, warranties of all the products would be checked, warranty should
be there for at least 2 years, and should be renewed as needed. The cost for
maintaining warranty or AMC for hardware and renew of support from OEM shall be
borne by DCO.

4.1.6 Training
After installation and commissioning has been completed, the selected bidder shall provide
training to a batch of maximum 20 people for 20 days at the SDC premise covering SDC
Implementation, operations & management and other aspects or as decided by the State
Government. All the required training material will be provided to the participants by
successful bidder. The training shall cover both IT and Non-IT components involved in the
buildup of SDC and shall be provided by Certified Professionals. All the training material will
be provided by the DCO, 4-5 days in advance before the training is commenced.
The training, in addition to the topics mentioned in the table below, shall cover the following
important technical areas:
• Database and Network Administration

34
• Security Policy and Issues

• Datacenter Operation and Management

• Cloud Computing and Virtualization


• Maintenance and Troubleshooting
An indicative training schedule is provided below:

SDC Training Schedule


S. No. Training Description Duration Target Audience
A Non-IT Training 1 - 2 days
1 Data Center Design
2 Overview of Non-IT Components
3 Electrical Distribution System
4 DG System & Operation
5 UPS System & Operation
6 In row cooling, PAC System & Operation
7 Security System & Operation
8 BMS System & Operation
9 Data Cabling Overview
B IT Training 3 - 5 days
1 Overview of IT Components
2 Data Center Network Design Max 20 people
3 Data Center IT Architecture (12-15 from CT
4 and 5-8 as State
Overview of Operating Systems
nominated
5 Overview of Databases persons)
6 Overview of Storage & Backup setup
7 Overview of EMS System
8 Overview of cloud computing and virtualization
9 L1 training for network equipment, Servers,
Operating Systems, Databases, Security
equipment
C SLA 1 day
1 Overview of SLA Monitoring & Management
D Others 2 days
1 Overview of Security Policy
2 Do's and Don't
3 Any other points/topics (for e.g., Interoperability,
consolidation, virtualization etc.)

4.1.7 Documentation
The Successful bidder shall document all the installation and commissioning procedures and
provide the same to AMTRON within one week of the commissioning of data center. The
Successful bidder shall submit a complete cabling system layout (As installed), including cable
routing, telecommunication closets and telecommunication outlet/ connector designations.
The layout shall detail locations of all equipment and indicate all wiring pathways.

35
This documentation should be submitted as the project undergoes various stages of
implementation.
Indicative list of documents include:
• Project Commencement: Project Plan in Work Breakdown Structure (WBS)
format giving out micro level activities with milestones & deadlines
• Delivery of Material: Original Manuals from OEMs.
• Training: Training Material will be provided which will include the presentations
used for trainings and also the required relevant documents for the topics being
covered.
• Process Documentation: The bidder shall be responsible for preparing process
documentation related to the operation and maintenance of each and every
component of the SDC. The prepared process document shall be formally signed off
by AMTRON before completion of final acceptance test.
a. The selected bidder shall document all the installation and commissioning
procedures and provide the same to AMTRON within one week of the
commissioning of SDC.
b. The selected bidder shall submit a complete set of Floor Layout Drawings,
BMS components, Single Line diagram, a complete cabling system layout (as
installed), including cable routing, telecommunication closets and
telecommunication outlet/ connector designations. The layout shall detail
locations of all components and indicate all wiring pathways.
c. It is the responsibility of the DCO that the certification for 27001 and 20000
should be in valid condition, at the time of exit of DCO after O&M period of 5
years. As per the ISO 20000 Standards, the DCO has to do the
documentation. Manuals for configuring of switches, routers, firewall, IPS
etc., including documentation of the configurations done for the components
installed in the ASDC, shall be provided by the DCO.
The selected bidder shall be responsible for documenting configuration of all devices and
keeping back up of all configuration files, so as to enable quick recovery in case of failure of
devices.

Application Hosting at ASDC

Different models for Application Hosting


For ASDC it has been envisaged to have different service offerings from the selected bidder i.e.
DCO. The majority of the services required from DCO would be dedicated as well co-located
model. However DCO has to facilitate the other required services in all the models such as
• Storage & backup
• Security
• Networking
• Monitoring & Management
• Power, cooling & other basic infrastructure requirement etc.

Definition of Models
• Dedicated Services: In this model, state departments will host their application
on the ASDC servers purchased under ASDC project.
• Co-located: In this model, State department will transfer the entire application
infrastructure at ASDC

36
Application for FAT
Successful hosting of at least one departmental application initially required for FAT purpose.
AMTRON/Information Technology Department, Government of Assam has identified the
application Assam State Portal.

DCO will require to co-ordinate with application owner / AMTRON and get the necessary
infrastructure for hosting the application.

Subsequent Applications
1. Once the O&M period of the ASDC is initiated, the details of which are mentioned in
Section 4.1.5 - Final Acceptance Testing, the DCO has to provide the required support
in terms of hosting the application at ASDC. More applications would be added to the
Assam SDC during the project O&M period, and the DCO is required to support the
same.
2. DCO would also be required to continuously monitor the departmental applications
in terms of availability and performance.
3. Monitor components, including but not limited to, Application servers, Web Servers,
Middleware and other application servers on an ongoing basis to ensure smooth
functioning of the applications so that services can be offered to the citizens as well as
state government employees.
4. SIA and CT will examine the Application/ infrastructure for hosting it in SDC and
accordingly will provide guidance to the DCO to act on it.
5. For any server/ IT Infrastructure to be hosted in the Assam SDC it is the
responsibility of the DCO to do performance and heath monitoring of any server, if
desired by the SIA / CT. DCO will have to arrange for the required number of licenses
for the same.

Any delay by the DCO in the Final Acceptance Testing shall render the Bidder liable to the
imposition of appropriate Penalties. In the event the DCO is not able to complete the
installation due to non-availability of bandwidth from the bandwidth service providers, the
DCO and AMTRON may mutually agree to redefine the Network so that the Bidder can
complete installation and conduct the Final Acceptance Test within the specified time.

Key Considerations

The DCO shall be responsible for end-to-end implementation and shall quote and provide/
supply any items not included in the bill of materials but required for commissioning of the
network. Quotes for such items shall also be used for the purpose of Financial Bid evaluation.
Tendering authority shall not pay for any such items, which have not been quoted by the
bidder in the bid but are required for successful completion of the overall project Equipment
for which pricing has been provided in the bid, additional quantities can be later on bought by
SIA at unit price provided in bid.

Some of the key considerations for designing the SDC have been covered in the following:

a. Scalability
All components of the ASDC must support scalability to provide continuous growth to meet
the requirements and demand of various departments. A scalable system is one that can

37
handle increasing numbers of requests without adversely affecting the response time and
throughput of the system. The ASDC should support both vertical (the growth of
computational power within one operating environment) and horizontal scalability
(leveraging multiple systems to work together on a common problem in parallel).

All the additional hardware & software required i.e. Racks, Storage, Licenses etc. would be
procured from the State funds by the State & would be maintained by the DCO. AMTRON
shall be responsible for the procurement of additional hardware & software at its own cost.
However the DCO would extend support for the same as a part of operation & maintenance of
the State Data Centre.

DCO shall be responsible for the operation & maintenance of additional hardware.

1. In future, if any new additional hardware or software is procured by the State under
warranty, which will be hosted in the State Data Centre and DCO is required to maintain
the SLA for the same, O&M charges will be 1.0 % per Qtr of respective Hardware and
Software CAPEX cost. Accordingly, maintaining the SLA for the respective hardware
and/or software will be the responsibility of the DCO

2. In future, if any new additional hardware or software is procured by the State, not under
warranty, which will be hosted in the State Data Centre, O&M charges will be 3.0 % per
Qtr of respective Hardware and Software CAPEX cost. Accordingly, maintaining the SLAs
for the respective hardware or software will be the responsibility of the DCO

3. For all the hosting models, free of cost power, space for cooling and monitoring will be
available at the SDC

4. The DCO will not be entitled for any additional payment, if the infrastructure is brought
in by Govt. department and its associated entities in collocation and SLA for the same
infrastructure is not required from DCO

5. However DCO will be responsible to provide the Data Center facilities procured as scope
of this RFP and shall be responsible for providing applicable facility management.

EMS tools deployed for the State Data Centre shall have the ability to manage the entire IT
infrastructure proposed by the bidder as part of the SDC scheme and proposed cloud for the
SDC. The bidder is required to provide sufficient licenses to meet the above mentioned
requirement. The monitoring & management of the entire ASDC infrastructure is the
responsibility of the DCO and the DCO would provide adequate licenses for the monitoring &
management components to be brought in the ASDC. All costs for the same should be
factored by the DCO later based on the unit price discovered during financial evaluation of the
Bid and AMTRON will bear the additional cost (if any) on actual basis.

For ITIL 2011 based Helpdesk System, the bidder should support 2 concurrent helpdesk
analyst users at the same time.

b. Availability
All the components of the ASDC must provide adequate redundancy to ensure high
availability of the applications and the Data Centre services. Designing for availability
assumes that systems will fail, and therefore the systems are configured to mask and recover
from component or server failures with minimum application outage.

38
c. Interoperability
The entire system/subsystem should be interoperable, in order to support information flow
and integration. Operating systems, database and storage technologies from several vendors
must interact well with each other. These systems should support the open architecture
solutions such as XML, LDAP, SOAP, etc. where information/data can be ported to any
system, whenever desired. The system should adhere to the Interoperability Framework for e-
Governance evolved by MeitY.

d. Security
The ASDC shall be designed for an end-to-end security blanket to protect applications,
services, data and the infrastructure from malicious attacks or theft from external (through
internet) and internal (through intranet) hackers. Using security appliances, Firewalls which
will be having IPS capability built-in and having anti-malware, spyware, URL content filtering
etc., such attacks and theft should be controlled and well supported (and implemented) with
the security policy. ASDC should be designed to make use of the SSL/VPN technologies to
have secured communication between Applications and its end users. Furthermore, all the
system logs should be properly stored & archived for future analysis and forensics whenever
desired.

The SDC layout should be divided into domains such as:


• Trusted Zone –is the secure zone which has a restricted access. This zone mainly
consists of storage, database and management servers which are not directly
accessible to the outside zone. The trusted zone is separated using strong access
control and a firewall, which provides an additional level of security to the
infrastructure.
• De-militarized Zone – (DMZ) would be a "neutral zone" between SDC's internal
network and the outside extranet network. It would prevent extranet users from
getting direct access to the servers. In other words, this is a small network that lies
between a trusted internal network (SDC LAN), and an un-trusted external network
(such as the public Internet). Mostly the DMZ contains devices accessible to Internet
traffic, such as Web, FTP, SMTP and DNS servers.

e. Manageability
The SDC must be designed in an efficient way to ensure an ease in maintenance. It must
facilitate ease of configuration, ongoing health monitoring, and failure detection that are vital
to the goals of scalability, availability, and security. The SDC shall be designed to match the
growth of the environment including IT Infrastructure, Government data & information, etc.

39
f. Integration of SDC with SWAN
Another most important aspect which should be taken care while designing the SDC is about
seamless integration with SWAN. Provisioning of connectivity between the SDC and SWAN
shall be the responsibility of AMTRON such as laying of OFC, Cabling, etc. However the DCO
should be responsible for integrating SDC with SWAN within the available infrastructure.
Location of SWAN SHQ is presently in the Assam Secretariat Complex, but it will eventually
be moved to the same building as the SDC.

g. IPv6
All the hardware and software (including but not limited to all the routers, switches, firewall,
servers, and operating systems) supplied under this tender shall be IPv6 ready from day
one. The performance as specified in the specification of each component in the RFP is for
IPv6. These components should also be ready to work on IPv4 whenever required.
The entire infrastructure should be configured & operational in IPv6 & IPv4 from day one i.e.
in Dual Stack mode.

Internet Bandwidth at SDC

Provisioning of internet bandwidth will be the State government (SIA)


responsibility. DCO will only liaison with the ISPs. Internet Bandwidth from two (2)
different service providers will be provisioned at the SDC, one of it being NKN. The cost of
procuring the fiber backbone between the State Data Centre and SWAN is the responsibility of
the SIA and Internet Bandwidth would be minimum 100 Mbps (1:1) and as departments are
added, bandwidth could be scaled accordingly by the SIA (Internet Bandwidth shall be
provided from two (2) different service providers and of minimum 100 Mbps each). Internet
Bandwidth may be enhanced to more than 1 Gbps in future.

Storage

An assessment of the storage requirement for the entire SDC environment should also be
taken into consideration. This would be based on the number of applications, their database
structure, users and transactions volume. DCO should design the storage solution keeping in
mind the relevant requirement and its usage in line with SDC’s objective. The storage system
should be scalable enough to handle future requirements. The DCO should also adopt detailed
system and Data back-up processes and methodologies, using industry standard tools to
provide long term storage and archival solution.

Cloud Services

The proposed Cloud solution should be capable of providing Infrastructure and Platform as a
service to various line departments within the State (Private Cloud). It should possess the
following capabilities:

i. Self-Provisioning and catalogue


ii. Migration of VMs within and across enclosures
iii. Automation and self-service portal ( Internal Use )
iv. Planning and optimization

40
While we are moving towards Cloud based service approach, it is also very much essential that
the security requirements are addressed adequately.
The solution should be capable of enabling automatic scale-up and scale-down of services
hosted in the cloud based on user demand or other factors, should ease Infrastructure
Management, Application Management and should be able to consolidate resources, should
be agnostic to the underlying hardware, storage, network, operating system, and hypervisor,
should be interoperable across multiple enclosures.

4.2 Schedule II - Operate and Maintain Phase

The scope of work for the Operations phase can be categorized under three service categories
as depicted in the figure below. Basic Infrastructure Services are mandatory services to be
provided by the DCO to ensure seamless SDC operations. User Departments shall have an
option to choose among the services listed under the Managed Services and Application
related Services as per their specific requirements

Pre-requisites for the Services

• DCO and AMTRON should agree upon the contractual period & service levels for
providing the necessary services.
• Servers, necessary OS & other software, Database Licenses and other infrastructure
over and above the BoM provided in this RFP, necessary for hosting future
application(s) would be provided by AMTRON.

4.2.1 Basic Infrastructure Services

Following services shall be provided by the DCO under the basic infrastructure services:
• Ensure availability of the SDC infrastructure (both physical and IT) including but not
limited to Power, Cooling, CCTV, Access Control, VESDA, Racks, Firewall, Storage
and other peripheral equipment installed at the time of SDC commissioning.
• Provision the rack-space / VMs for the User Departments to host their application
infrastructure (application, databases etc.)
• Facilitate hosting of departmental application infrastructure at the SDC:
➢ Provide rack-space.
➢ Provide power & cooling requirements up to the servers and associated
infrastructure.
➢ Provide testing / staging infrastructure for testing the application
infrastructure before hosting on the racks.
➢ Ensure availability of the other peripheral infrastructure such as CCTV,
VESDA, SAN, network etc.
➢ Provide internet connectivity and ensure connectivity with SWAN.
• Ensure scalability in terms of availability of physical space, racks and supporting
infrastructure.
• Provide physical space for seating departmental staff at the SDC. This arrangement
needs to be worked out in discussion with the State and the DCO. This will also
depend upon the space available at the SDC.
• Provide access card activation service for access to the server farm area in
consultation with the respective user departments.

41
• Provide locked server cabinets for storage, with CCTV surveillance and hand key
biometric access to all areas.
• Proactive and reactive maintenance, repair and replacement of defective components
(physical and other peripheral IT infrastructure) installed at the Data center through
this RFP. The cost for repair and replacement shall be borne by the DCO.
• Any component (Physical & IT installed at the time of SDC commissioning) that is
reported to be faulty / non-functional on a given date should be either fully repaired
or replaced by temporary substitute (of equivalent configuration) within the time
frame agreed upon in the Service Level Agreement (SLA).
• Proactive monitoring of the entire basic infrastructure installed at the SDC through
building management - system
• DCO shall maintain records of the maintenance of the basic infrastructure and shall
maintain a logbook on-site that may be inspected by the State at any time.

4.1 Network Monitoring Services


The activities shall include:
• DCO shall provide services for management of SDC network environment to maintain
performance at optimum levels on a 24 x 7 basis.
• DCO shall monitor and administer the network within the SDC up to the integration
points with SWAN and Internet.
• DCO shall create and modify VLAN, assignment of ports to appropriate applications
and segmentation of traffic.
• DCO shall carry out break fix maintenance of the LAN cabling or maintenance work
requiring civil work.

4.2 Integration Testing

• Integration testing is essential to ensure that the application to be deployed does not
disrupt the SDC operations and affect other SDC infrastructure in terms of
performance and security. The technical tasks to be carried out shall be as follows:
• Functional Testing: Ensuring that the application functionality as described by the
department works adequately on the SDC environment. The definition and review of
the parameters for functional testing shall be the responsibility of the concerned
department,
• Performance Testing: Ensuring that the application meets expressed performance
requirements on the SDC servers by using performance test tools and performance
monitoring tools. The definition and review of the parameters for performance testing
shall be the responsibility of the DCO and the Composite Team respectively.
• Security Testing: Testing for exploitable application security weaknesses that
undermine the application security or the security of the infrastructure. The
definition and review of the parameters for security testing shall be the responsibility
of the DCO and the Composite Team respectively.

42
4.3 Change Management

• Tracking the changes in hard / soft configurations, changes to applications, changes


to policies, applying of upgrades / updates / patches, etc.
• Plan for changes to be made - draw up a task list, decide on responsibilities,
coordinate with all the affected parties, establish and maintain communication
between parties to identify and mitigate risks, manage the schedule, execute the
change, ensure and manage the port change tests and documentation.

4.4 Vendor Management Services

The activities shall include:


• Coordination with all the project stakeholders (State Implementation Committee,
Nodal Agency, User Departments, Vendors, if any) to ensure that all Data Centre
activities are carried out in a timely manner.
• Coordination with vendors and OEMs to ensure that time and equipment
dependencies are optimally managed
• DCO shall coordinate and follow-up with all the relevant vendors of the State User
Department to ensure that the user problems and issues are resolved in accordance
with the SLAs agreed upon with them.
• DCO shall also ensure that unresolved issues are escalated to respective user
departments in accordance with the escalation matrix.
• DCO shall also coordinate with vendors of user departments who would host their
infrastructure at SDC and ensure that the issues are resolved in accordance with the
SLA signed between the User Departments and the vendors. DCO shall maintain a
track of SLA performance for such vendors.
• DCO shall maintain database of the various vendors with details like contact person,
telephone nos., escalation matrix, response time and resolution time commitments
etc.
• DCO shall draw a consolidated quarterly SLA performance report across vendors for
consideration of the user departments.

4.5 Visitor Management System

The security requirements of Data Centre and infrastructure are challenging and growing
increasingly. Visitors shall be screened, registered, signed in quickly and allowed to visit only
the relevant areas via integration with access control areas via integration with access control
devices. These challenges of the visitor management and lobby management activities are
seamlessly and efficiently managed by Visitor Management System.
The activities shall include:
• Provision for storage and use of computerized photo of the visitors
• Each pass has necessary details of the visitor
• List of visitors inside the premises, whenever, required
• Extensive query support
• Duration of stay of each visitors
• Give details of all visitors visited in the past without delays

43
• Details of visitors vehicles like type and registration number
• Data backup facility
• Data is stored using latest compression techniques
• Data should be available as per backup policy of the state

4.6 Installation and Configuration of Application Infrastructure

DCO shall provide installation and configuration support for the application infrastructure to
be hosted by User Departments. This service shall be availed by Departments based on their
specific requirements. It shall not include application deployment, tuning or any other
application related work. The activities shall include:
a. DCO shall undertake pre-installation planning at the State Data Centre including but not
limited to Rack planning, structured cabling, SAN cabling, power points, etc.
b. DCO shall be responsible for the commissioning of the storage, network & security
components and related basic infrastructure at the SDC. DCO shall be responsible for
facilitating backup services for applications (configuration and data files or full backup of
application servers, database instances etc.).
c. DCO shall carry out the planning and layout design for the placement of equipment in the
SDC. The plan and layout design should be developed in a manner so as to optimally and
efficiently use the resources and facilities being provisioned at the SDC.
d. The plan and design documents thus developed shall be submitted to the user
departments for approval and the acceptance would be obtained prior to commencement
of installation.
e. All the servers including EMS and other management servers shall be installed in high
availability mode. Bidder to propose additional servers required to maintain the high
availability of proposed solution.

4.7 Network Management

The objective of this service is to ensure continuous operation and upkeep of the LAN & WAN
infrastructure at the SDC including all active and passive components. The scope excludes
maintenance of WAN links, which shall be the responsibility of SWAN
Implementation Agency. However, for overall functioning of the data center,
the selected bidder shall be responsible to coordinate with SWAN team for WAN
link related issues for integration between SDC & SWAN.
The services to be provided for Network Management include:
• Ensuring that the network is available 24x7x365 as per the prescribed SLAs
• Attending to and resolving network failures and snags
• Support and maintain the overall network infrastructure including but not limited to
LAN passive components, routers, switches etc.
• Configuration and backup of network devices including documentation of all
configurations.
• 24x7x365 monitoring of the network to spot the problems immediately.
• Provide information on performance of Ethernet segments, including capacity utilization
and error statistics for the segment and the top-contributing hosts, WAN links and
routers.

44
4.8 Physical Infrastructure Management and Maintenance Services

All the devices that will be installed in the Data Centre as part of the physical infrastructure
should be SNMP enabled/manageable with BMS and shall be centrally and remotely
monitored and managed on a 24 x 7 x 365 basis. Industry leading infrastructure management
solution should be deployed to facilitate monitoring and management of the Data Centre
Infrastructure on one integrated console. The physical infrastructure management and
maintenance services shall include:
• Proactive and reactive maintenance, repair and replacement of defective components (IT
and Non-IT/ Hardware and Software). The cost for repair and replacement shall be borne
by the selected bidder.
• The selected bidder shall have to stock and provide adequate onsite and offsite spare parts
and spare component to ensure that the uptime commitment as per SLA is met. To
provide this service it is important for the selected bidder to have back to back
arrangement with the OEMs. The selected bidder needs to provide a copy of the service
level agreement signed with the respective OEMs.
• Component that is reported to be down on a given date should be either fully repaired or
replaced by temporary substitute (of equivalent configuration) within the time frame
indicated in the Service Level Agreement (SLA). In case the selected bidder fails to meet
the above standards of maintenance, there will be a penalty as specified in the SLA.
• The selected bidder shall also maintain records of all maintenance of the system and shall
maintain a logbook on-site that may be inspected by AMTRON/IT department at any
time.

4.9 License Management

DCO shall track software usage throughout the IT setup so as to effectively manage the risk of
unauthorized usage or under-licensing of software installed at the SDC. This may be carried
out through the use of standard license metering tools.
All licenses (IT and non-IT) under the scope of this project shall be procured by the DCO in
the name of the SIA, i.e. AMTRON, for the duration as mentioned. The ownership of all
licenses shall lie with AMTRON at all times.

4.2.2 Managed Services

Managed Services shall include a range of services related to the IT infrastructure at the data
center. These services shall not involve any application related work. Following services shall
form a part of managed services:
Database Administration &
4.10 Monitoring and Management Management Services
Services
Server Monitoring, Administration &
Management Services
The DCO shall provide monitoring and
management services for an agreed service Backup & Restore Services
window during the agreed contractual period
from the date of final acceptance test. The scope Storage Administration &
of the services for overall Physical and IT Management Services
infrastructure management during this period
shall include Monitoring, Administration and Security Administration Services

Help Desk Services 45


Management of the entire SDC infrastructure. The entire stack of monitoring and
management services (as depicted in the figure alongside) shall include but is not limited to
the following:
• Server Monitoring, Administration & Management Services
• Database Administration & Management Services
• Storage Administration & Management Services
• Backup & Restore Services
• Security Administration Services
• Help Desk Services

It should be noted that migration of applications to the Data Centre would be the
responsibility of the user department and the DCO would only facilitate the
migration of application.

5 Server Monitoring, Administration & Management Services

The activities shall include:


• Configuration of server parameters, operating systems administration and tuning.
• Operating system administration, including but not limited to management of users,
processes, resource contention, preventive maintenance and management of updates
& patches to ensure that the system is properly updated.
• Re-installation in the event of system crash/failures.
• Maintenance of a log of the performance monitoring of servers including but not
limited to monitoring CPU, disk space, memory utilization, I/O utilization, etc.
• Event log analysis generated in all the sub systems including but not limited to
servers, operating systems, databases, applications, security devices, messaging, etc.
Ensuring that the logs are backed up and truncated at regular intervals.
• Periodic health check of the systems, troubleshooting problems, analyzing and
implementing rectification measures.
• Ensuring the upkeep of existing systems that would be reused and also incorporate
necessary changes for new applications if any during the tenure of the contract.
• Identification, diagnosis and resolution of problem areas pertaining to the SDC
infrastructure and application and maintenance of assured SLA levels.
• Implementation and maintenance of standard operating procedures for maintenance
of the infrastructure based on the State’s policies.
• Management of the user names, roles and passwords of all the relevant subsystems,
including, but not limited to servers, applications, devices, etc.
• System administration activities shall include tasks including but not limited to
setting up the servers, executing hardware and software updates when necessary.
• System administration activities shall include tasks including but not limited to
setting up the servers, other activities shall include:
➢ Configuring and apportioning storage space
➢ Setting up of working e-mail accounts and mailing lists
➢ Management and integration of databases
➢ Implementing security on the Internet / Intranet

46
➢ Setting up of firewalls and authorization systems
➢ Performing periodic backup of data and automating reporting tasks
➢ Executing hardware and software updates when necessary.

47
6 Database Administration & Management Services

The activities shall include but is not limited to:


• End-to-end management of database on an ongoing basis to ensure smooth
functioning of the same.
• Management of changes to database schema, disk space, storage, user roles.
• Conduct code and configuration reviews to provide tuning inputs to the State / User
Department in order to improve the application performance or resolve bottlenecks if
any.
• Performance monitoring and tuning of the databases on a regular basis including,
preventive maintenance of the database as required.
• Management of database upgrade or patch upgrade as and when required with
minimal downtime.
• Regular backups for all databases in accordance with the backup and archive policies
and conduct recovery whenever required with appropriate permissions.

7 Storage Administration & Management Services

The activities shall include but is not limited to:


• Installation and configuration of the storage system at SDC.
• Management of storage environment to maintain performance at desired optimum
levels.
• Development of storage management policy, configuration and management of disk
array, SAN fabric / switches, NAS, tape library, etc.
• Configuration of SAN whenever a new application is hosted on the SDC. This shall
include activities such as management of storage space, volume, RAID configuration,
LUN, zone, security, business continuity volumes, NAS, performance, etc.

7.1 Backup and Restore Services

The activities shall include but is not limited to:


• Backup of operating system, database and application as per stipulated policies at the
SDC.
• Monitoring and enhancement of the performance of scheduled backups, schedule
regular testing of backups and ensure adherence to related retention policies.
• Ensuring prompt execution of on-demand backups of volumes, files and database
applications whenever required by User Departments or in case of upgrades and
configuration changes to the system.
• Real-time monitoring, log maintenance and reporting of backup status on a regular
basis. Prompt problem resolution in case of failures in the backup processes.
• Media management including, but not limited to, tagging, cross-referencing, storing,
logging and testing.
(The DCO shall provide required chest and access control of offsite media storage &
security and will have to bear the expenses of such activities outside location. The
SIA/State will provide a suitable site/place for offsite storage of media and provide
security personal for transportation of media as well as at offsite location. The DCO

48
will be responsible for all backup of the data stored on the SAN as well as servers,
brought under this RFP. For any other backup activity related to user department, the
media is the responsibility of the user department. Backup activity will be facilitated
by DCO).

• Physical security of the media stored in cabinets.


• Ongoing support for file and volume restoration requests at the SDC

7.2 Security Administration Services

The activities to be carried out under security administration shall include but is not limited
to:
• The DCO shall be responsible for the security audit of the Data Centre to be carried
out by a certified agency other than the successful bidder.
• Addressing the ongoing needs of security management including, but not limited to,
monitoring of various devices / tools such as firewall, intrusion detection, content
filtering and blocking, virus protection, and vulnerability protection through
implementation of proper patches and rules.
• Root domain administration by creating the root and sub-domains and setting the
root level security policies such as authentication mechanisms (single/multi factor),
password policies such as password length, password complexity, password expiry,
account lockout policy, certificate policies, IPSEC policies etc.
• Maintaining an updated knowledge base of all the published security vulnerabilities
and virus threats for related software and microcode etc.
• Ensuring that patches / workarounds for identified vulnerabilities are patched /
blocked immediately.
• Respond to security breaches or other security incidents and coordinate with
respective OEM in case of a new threat is observed to ensure that workaround / patch
is made available for the same.
• Provide a well-designed access management system, security of physical and digital
assets, data and network security, backup and recovery etc.
• Maintenance and management of security devices, including, but not limited to
maintaining firewall services to restrict network protocols and traffic, detecting
intrusions or unauthorized access to networks, systems, services, applications or data,
protecting email gateways, firewalls, servers, from viruses.
• Ensuring that the security policy is maintained and updates to the same are made
regularly as per ISO 27001, / BS 7799 and BS 15000, ISO 20000 guidelines
• Maintenance activity after obtaining the certification is the responsibility of the DCO.
Also, the DCO has to submit a report within a week of completion of the maintenance
activity as defined in the certification, failing which the subsequent QGRs will be
deferred.
• Operating system hardening through appropriate configuration and patch updates.
• Periodic reviews of domain level rights and privileges.

49
7.3 Help Desk Services

The help desk service will serve as a single point of contact for all incidents and service
requests at the SDC. The service will provide a Single Point of Contact (SPOC) and also
escalation / closure of incidents for the user departments whose infrastructure is hosted at the
data center. The activities shall include but is not limited to:
• Provide Help Desk facility during agreed service period window for reporting user
department incidents / issues / problems with the IT infrastructure.
• Provide necessary channels for reporting issues to the help desk. The incident
reporting channels could be the following:
➢ Specific/Common E-Mail account (Box id)
➢ Telephone Line
➢ Portal
• Implement a call logging system in line with the severity levels as per the SLAs. The
Help desk shall log user calls related to SDC infrastructure and assign an incident/
call ID number. Severity shall be assigned to each call as per the SLAs.
• Creation of knowledge base on frequently asked questions to assist user departments
in resolving basic issues themselves
• Track each incident / call to resolution
• Provide feedback to callers.
• Analyze the call statistics
• Creation of knowledge base on frequently asked questions to aid users.
• Continuous monitoring of the physical as well as the IT infrastructure at the SDC to
ensure availability as per agreed SLAs.
• Monitoring shall be done with the help of BMS and EMS monitoring tools and system
logs/counters and therefore the reports and alerts can be auto-generated.
• Escalate the calls, to the appropriate levels, if necessary as per the escalation matrix
agreed between the DCO and the user department. The escalation matrix shall be
developed by the DCO in discussion with the State.
• Coordinate with respective vendors for closure of calls.
• Analyze the incident / call statistics and provide monthly reports including but not
limited to:
➢ Type of incidents / calls logged
➢ Incidents / calls resolved
➢ Incidents / calls open

4.2.3 MIS Reports

DCO shall submit the reports on a regular basis in a mutually decided format. The following is
only an indicative list of MIS reports that may be submitted to the State:
a. Daily reports
➢ Summary of issues / complaints logged at the Help Desk
➢ Summary of resolved, unresolved and escalated issues / complaints
➢ Summary of resolved, unresolved and escalated issues / complaints to vendors.
➢ Log of backup and restoration undertaken.

50
b. Weekly Reports
➢ Issues / Complaints Analysis report for virus calls, call trend, call history, etc.
➢ Summary of systems rebooted.
➢ Summary of issues / complaints logged with the OEMs.
➢ Inventory of spare parts in the SDC.
➢ Summary of changes undertaken in the Data Centre including major changes like
configuration changes, patch upgrades, database reorganization, storage
reorganization, etc. and minor changes like log truncation, volume expansion, user
creation, user password reset, etc.
c. Monthly reports
➢ Component wise physical as well as IT infrastructure availability and resource
utilization
➢ Consolidated SLA / (non)- conformance report.
➢ Summary of component wise Data Centre uptime.
➢ Summary of changes in the Data Centre.
➢ Log of preventive / scheduled maintenance undertaken
➢ Log of break-fix maintenance undertaken
d. Quarterly Reports
➢ Consolidated component-wise physical and IT infrastructure availability and resource
utilization.
e. Half- yearly Reports
➢ Data Centre Security Audit Report
➢ IT infrastructure Upgrade / Obsolescence Report
f. Incident Reporting
➢ Detection of security vulnerability with the available solutions / workarounds for
fixing.
➢ Hacker attacks, Virus attacks, unauthorized access, security threats, etc. – with root
cause analysis and plan to fix the problems.
➢ Software license violations

4.2.4 ISO 27001 ISMS Standards

Bidders are required to submit the ISO 27001 (ISMS) implementation cum certification plan
as part of their technical proposal. This plan should be comprehensive enough and will
include the milestones, description, timelines etc.
DCO have to ensure to establish Plan-Do-Check-Act (PDCA) model for the ISMS, DCO would
be responsible for establishing, operating, monitoring, reviewing, maintaining and improving
the Information Security Management System (ISMS) at the ASDC.
For the purpose DCO shall implement ISO/IEC 27001 standard and get certification from the
certification body such as STQC, BSI, DNV, BVQi, etc. As well as DCO would be also
responsible for successfully carrying out surveillance Audit and closer of Non conformities as
per requirement of Certification body DCO have to take consent of AMTRON in case of any
changes required in policy manual or documentation or in forming of Information security
organization or as required.
DCO has to plan and implement data center as per ISO/IEC 27001 standard. DCO would be
responsible to apply, obtain and maintain the ISO 27001 certification for the project duration.
The cost incurred for obtaining and maintaining the certification shall be borne by the DCO.

51
The technology solution should comply with ISO27001 standards and the DCO has to get the
certificate of the same within second quarters from the date of start of successful operations of
the Data Centre. Subsequently periodic surveillance audits must be carried out. The
Surveillance audit will be carried by the DCO as appointed by AMTRON & the cost of the
surveillance audit would be borne by DCO.
The ISO 27001 certification would be obtained by the DCO latest by end of second Quarter of
the Operations phase failing which the subsequent QGRs will deferred till the certifications is
obtained.
Maintenance activity after obtaining the certification is the responsibility of the DCO. Also,
the DCO has to submit a report within a week of completion of the maintenance activity as
defined in the certification, failing which the subsequent QGRs will be deferred.

4.2.5 ISO 20000 ITIL (Information Technology Infrastructure Library)


Standard

Bidders are required to submit the ISO 20000 (ITSM/ITIL) implementation cum certification
plan as part of their technical proposal. This plan should be comprehensive enough and will
include the milestones, description, timelines etc.
ISO/IEC 20000 adoption in ASDC infrastructure helps in ascertaining that the Services
delivered to SIA/ User Departments by the DCO are:
➢ As per the agreed Service levels
➢ Professionally managed with domain expertise
➢ Project Risks are well understood and managed
DCO shall be responsible to implement ISO/IEC 20000 standard which shall promote the
adoption of an integrated process approach to effectively deliver managed services to meet the
SDC, AMTRON and User Departments. If the DCO is not able to obtain certifications by the
end of the 2nd quarter of the operation phase of the project, all the subsequent QGR
will be deferred.
DCO has to plan and implement data center as per ISO/IEC 20000 standard. DCO should be
made responsible to apply, obtain and maintain the ISO 20000 certification for the project
duration. The cost incurred for obtaining and maintaining the certification shall be borne by
the DCO.
The Surveillance audit will be carried by the DCO & the cost of the surveillance audit would be
borne by DCO.

Following methodologies are proposed for ITSM/ITIL standard:


PDCA (Plan-Do-Check-Act) methodology shall be adopted to implement ISO 20000 standard
to establish the objectives and processes necessary to deliver results in accordance with SIA
requirements as well as the SDC policies and to Implement the processes accordingly. DCO
shall monitor and measure processes and services against policies objectives and
requirements and report the results and take actions on the differences and continually
improve process performance.
• Alignment of information technology services and strategy.
• To create a formal framework for current service improvement projects.
• To improve relationship between different departments via better definitions & more
clarity in terms of responsibility and goals.
• To create stable framework for both resource training and service management
automation.

52
4.3 Roles and Responsibilities

4.3.1. Summary of Roles of Responsibilities

The roles of the stakeholders shall change over a period of time as the project will evolve from
design to implementation and enter the operations phase. With this background,
stakeholders’ responsibilities, illustrative organizational structure for the design &
implementation phase, operational phase is given below:

Below mentioned Table 1 summarizes the roles and responsibilities of stakeholders involved
in the project.

ICom SDC Implementing Committee (as per MeitY, GoI guideline)


GOT Government Operations Team (Composite Team of AMTRON and NIC)
SIA State Implementation Agency (AMTRON)
NIC National Informatics Centre
UD User Departments
Con Consultant
DCO Data Centre Operator
TPA Third Party Agency
MeitY Ministry of Electronics and Information Technology, Government of India
SWO SWAN Operator
SG State Government

53
Table 1: Summary of Roles and Responsibilities of stakeholders

S. No Activity

SIA/GOA

MeitY,
ICOM

SWO
DCO
TPA

GOI
Con

UD
Implementation Phase

Obtaining Regulatory and Y Y


1 other clearances for
setting up Data Center

Provision of State Data Y


2
Centre Building Space

Site evaluation and Y Y


providing inputs to fill
3
the identified risk
areas/gaps

Taking necessary actions Y Y


based on the site
4
evaluation and risk
assessment

5 Site Strengthening Y Y

Preparation of Backup, Y Y Y
Security policy, business
6
continuity plan and other
Policy documents

Provisioning of Raw Y Y
Power (2 numbers of 750
kVA transformer for Raw
Power would be provided
by the State along with
the separate power meter
for ASDC).
Though SIA shall
7 provision for raw power
(e.g. through
transformer), DCO shall
be responsible for
provisioning of power
from transformer to the
SDC. It will also include
commissioning of related
electrical cabling,
electrical panels and

54
S. No Activity

SIA/GOA

MeitY,
ICOM

SWO
DCO
TPA

GOI
Con

UD
equipment including
separate power meter for
measurements which
shall be in the name of
SIA.

Requirement analysis, Y
8 sizing and capacity
planning for SDC

Identification of the list Y Y Y


of applications being
9
planned for the data
center

Finalizing the Y Y Y Y
requirements with
respect to physical and IT
10
needs and come out with
functional requirement
specifications

11 Bid process management Y Y

12 Contract signing Y Y

Site preparation of State Y


13
Data Centre Facilities

Provisioning of internet Y Y
bandwidth.
(Provisioning of internet
14 bandwidth will be the
State government
responsibility. DCO will
only liaison with the
ISPs)

Connectivity to SWAN Y Y
15
SHQ

Maintenance of SWAN Y
16
link

Procurement and Y
17 installation of
Infrastructure for SDC &

55
S. No Activity

SIA/GOA

MeitY,
ICOM

SWO
DCO
TPA

GOI
Con

UD
related documentation

Project Documentation
including migration plan,
Y Y Y
18 communication plan,
training plan, acceptance
test plan etc. for SDC

Prepare periodic reports


and status update to
MeitY, GoI on
19 implementation progress,
and Monitoring of Y Y Y Y
implementation & SLA
with DCO.

SLA agreement between Y Y


20
the UD and AMTRON

Migration of identified Y Y
21
application infrastructure

Preparation of Y
reports/other
22
deliverables for Final
Acceptance Testing

Validation of Y Y
reports/other
23
deliverables for Final
Acceptance Testing

Approval for Final Y


24
Acceptance Testing

Operations and Management Phase

Providing the required Y Y Y


bandwidth for connecting
25
the State Data Center to
SWAN SHQ

Operations & Y
Management of the State
26
Data Center
infrastructure as per SLA

27 Offsite data backup Y Y

56
S. No Activity

SIA/GOA

MeitY,
ICOM

SWO
DCO
TPA

GOI
Con

UD
Provision for required Y
chest and access control
of offsite media storage &
28
security. Bear the
expenses of such
activities outside location

Provision for a suitable Y


site/place for offsite
storage of media and
29 provide security personal
for transportation of
media as well as at offsite
location.

Responsibility for all Y


backup of the data stored
30 on the SAN as well as
servers, brought under
this RFP.

Media responsibility for Y


any other backup activity
31
related to user
department,

Backup activity related to Y


32
any user department.

Recurring expenditure Y
like bandwidth charges,
electricity, diesel during
33
build up and
implementation of the
SDC

Recurring expenditure Y Y
like bandwidth charges,
34 electricity, diesel, etc.
post implementation
during O&M phase

Rack space / Hosting of Y Y


35
application

36 Availability of power and Y Y


cooling and other facility

57
S. No Activity

SIA/GOA

MeitY,
ICOM

SWO
DCO
TPA

GOI
Con

UD
as per SLA

Scalability in terms of Y Y
availability of physical
37
space, racks and
supporting infrastructure

Foolproof security – Y Y
locked server cabinets,
38 CCTV surveillance and
hand key biometric
access to all areas.

24x7 monitoring of the Y Y


IT infrastructure

39 Server Management -
Periodic system upgrades
/ updates, Vulnerability
Assessment etc.

Security Management – Y Y
Firewall Monitoring,
40
analyze logs and update
configurations

Storage Infrastructure Y Y
41 including administration
and management services

42 Backup infrastructure Y Y

24x7 availability of Y Y
43
Helpdesk

Integration of SDC to Y Y
44
National DR

Monitoring of the link to Y Y


45
National DR

Obtain and maintain ISO Y


46 20000 certification for
ASDC

Obtain and maintain ISO Y


47 27001 certification for
ASDC

58
S. No Activity

SIA/GOA

MeitY,
ICOM

SWO
DCO
TPA

GOI
Con

UD
48 Physical Security Y

Surveillance Audit for the Y Y


49
certification

50 SLA Audit Y Y Y

Audit of consumption of Y Y
51
Power & Diesel

Surveillance audit and Y


52
cost for same

Please Note:

1. Based on the above, typical responsibility matrix will need to be finalized at the State
depending upon the functions as mutually agreed. Third party security audit and
third party SLA audit would be the responsibility of AMTRON.

2. Normal Diesel would be used for the DG sets.

3. All certifications/regulatory clearances regarding diesel procurement and storage


shall be the responsibility of the DCO. Physical space for the tank shall be provided by
SIA. DCO shall ensure that sufficient diesel should be available when needed.

4. Recurring expenditure like bandwidth charges, fuel, and electricity, post


implementation during O&M phase would be reimbursed by SIA to DCO on actuals
and no Taxes (as applicable) would be raised by the DCO for the same. Only those
consumables shall be reimbursed that have been mentioned explicitly in the RfP, i.e.
only Diesel and Electricity which would be reimbursed after FAT.

5. Operational expenses (Electricity, Diesel, Bandwidth, FMS, etc.) during


Implementation would be the responsibility of the DCO. Implementation period shall
mean till the FAT completion and O&M initiated.

6. Provisioning of internet bandwidth will be the State government responsibility. DCO


will only liaison with the ISPs.

7. Internet bandwidth will be procured by the SIA and recurrent expenses will be
reimbursed on actual.

8. As many virtual machines may be created on the physical machines as deemed


necessary; it shall be the DCO’s responsibility to manage and monitor them.

9. It is the responsibility of the DCO to reclaim the deletion of the storage space from the
Storage.

59
10. Load sharing feature needs to be maintained by the DCO in the Internet Router
whenever required (this is needed to share the load between the two ISPs).

11. It is the responsibility of the DCO to provide all the Monitoring Solutions such as
EMS, Enterprise Endpoint Protection, BMS, etc. with required hardware, OS,
Database and required licenses for their monitoring for implementation of
Monitoring Solutions. It is also the responsibility of the DCO to take care for any kind
of scalability that is required in these solution during the project period, DCO will not
charge any additional cost required for making them scalable to meet the project
period requirements.

12. The SDC operator i.e. DCO shall be responsible for applying, obtaining and
maintaining the ISO 20000 certification for the entire SDC project duration. DCO
shall also be responsible for preparation of Operational Manual for ASDC along with
the certification ISO 20000 certification.

13. Reimbursement of diesel cost shall be done on a Quarterly basis. DCO would be
required to submit original bills of the fuel station along with their invoice for
reimbursement. SIA shall verify the diesel consumption from the logbook maintained
and MIS generated through the BMS. The bidder has to ensure that there is an
automatic system installed which allows for measurement of the diesel consumed and
this system should also be integrated with the Building Management System (BMS).
This BMS should provide the overall statistics of the power availability, source of
power, etc.

14. Composite Team (CT) shall be formed by SIA which would comprise of professionals
& domain experts for the SDC. Composite team shall be responsible for the
implementation of the various policies & overseeing the operation & maintenance
aspects of the State Data Centre. The Project Manager provided by DCO would report
to the CT for all matters relating to the efficient operations & maintenance of the SDC.

15. Two numbers of transformer with the capacity of 750 kVA each would be provided by
SIA along with the separate energy meter for ASDC. The total Raw Power
requirement for the Server farm area is approximately 460 kVA. SIA would be
coordinating with Power Department to source power from two separate sources. The
load of auxiliary areas and server farm area will be distributed among two
transformers.

16. It may be noted that in the last five years there has been no major power outage in &
around the proposed SDC area.

17. The Third Party Agency (TPA) would be interacting through the Composite team for
any activities relating to the Monitoring, Inspection & Periodic Audit for the facilities
being maintained by the DCO.

18. Audit of Consumption of Power & Diesel would be done by the TPA & DCO shall co-
ordinate for the same.

19. As and when the DR site comes up, the DCO will facilitate seamless integration of the
primary site and the DR. State can opt for any of the cloud based DR solution from
CSP’s or from any other Data Centre.

60
20. For all non-IT infrastructures, there should be a clear maintenance schedule, and any
deficiencies arising through the operational period should be rectified appropriately.

21. VA (Vulnerability Assessment) of all applications (including those in the co-located


model) that would be hosted in the SDC shall be the responsibility of the DCO. The
same would be checked by the TPA/STQC as and when required. DCO should not
install any application in production environment without proper VA/PT.

22. PT (Penetration Testing) of all vulnerabilities identified for components under scope
of work of DCO will be carried out by DCO. The same would be checked by the
TPA/STQC as and when required.

61
4.3.2. Data Centre Organization

With a view to define responsibilities, a logical view of the indicative organizational setup
during implementation and operational phase has been given below:

Note: The above only indicates staffing pattern; number of resources required may be worked
out by the SIA / GoA.

The roles and responsibilities that have been broadly stipulated as above shall generally be
addressed by the composite team under the direction of the State IT Secretary. As specified in
the Implementation option I of the SDC scheme, the Composite Team would be constituted at
the State. Among other things, an important responsibility of the Composite Team shall be
policy decision making.

62
4.3.3. Estimated Timelines
The table below provides the time schedule for implementation of the SDC. T, as referred to in
the table, is treated as the date of signing the agreement with the selected DCO by SIA.

Table 1: Tentative Time Schedule for Implementation & Operations of SDC

Week Activity Remarks


This would be done after Contract
T+0 Project Kick-off
Signing between SG/SIA & DCO
T+1 Site Survey & Feasibility for SDC SDC site to be provided by SG/SIA
Preparation & submission of SDC
T+1
Floor Lay-out by DCO
T+2 Approval of SDC Floor Lay-out To be obtained from SIA within 10 days
Availability of 3-Phase raw power /
SG/SIA has to ensure 3 - Phase supply &
T+2 transformer set-up
Transformer

Detailed Designing of Physical


Infrastructure (including procurement
T+3 Report to be prepared by DCO
of SDC Components)

Site Preparation & Build-up


• Foundation for DG Set
• Civil Work for SDC
• Earthing pits
• Laying of electrical cable trays for
electrical wiring, lighting, fixture
& point wiring
• Laying of Cables for Access
DCO has to carryout Civil work and
control, fire alarms, smoke
T + 13 installation of all the non-IT components
detectors, CCTV
of SDC
• Power Cabling from DG Set, to
Electrical & sub-distribution
panel
• Partitioning of Walls
• Installation of HVAC, DG-Set,
BMS, Fire Alarm, CCTV,
HSSD/VESDA, Rodent, Water
Leak, NVR
Testing of HVAC, DG-Set, Access
T + 14
Control, UPS, CCTV, NVR
Installation & Testing of IT
components (Switches/ Router /
T + 16 Server / Security / Hardware /
Software / Database / bandwidth)
including LAN Cabling laying
Security Level Design Document &
T + 17
implementation of Security policy
T + 18 Commissioning of non-IT & IT

63
Week Activity Remarks
components
Design document & manuals handover
T + 19
to end customer
T + 20 User Acceptance Test
Training shall be provided for a batch of
T + 21 Training
maximum 20 people for 20 days.
Also after Project Sign-off, O & M period
shall start, as mentioned in the RFP
T + 22 Project Sign-off (FAT Completion)
document, “Section 4.1.5 - Final
Acceptance Testing”.

4.3.4. Required Resources

Table 2: Manpower Resources to be provided by the DCO for the State Data
Centre

S. Description Shift Indicative Certification and


No. Number of Experience
Manpower
B.E./B. Tech /MBA/M.Sc.
with project management
1. Project-In-Charge 9x6 1
certificate such as
Prince2/PMP, 10 years+

B.E. / B. Tech / MCA /M.


Technical Consultant
Sc., 5-7 years in Non IT
/ Infrastructure
Infrastructure
2. Support Staff - Data 9x6 1
Management of Data
Centre Physical
Centre or similar project
Infrastructure
as Data Centre

B.E. / B. Tech /
Technical Specialist
MCA/M.Sc., 4-5 years,
3. – Servers / Cloud / 24 x 7 3
RHCE/MCSE or
EMS / DRM
equivalent etc.

B.E. / B. Tech /
Technical Specialist MCA/M.Sc., 4-5 years,
4. 24 x 7 3
– Network / Security CCNA, CCNP / JNCIA,
JNCIP etc.

B.E./B. Tech/
5. Helpdesk Support 24 x 7 3 MCA/M.Sc./Diploma 1-3
years

B.E. / B. Tech / MCA


/M.Sc. , 4-5 years, Oracle /
Storage / Database DB2/MS SQL / Relevant
6. 9x6 2
Administrator certification and one of the
resources should be
certified in any of OEM

64
S. Description Shift Indicative Certification and
No. Number of Experience
Manpower
Storage Administration
etc.

B.E./B. Tech/
BMS cum Support
7. 24 x 7 3 MCA/M.Sc./Diploma 2-4
Engineers
years
Housekeeping
8. 9x6 2

Note:

1) The details of the manpower required shown above are just a minimum indicative list. The
DCO will have to deploy the manpower in accordance to the SLA commitment. The cost of
the DCO’s manpower will be borne by the DCO himself and will be covered under the FMS
charges.

2) Bidder who will propose lesser manpower than the list mentioned above will be rejected.
During FMS, if DCO unable to provide minimum indicated manpower, the penalty will be
imposed as per SLA or the actual cost for each manpower absent during the QGR which
will be calculated based on the proposed cost of manpower for each position.

3) All the Technical Specialists for Network, Server, Database & Storage, Security and
EMS/NMS Engineers should be graduates with at least 3 years of experience in production
environment along with relevant OEM certifications on Network / Server / Storage/
Backup / EMS / Security.

4) The manpower deployed by the DCO as Project-In-Charge, Technical Consultant /


Infrastructure Support Staff - Data Centre Physical Infrastructure, Technical
Specialist – Servers / Cloud / EMS / DRM and Technical Specialist – Network /
Security should be on rolls of the respective DCO and not contracted or outsourced
personnel.

65
SECTION – V
Service Level Agreement

66
8 Section V - Service Level Agreement

The purpose of this Service Level Agreement (hereinafter referred to as SLA) is to clearly
define the levels of service which shall be provided by the DCO to SIA for the duration five
years from the date of O&M initiation.

The DCO and SIA (along with CT) shall regularly review the performance of the services being
provided by the DCO and the effectiveness of this SLA

8.1 Definitions

For purposes of this Service Level Agreement, the definitions and terms as specified in the
contract along with the following terms shall have the meanings set forth below:
• "Uptime" shall mean the time period for which the specified services / components
with specified technical and service standards are available to the state and user
departments. Uptime, in percentage, of any component (Non IT & IT) can be
calculated as:
Uptime = {1- [(Downtime) / (Total Time – Scheduled Maintenance Time)]} * 100
• “Downtime” shall mean the time period for which the specified services /
components with specified technical and service standards are not available to the
state and user departments and excludes the scheduled outages planned in advance for
the Assam State Data Centre and the link failures that are SWO’s responsibility.
• “Incident” refers to any event / abnormalities in the functioning of the Data Centre
Equipment / specified services that may lead to disruption in normal operations of the
Assam State Data Centre services.
• “Helpdesk Support" shall mean the 24x7 center which shall handle Fault reporting,
Trouble Ticketing and related enquiries during this contract.
• “Resolution Time” shall mean the time taken in resolving (diagnosing,
troubleshooting and fixing) an incident after it has been reported at the helpdesk. The
resolution time shall vary based on the severity of the incident reported at the help
desk. The severity would be as follows:
a. Critical: Incidents whose resolution shall require additional investment in
components or time or shall involve coordination with OEMs. These incidents
shall impact the overall functioning of the SDC. For example, Power failure to
rack, failure of SAN switch etc.
b. Medium: Incidents, whose resolution shall require replacement of hardware or
software parts, requiring significant interruption in working of that individual
component. For example, installation of operating system, replacement of
switch etc.
c. Low: Incidents whose resolution shall require changes in configuration of
hardware or software, which will not significantly interrupt working of that
component. For example, installation of printer on a client etc.

8.2 Category of SLAs

This SLA document provides for minimum level of services required as per contractual
obligations based on performance indicators and measurements thereof. The DCO shall
ensure provisioning of all required services while monitoring the performance of the same to

67
effectively comply with the performance levels. The services provided by the DCO shall be
reviewed by Assam Electronics Development Corporation Limited (AMTRON) that shall:

• Regularly check performance of the DCO against this SLA.


• Discuss escalated problems, new issues and matters still outstanding for resolution.
• Review of statistics related to rectification of outstanding faults and agreed changes.
• Obtain suggestions for changes to improve the service levels.

The SLA has been logically segregated in the following categories:


1. Implementation Service levels
2. IT Infrastructure Service levels
3. Virtual infrastructure related Service Levels
4. Physical Infrastructure Service levels
5. Civil & Minor Works Service Levels
6. Help desk Services
7. Compliance and Reporting Procedures Service Levels
8. Security & Incident Management Service Levels
9. Cloud Management Related Service Levels
10. Non Closure Service Levels
11. Patch Management Service Levels
12. Fire Suppression Service Levels
13. Manpower Resources Service Levels

The following measurements and targets shall be used to track and report performance on a
regular basis. The targets shown in the following table are applicable for the duration of the
contract. All the targets for the measurements are calculated on a quarterly basis. Please note
that the Bidder should provide comprehensive, end-to-end service to maintain the SDC
Infrastructure, including replacement of the equipment in case of physical damage. No reason
shall be entertained (unless those mentioned in Force Majeure) in case of unavailability of any
service given in the scope of work in this RFP and the appropriate penalty shall be levied.

68
Implementation Service Levels

Table 3: Implementation Service Levels

Measurement Target Severity Penalty

System
Integration
Services for A Penalty as 0.5% per week for
Final first two weeks, 1% per week
Acceptance 22 Weeks from for subsequent 2 week and 2%
Testing Signing of per week for every subsequent
Critical
(includes contract week, subject to a maximum of
initiation of 20% Penalty will be computed
ISO:20000 and on CAPEX value of contract
ISO 27001 (inclusive of taxes).
certification)
A Penalty as 0.5% per week for
first two weeks, 1% per week
Within 2
for subsequent 2 weeks and
Obtaining ISO quarters of
2% per week for every
27001 commencement Critical
subsequent week, subject to a
certification of the O&M
maximum of 20% Penalty will
Phase
be computed on CAPEX value
of contract (inclusive of taxes).
A Penalty as 0.5% per week for
first two weeks, 1% per week
Within 2
for next 2 week and 2% per
Obtaining ISO quarters of
week for every subsequent
20000 commencement Critical
week thereafter, subject to a
certification of the O&M
maximum of 20% Penalty will
Phase
be computed on CAPEX value
of contract (inclusive of taxes).

Note:

1) If the delays are on the part of the State, these days will be added in the implementation
period of 22 weeks
2) The required Space/site, Main/Raw Power and water will be provisioned by the State for
DCO to start SDC Implementation

69
IT Infrastructure Service Levels

Following outlines the service level indicators & and the target performance levels to be
maintained by the Agency during the contract period. These SLAs shall be strictly imposed
and a third party audit/certification agency shall be deployed for certifying the performance of
the Agency against the target performance metrics as outlined in the table below:

Table 4: IT Infrastructure Service Levels

S.
Measurement Target Severity Penalty
No.
>= 99.75% No Penalty
Individual Server <99.75% to >=
2% of the QGR
Availability (including the 99.00%
1 Critical
OS, database and the <99% to >=
3% of the QGR
application running on it) 98.00%
< 98.00% 5% of the QGR
>= 99.75% No Penalty
<99.75% to >=
2% of the QGR
99.00% Critical
2 Storage Availability
<99% to >=
3% of the QGR
98.00%
< 98.00% 5% of the QGR
>= 99.75% No Penalty
<99.75% to >=
2% of the QGR
99.00% Critical
3 Connectivity with SWAN
<99% to >=
3% of the QGR
98.00%
< 98.00% 5% of the QGR
>= 99.75% No Penalty
Connectivity with Disaster
<99.75% to >=
Recovery Site (With 2% of the QGR
99.00% Medium
4 regards to SDC equipment
<99% to >=
only) 3% of the QGR
98.00%
<98.00% 5% of the QGR
>= 99.75% No Penalty
<99.75% to >=
2% of the QGR
VTL availability 99.00% Medium
5
<99% to >=
3% of the QGR
98.00%
<98.00% 5% of the QGR
>= 99.75% No Penalty
Connectivity with Internet <99.75% to >=
(With regards to SDC Critical 2% of the QGR
6 99.00%
equipment only) <99% to >=
3% of the QGR
98.00%
< 98.00% 5% of the QGR

70
S.
Measurement Target Severity Penalty
No.
>= 99.75% No Penalty
LAN Availability <99.75% to >=
2% of the QGR
(Active and passive 99.00% Critical
7
components) <99% to >=
3% of the QGR
98.00%
< 98.00% 5% of the QGR
1% of QGR for >5
Restore violations of
8 Restore to be initiated Full Restore Medium service parameter
within 2 hours of request per quarter

Scheduled downtime for


system maintenance Per
Week Notification of >=
No Penalty
o During 1st Year, 3 7 days in advance
hours, 1am to 4am on
Sundays
9 o 2nd year onwards, 2 Medium
hours, 1am to 3am on 0.5% of the QGR
Sundays Notification of for single
o Any further less than 7 days instance of
requirement for downtime.
scheduled downtime

Note: Equipment Availability Related penalties shall be governed by the following conditions:

• The Penalty shall be calculated on a quarterly basis.


• If the SLAs drop below the lower limited specified for each component in the table above,
it will be governed by the event of default clause as specified under Section VII: General
Conditions of the Contract.
• For the Components which are in Redundant mode or High Availability Mode or in
Cluster, if one of the redundant components goes down and the services required form
that particular set of components are still working/ not hampered, than the DCO shall be
given 24Hrs time to rectify the components, if it is still not rectified within 24Hrs, the SLA
as defined above will come into existence. If in between 24hrs the other component goes
down, and the entire services required from that components are not available, the
penalties as defined in the table above will come into existence from that particular point.

Table 7: Virtual infrastructure related Service Levels

S.No Measurement Target Severity Penalty

1. Provisioning and De- Within 15 Medium 0.5% of the QGR for every 1
provisioning of Virtual Minutes after hours of delay beyond the
Machines the approval target time. To the maximum
of the request capping of 5 hrs.
by the
Beyond 5 hours, 1% of the
concerned

71
S.No Measurement Target Severity Penalty
Authority QGR for every 1 hour.

Uptime of Cloud 99.749% Critical 99.25% – 99.749% - 1% of


Solution including the QGR
2.
individual Cloud
98.75% - 99.25% - 2% of QGR
Solution Modules as
specified in the FRS Subsequently, every 0.5%
and are mentioned in drop in SLA criteria - 2% of
table below QGR

3. Overall Cloud Solution 99.749% Critical 99.25% – 99.749% - 1% of


Availability QGR
98.75% - 99.25% - 2% of QGR
Subsequently, every 0.5%
drop in SLA criteria - 2% of
QGR
Overall Cloud Solution
Availability will be measured
by following formula:
Availability %age = {(Agreed
Service Time – Subsystem
Down Time)/ (Agreed Service
time)*(100%).
** Scheduled downtime will
be excluded.

4. Cloud Network 99.749% Critical 99.25% – 99.749% - 1% of


Availability QGR
98.75% - 99.25% - 2% of QGR
Subsequently, every 0.5%
drop in SLA criteria - 2% of
QGR
The component availability
will be measured by following
formula:
Component Availability %age
= {(Agreed Service Time for
the component– Down Time
of the component)/ (Agreed
Service time for the
component)*(100%)

72
S.No Measurement Target Severity Penalty

5. Cloud Virtualization 99.749% Critical 99.25% – 99.749% - 1% of


Layer Availability QGR
98.75% - 99.25% - 2% of QGR
Subsequently, every 0.5%
drop in SLA criteria - 2% of
QGR
The component availability
will be measured by following
formula:
Component Availability %age
= {(Agreed Service Time for
the component– Down Time
of the component)/ (Agreed
Service time for the
component)*(100%)

6. Cloud Storage 99.749% Critical 99.25% – 99.749% - 1% of


Availability QGR
98.75% - 99.25% - 2% of QGR
Subsequently, every 0.5%
drop in SLA criteria - 2% of
QGR
The component availability
will be measured by following
formula:
Component Availability %age
= {(Agreed Service Time for
the component– Down Time
of the component)/ (Agreed
Service time for the
component)*(100%)

7. Virtual Operating 99.749% Critical 99.25% – 99.749% - 1% of


System Availability QGR
98.75% - 99.25% - 2% of QGR
Subsequently, every 0.5%
drop in SLA criteria - 2% of
QGR
The component availability
will be measured by following
formula:
Component Availability %age
= {(Agreed Service Time for
the component– Down Time
of the component)/ (Agreed

73
S.No Measurement Target Severity Penalty
Service)}

8. Cloud Orchestration 99.749% Critical 99.25% – 99.749% - 1% of


layer Availability QGR
98.75% - 99.25% - 2% of QGR
Subsequently, every 0.5%
drop in SLA criteria - 2% of
QGR
The component availability
will be measured by following
formula:
Component Availability %age
= {(Agreed Service Time for
the component– Down Time
of the component)/ (Agreed
Service time for the
component)}*(100%)

9. Cloud Security layer 99.749% Critical 99.25% – 99.749% - 1% of


Availability QGR
98.75% - 99.25% - 2% of QGR
Subsequently, every 0.5%
drop in SLA criteria - 2% of
QGR
The component availability
will be measured by following
formula:
Component Availability %age
= {(Agreed Service Time for
the component– Down Time
of the component)/ (Agreed
Service time for the
component)}*(100%)

74
Physical Infrastructure Service Levels

Table 5: Physical Infrastructure Service Levels

S.
Measurement Target Severity Penalty
No.
Power Availability
>= 99.75% No Penalty
(DG, UPS etc.)
<99.75% to >=
Availability of Power 2% of the QGR
99.00%
1 will be measured up to
Critical
the socket level in the <99% to >= 98.00% 3% of the QGR
equipment room that
will be providing power < 98.00% 5% of the QGR
to the Racks.
In row cooling/PAC >= 99.75% No Penalty
system Availability
<99.75% to >=
2% of the QGR
In row cooling/ PAC 99.00%
System availability
would mean
temperature and <99% to >= 98.00% 3% of the QGR
humidity at the rack
2
level Critical
Temperature to be
maintained 22°± 2° at
all times
Relative humidity to be < 98.00% 5% of the QGR
maintained 50°± 5° at
all times

Surveillance >= 99.75% No Penalty


<99.75% to >=
CCTV Availability 2% of the QGR
99.00%
would include DVR
system availability,
3 <99% to >= 98.00% 3% of the QGR
availability of CCTV Critical
recording – 6 months
from the time of
recording < 98.00% 5% of the QGR

Fire Suppression and =100% No Penalty


4 Critical
Detection System
<100% 5% of the QGR
Public Address System >=98% No Penalty
5 and other physical Medium
equipment <98% 1% of the QGR

Note:
• For the Components which are in Redundant mode or High Availability Mode or in
Cluster, if one of the redundant components goes down and the services required form
that particular set of components are still working/ not hampered, than the DCO shall be

75
given 24Hrs time to rectify the components, if it is still not rectified within 24Hrs, the SLA
as defined above will come into existence. If in between 24hrs the other component goes
down, and the entire services required from that components are not available, the
penalties as defined in the table above will come into existence from that particular point.

Civil Work & Minor Works Service Levels

Table 6: Civil Work & Minor Works Service Levels

Measurement Target Severity Penalty

Major Civil Work including T No Penalty


the 0.05% of the
False Flooring, False Ceiling, T1 = T+2 days QGR for every
Doors & Locking, unresolved call
Partitioning, 1% of the QGR for
Fire Proofing of all surfaces, T2 = T1+2 every unresolved
Furniture & Fixtures and call
Painting to be replaced
within 2 days of reporting the
problem
The DCO should maintain
sufficient inventory to carry Critical
out civil and electrical
repairs without any disruption
2% of the QGR
to operations.
> T2 for every
For critical items, the
unresolved call
resolution time shall be
mutually agreed by the State
and the DCO at the time of
award of contract.
T shall be the agreed
resolution
Time.
T
No Penalty

0.05% of the
Minor Civil Work including T1 = T+4
QGR for every
Cement Concrete Work, days
unresolved call
Masonry Work, Trench Work, Low
1% of the QGR for
Storage, Glazing and
every unresolved
Scaffolding Work to be carried T2 = T1+2
call
within 4 days of the reporting
2% of the QGR
problem
for every
> T2
unresolved call

76
Help Desk Services

Time in which a complaint / query is resolved after it has been responded to by the IT service
management.

Table 7: Help Desk Services SLA

Penalty
Type of Incident Target

T No Penalty
Critical
0.05% of the QGR for
For critical the resolution time shall T1 = T+2 hours
every unresolved call
be mutually agreed by the State and
1% of the QGR for every
the DCO at the time of award of T2 = T1+2 hours
unresolved call
contract.
T shall be the agreed resolution time. 2% of the QGR for every
> T2
unresolved call
1 day from the time of
incident logged at the
No penalty
help desk

Medium
> 1 day and < =2 days 0.05% of the QGR for
every unresolved call
1% of the QGR for every
> 2 days
unresolved call
<= 2 days from time of
No Penalty
response logged
> 2 days and < = 4 days 0.01% of the QGR for
Low
every unresolved call
> 4 days 0.05% of the QGR for
every unresolved call

Note: If an incident has not been resolved within the stipulated time, its severity
shall be escalated to the next level.

77
Compliance & Reporting procedures Service Levels

Table 8: Compliances & Reporting procedures Service Levels

S.
Measurement Target Severity Penalty
No.

Reports (decided after


mutual discussion
Submission of
between SIA and
MIS Reports
DCO) for the previous 1 % of the QGR for
month shall be every 1 day of delay in
The DCO shall
1 submitted by the 7th Medium submission on an
submit the MIS
of the next month. incremental basis to a
reports as
Penalty shall be levied maximum of 5 %.
requested by
only after the 10th of
AMTRON
the month of
submission
Implementing
Change
Requests
100% of all approved 1% of QGR for >5
The DCO would
change violations of service
2 implement Medium
requests parameter
approved
change requests
within 2 days of
its approval

Note: QGR – Quarterly Guaranteed Revenue

78
Security & Incident Management Service Levels

These SLAs would be calculated for each of the following types of incidences:
• Virus Attack
• Any virus infection and passing of malicious code shall be monitored at all levels and
also user complains of virus infection shall be logged at the help desk system and
collated every quarter.
• Denial of Service Attack: Non availability of any services shall be analyzed and
forensic evidence shall be examined to check whether it was due to external DoS
attack.
• Intrusion: Compromise of any kind of data hosted by SDC
• Any other security related threat
• SPAM statistics on monthly basis shall be monitored through reports generated by
Anti-SPAM software.

Table 9: Security & Incident Management Service Levels

S. No. Incidence Per Month Penalty


For every Virus attack reported and not resolved
1 within 36 hours from the time of virus removal Rs. 10,000
tool / process is available
For every incidence of Denial of service attack, if
2 no action is taken within 2 hrs from the time of Rs. 500,000
incident
For every incidence of Data Theft
Further DCO is subject to penalty and / or
punishment applicable under the IT act or any
3 other prevailing laws of the State / Country at Rs. 500,000
that point in time, which shall be over and above
the said penalty

For every Intrusion reported by firewall or IPS


4 and no action being taken by DCO to stop the Rs. 200,000
same within 2 hrs.
Rules & patches
updation & Spam
Control policies done
Nil
within 2 hrs from
approved change
Patch Management management request.
(including rules
5 updation in firewall, IPS From 2 to 3 hours Rs. 100,000
& updation of any SPAM
Control Policies) From 3 to 4 hours Rs. 200,000

From 4 to 5 hours Rs. 300,000

After 5 Hrs for every 3


Rs. 500,000
Hr

79
Security & Incident Management Services includes the following:

• All the measures for security and incidents need to be mutually agreed between SIA
and DCO, based on the approvals of the composite team.
• DCO needs to provide complete document on policy that will be followed in SDC, and
periodic report as and when required by SIA to track those policy in line with the
policy document
• Monitoring of various devices / tools such as firewall, intrusion detection, content
filtering and blocking, virus protection, and vulnerability protection
• Setting the root level security policies such as authentication mechanisms
(single/multi factor), password policies such as password length, password
complexity, password expiry, account lockout policy, certificate policies, IPSEC
policies etc.
• Maintaining an updated knowledge base of all published security vulnerabilities and
virus threats for related software and microcode etc.
• Ensuring that patches / workarounds for identified vulnerabilities are patched /
blocked immediately.
• Respond to security breaches or other security incidents and coordinate with
respective OEM in case of a new threat is observed to ensure that workaround / patch
is made available for the same.
• Provide a well-designed access management system, security of physical and digital
assets, data and network security, backup and recovery etc.
• Operating system hardening through appropriate configuration and patch updates.
• Periodic reviews of domain level rights and privileges.
• Cooperate with the investigation agency when an incident has been identified.

Cloud Management Related Service Levels

Table 10: Cloud Management Related Service Levels

Sr. Severity Ticket Resolution


Explanation Penalty
SLA
No. Levels
>30 min but < 1 hr 5% of Gross
Production Cloud or
case of daytime ( Quarterly revenue
the Cloud Dashboard is 9am to 6 pm on for 1st time and 10%
Level 1 - down, business Weekdays ) and >1 hr for every
Emergency on any other time subsequent lapse
1. operations severely
impacted with no
workaround; or a
security issue.
>1hr but <4 hour in 2% of Gross
Production Cloud or
case of daytime ( Quarterly revenue
Cloud Dashboard is 9am to 6 pm on for 1st time and 3%
Level 2 – operational but Weekdays ) and > 4 for every
2. hrs on any other time subsequent lapse
High significant disruption
of business operations;
no stable workaround.

80
Issues causing >1hr but <8 hour in 1% of Gross
moderate to low case of daytime ( Quarterly revenue
business disruption 9am to 6 pm on for 1st time and 2%
Weekdays ) and >8 for every
with a Production or
Level 3 - hrs on any other time subsequent lapse
3. Development Cloud or
Medium
the Cloud Dashboard or
any issue for which
there is a stable
workaround available.
> 4 hr but < 8 hour in 0.5% of Gross
Production or
case of daytime ( Quarterly revenue
Development Cloud is 9am to 6 pm on for 1st time and 1%
operational, as is the Weekdays ) and >8 for every
hrs on any other time subsequent lapse
Cloud Dashboard; no
Level 4 –
4. significant disruption
Low
of business operations;
issues with little time
sensitivity such as
general questions

Non Closure Service Levels

Table 11: Non Closure Service Levels

The selected bidder shall be responsible for maintaining CAPA tracker and if any of the issue related
to policy implementation or modification or closure of identified issues by TPA/PMU, STQC auditors
or ISO/IEC auditors or SIA or SI which are not part of service SLA kept open for more than
stipulated time frame as given below penalty will be applicable as below. The criticality of the issue
will be determined by external auditors or consultants or after mutual consent between selected
bidder and SIA.

Sr.
Measurement Target Severity Service Level Down
No.

<7 days No penalty

>7 days to <15


0.5% of QGR
days
Critical
>15 days to <30
1% of QGR
days
All open issues to be >30 days 5% of QGR
1 closed within targeted
timeline <30 days No penalty

>30 days to <60


0.1% of QGR
days
Medium
>60 days to <90
0.5% of QGR
days

>90 days 2% of QGR

81
Patch Management Related SLA

Table 13: Patch Management Related SLA

Measurement Target Severity Penalty

Critical Patches to be
implemented within
Medium .05% of the QGR
10 days of patch
release
Non Critical Patches to
Patch be implemented Low .01% of the QGR
Management within 15 days of patch
release
Optional Patches to be
implemented within
Low .01% of the QGR
30 days of patch
release

Fire Suppression Service Levels

Table 14: Fire Suppression SLA

Sl.
No Measurem Time
Measures Severity Penalty
. ent

Refilling done
No penalty
within ≤ 7 days

Refilling done in 2% of the


≥ 7 days ≤ 14 QGR
1 Days.

Refilling of fire
suppression cylinders in Refilling done in
5% of the
Fire case of discharge during ≥ 15 days ≤ 30
Critical QGR
Suppression any incident. Days

5% and
additional
2% of QGR
per weeks
Refilling done in
delay,
> 30 Days
capped to
maximum
20% of
QGR.

82
Manpower Resources Service Levels

Table 15: Manpower Resources Service Levels

Measurement Target Severity Penalty

>=90% averaged
over all resources
designated for
System
No Penalty
Resource Integration(SI)
availability for services and
all services calculated on a
requested quarterly basis
under >=85% to <90%
Operations and averaged over all
Maintenance resources
designated for SI 2% of the QGR
Resource services and
availability would calculated on a
be calculated as: quarterly basis
( No. of shift days >=80% to <85%
for averaged over all
which resource resources
present at the designated for SI 3% of the QGR
designated location services and
/ calculated on a
Total no. of shift quarterly basis Critical
days ) x 100 <80% averaged
5% of the QGR
over all resources
subsequently per 5%
designated for SI
reduced resource
services and
unavailability maximum
calculated on a
upto 20% of QGR.
quarterly basis
Resource
replacement (The <=15 days No penalty
DCO must provide
a resource with Critical
equivalent
qualification and >15 days 2% of the QGR
experience)

Example: to illustrate the manpower availability in case there are there are 3 shifts per day
which will have 2 people in shift 1, 1 in shift 2 and 1 in shift 3.
Total shift per day will be = 4 (2 x 1 + 1 x 1 + 1 x 1)
Per quarter it would be = 360 shifts
In a quarter if two people were not present in shift 1 for 7 days, then, 2 x 7 = 14 shifts will be
considered for the unavailability of manpower.
Resource Availability % = (shifts in which manpower was available / total number of shifts) x
100

83
Resource Availability % = (1 – 14 / 360) x 100
Resource Availability % = 96.11%

8.3 SLA Review Process


• Either SIA or DCO may raise an issue by documenting the business or technical
problem, which presents a reasonably objective summary of both points of view and
identifies specific points of disagreement with possible solutions.
• A meeting or conference call will be conducted to resolve the issue in a timely manner.
The documented issues will be distributed to the participants at least 24 hours prior to
the discussion if the issue is not an emergency requiring immediate attention.
• The SIA and the DCO shall develop an interim solution, if required, and subsequently
the permanent solution for the problem at hand. The DCO will then communicate
the resolution to all interested parties.
• In case the issue is still unresolved, the arbitration procedures described in the Terms
& Conditions section will be applicable.
• At different phases in the SDC, reporting authority may be different for the DCO, CT
and SIA during post implementation/O&M phase, and SIA during Implementation of
the SDC.
• Interpretation of SLAs may get changed and would be finalized in consultation with
the SDC TPA.
• Bills raised by DCO for Diesel should not be raised as part of QGRs, and should be
separate bills.

8.4 Penalties
• The total deduction should not exceed 20% of the QGR.
• Three consecutive quarterly deductions of more than 20% of the applicable fee on
account of any reasons will be deemed to be an event of default and termination.
• The ISO 27001 and ISO 20000 certification should be obtained by the DCO latest by
end of second Quarter of the Operations phase, failing which the subsequent QGRs
will be deferred till the certification is obtained.
• In the event of any of the above happening, it shall be governed by terms & conditions
defined in Section VII – General Conditions of the Contract of Volume I.

84
SECTION – VI
Instructions to Bidders

85
9 Section VI - Instructions to Bidders

9.1 Procedure for Submission of Bids


a) Bids (Technical & Price bid) shall be submitted online on www.assamtenders.gov.in
platform as well as hard copies as per clause (d) below.
b) The participating bidders in the tender should register themselves free of cost on e-
procurement platform in the website www.assamtenders.gov.in.
c) Bidders can log-in to e-procurement platform in secure mode only by signing with
the Digital certificates.
d) The bidders should scan & upload or upload pdf copies the respective documents in
Technical bid documentation as detailed below:
i. Pre-Qualification Bid
ii. Technical Bid
e) The bidders shall sign on all the statements, documents, certificates uploaded by
them, owning responsibility for their correctness/authenticity.
f) The rates should be quoted in online only. Physical copies of financial bid are
not to be submitted

Other Conditions of bid submission:


a) After uploading the documents, the copies of the uploaded statements, certificates,
documents, supporting documents for eligibility criteria, original Demand Drafts in
respect of document fee & EMD (except the Price bid/offer/break-up of taxes)
are to be submitted by the bidder in sealed envelope to the O/o The Managing
Director, Assam Electronics Development Corporation Ltd.(AMTRON), Industrial
Estate, Bamunimaidan, Guwahati- 781021 within the bid submission time & date
mentioned in the bid document. The cover (inner and outer) thus prepared should
also indicate clearly the name, address, telephone number, E-mail ID and fax number
of the bidder to enable the Bid to be returned unopened in case it is declared "Late".
b) Failure to furnish any of the uploaded documents, certificates, will entitled in
rejection of the bid. The AMTRON shall not hold any risk on account of postal delay.
Similarly, if any of the certificates, documents, etc., furnished by the Bidder are
found to be false / fabricated / bogus, the bidder will be disqualified, blacklisted,
action will be initiated as deemed fit and the Bid Security will be forfeited.
c) AMTRON will not hold any risk and responsibility regulating non-visibility of the
scanned and uploaded documents.
d) The Documents that are uploaded online on e-procurement portal will only be
considered for Bid Evaluation.
e) In case of consortium either the prime bidder or the consortium partner can
purchase the bid document. The bid can be filed either with user ID of prime bidder
or consortium partner.
Submission of Hardcopy of Technical bid:
a) Each copy of the tender should be a complete document and should be bound as a
volume. The bid document should be properly page numbered and appropriately
flagged / tagged; and must contain the list of contents with page numbers. Different
copies must be bound separately. Any deficiency in the documentation may result in
the rejection of the Bid.
b) The Bids prepared by the Bidder and all correspondence and documents relating to
the bids exchanged by the Bidder and the Purchaser, shall be written in English
language, provided that any printed literature furnished by the Bidder may be
written in another language so long the same is accompanied by an English
translation in which case, for purposes of interpretation of the bid, the English
translation shall govern.
c) The Tender should be signed on all the pages by the Bidder or his authorised

86
representative and should be affixed with the bidder's Seal
d) It shall be deemed that the bidders have done careful study and examination of the
Tender document and has fully understood the implications.
e) The response to the Tender should be full and complete in all respects. Failure to
furnish the requisite information or submission of a proposal not substantially
responsive to the Tender document in every respect will be at the bidder's risk and
may result in rejection of the proposal and forfeiture of the EMD.
f) All materials submitted by the bidder become the property of the Purchaser and
may be returned at its sole discretion.
g) All outstation bids should be sent through registered post/ speed post/ courier.
h) A firm may submit ONLY ONE bid either as a single Bidder on its own, or as a
partner in a Consortium/ Joint Venture submitting bids in response to these
Bidding Documents. Furthermore, a firm which is a Bidder, whether as a single
Bidder or as a partner in a Joint Venture, cannot be a Subcontractor in other bids,
except for installation/configuration, routine training, and on-going
maintenance/support under another project/work for which the Bidder is already in
contract with the owner.

i) If a Bidder intends to subcontract major items of supply or services, it shall include


in the bid details of the name and nationality of the proposed Subcontractor,
including vendors, for each of those items and shall be responsible for ensuring that
any Subcontractor proposed complies with the requirements applicable to a bidder.
For the purposes of these Bidding Documents, a Subcontractor is any vendor or
service provider with whom the Bidder contracts for the supply or execution of any
part of the Contract such as the supply of major components or the performance of
related Services.

6.1.1. It is proposed to have a cover System for this tender:

Pre-Qualification Bid – (One copy) in one envelope

Technical Bid - (One copy) in one envelope

Both, pre-qualification bid and technical bid envelopes, in one cover

6.1.2. Each copy of Pre-Qualification Bid and Technical Bid of the Tender should be covered in
separate sealed covers super-scribing “Pre-Qualification Bid” and "Technical Bid"
respectively. Each bid should be put in a single sealed cover super-scribing “Pre-
Qualification Bid” and "Technical Bid" as the case may be. Please note that Prices
should not be indicated in the Pre-Qualification Bid and Technical Bid.

6.1.3. The two envelopes containing copies of Pre-qualification Bid and Technical Bid should
be put in another single sealed envelope clearly marked “Appointment of an Agency
for Design, Site Preparation, Supply, Installation, Maintenance and
Operations of Physical & IT Infrastructure for the Data Centre at Assam”.
These envelopes are to be super scribed with Tender Number and the wordings “DO
NOT OPEN BEFORE 20-02-2018, 3:00 PM”

6.1.4. The original RFP document must be submitted as a part of the Pre-Qualification bid
and must have court fee stamps of value Rs. 100/- or more affixed on the tender issue
page (Page no. 2).

87
6.1.7. In case of any discrepancy observed by the SIA in the contents of the submitted original
paper bid documents with respective copies, the information furnished on original
paper bid document will prevail over others.

9.2 Authentication of Bid


The copies of the bid shall be typed or written in indelible ink. The hard copies shall be signed
by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract. A
letter of authorization shall be supported by a written power-of –attorney accompanying the
bid. All pages of the bid, except for un-amended printed literature, shall be initialed and
stamped by the person or persons signing the bid.

9.3 Validation of interlineations in Bid


The bid shall contain no interlineations, erasures or overwriting except as necessary to correct
errors made by the Bidder, in which case such corrections shall be initialed by the person or
persons signing the bid.

9.4 Cost of Bidding


The Bidder shall bear all costs associated with the preparation and submission of its bid
including cost of presentation for the purposes of clarification of the bid, if so desired by the
SIA. The SIA will in no case be responsible or liable for those costs, regardless of the conduct
or outcome of the Tendering process.

9.5 Site Visit


The Bidders may visit the sites and obtain additional information at their own cost and
responsibility.

9.6 Clarification on Tender Document


6.6.1. A prospective Bidder requiring any clarification on the RFP Document may submit his
queries, in writing, at the mailing address and as per schedule indicated in ‡,QYLWDWLRQIRU
%LGV .H\ HYHQWV DQG GDWHV· The queries must be submitted in the following format
only to be considered for clarification:

Sr. Section No. Clause No. Reference/ Clarification Sought


No Subject
.. .. .. .. ..

The queries not adhering to the above mentioned format shall not be responded.

6.6.2. The SIA will respond in writing, to any request for clarification to queries on the Tender
Document, received not later than the dates prescribed in Invitation for Bids / Key
events and dates. Written copies of the clarifications (including the query but without
identifying the source of inquiry) will be sent to all prospective Bidders who have purchased
the RFP Document.

88
9.7 Documents Comprising the Bids

The bid prepared by the Bidder shall comprise the following components. The bids not
conforming to the requirements shall be summarily rejected.

• Pre-Qualification Bid

In support of eligibility, a Bidder must submit the following documents (besides the other
requirements of the tender), original copies or attested copies, as the case may be, in the
absence of which the Bid will be rejected.
▪ Volume I, Section VIII – Format 1: Pre-qualification Bid Letter.
▪ Volume I, Section VIII – Format 2: General information about the Bidder.
▪ Detailed checklist for pre-qualification dully filled in along with the supporting
documents as defined in Volume I, Section VIII – Format 3. Bidders are requested to
add a column for page no. in the pre-qualification check list table and provide the
corresponding page no. of the respective criteria.
▪ Pre-qualification bid should contain Earnest Money Deposit (EMD) in a separate
sealed envelope.
▪ Receipt of Rs. 25, 000/- towards the cost of the RFP document. Bidder who has
already participated and submitted their proposal against the tender
‘AEDC/SDC/RFP/2017-18/001 dated 11-01-2018’, need not to procure the
tender again and will be eligible for participating without paying the tender fee
provided they meet the pre-qualification criteria.
▪ Notarized Power of Attorney executed by the Bidder in favor of the Principal Officer
or the duly Authorized Representative, certifying him as an authorized signatory for
the purpose of this Tender.
▪ A consortium of companies duly backed up by an Agreement, copy of the same to be
submitted in case of consortium.
▪ Declaration that the Bidder has not been debarred / blacklisted by any reputed Govt.
/ Semi-Govt. organization for quality of services / product and there is no major
complaint against the Bidder by any organization as per Volume I, Section VIII –
Format 4.
▪ An Acceptance by the Bidder to the Terms & Conditions mentioned in this RFP,
Section VIII- Format 5
▪ Copy of the entire RFP document (both Volume I & Volume II) with every page signed
by an authorized signatory of the Bidder

• Technical Bid
The Technical Bid, besides the other requirements of the Tender, shall comprise of the
following:
▪ Volume I, Section IX – Format 1: Technical Bid Letter
▪ Volume I, Section IX – Format 2: General Information about the Bidder
▪ Volume I, Section IX – Format 3: Technical Solution
▪ Volume I, Section IX – Format 4: Schedules for Technical Evaluation Criteria
▪ Volume I, Section IX – Format 5: Specifications of the Physical Components
▪ Volume I, Section IX – Format 6: Specifications of the IT Components
▪ Volume I, Section IX – Format 7: Manpower Details
▪ Volume I, Section IX – Format 8: Deviations from the Tender Terms & Conditions
▪ Volume I, Section IX – Format 9: Project Experience
▪ Volume I, Section IX - Format 10: Deviation from Requirement specification
• Financial Bid (to be uploaded only in e-procurement portal, no hard copy is
to be submitted)

89
The Commercial Bid, besides the other requirements of the Tender, shall comprise of the
following:
▪ Volume I, Section VIII – Format 1: Commercial Bid Letter
▪ Volume I, Section VIII – Format 2: Breakdown of Cost Components

The breakdown of cost components is as per the following schedules, which are explained
below:

a. Schedule A of the Commercial Bid Format - Physical/ IT Infrastructure of the Data


Centre- It shall comprise of the infrastructure under SDC scheme.
b. Schedule B of the Commercial Bid format - Scalable BoM- Physical/IT
Infrastructure cost Table- This shall comprise of additional IT and non-IT components
that would be procured by the State on later stage
c. Schedule C of the Commercial Bid Format - Operational Cost Table for Schedule A
items
d. Schedule CA of the Commercial Bid Format - Operational Cost Table for Schedule
B items

• Undertaking
An undertaking from the Bidder stating the compliance with all the conditions of the Contract
and Technical Specifications of the Bidding Document since no deviation will be acceptable to
the SIA.

9.8 Bid Prices

6.8.1 The Bidder shall indicate price in the prescribed format, the unit rates and total Bid
Prices of the equipment / services, it proposes to provide under the Contract. Prices
should be shown separately for each item as detailed in Tender Documents. In absence
of above information as requested, the bid may be considered incomplete and be
summarily rejected. The price components furnished by the Bidder in accordance with
format below will be solely for the purpose of facilitating the comparison of bids by the
SIA and will not in any way limit the SIA’s right to contract on any of the terms offered.
6.8.2 The Bidder shall prepare the bid based on details provided in the tender documents. It
must be clearly understood that the Scope of Work is intended to give the Bidder an
idea about the order and magnitude of the work and is not in any way exhaustive and
guaranteed by the SIA. The Bidder shall carry out all the tasks in accordance with the
requirement of the tender documents & due diligence and it shall be the responsibility
of the Bidder to fully meet all the requirements of the tender documents. If during the
course of execution of the project any revisions to the work requirements like Technical
specifications, Equipment sizing etc. are to be made to meet the goals of the SIA, all
such changes shall be carried out within the current price.

90
9.9 Firm Prices

6.9.1 Prices quoted in the bid must be firm and final and shall not be subject to any upward
modifications, on any account whatsoever. However, the SIA reserves the right to
negotiate the prices quoted in the bid to effect downward modification.
6.9.2 The Commercial bid should clearly indicate the price to be charged without any
qualifications whatsoever and should include all taxes, duties, fees, levies, works
contract tax and other charges as may be applicable in relation to the activities
proposed to be carried out. It is mandatory that such charges wherever
applicable/payable should be indicated separately in Section X – Format 2:
Breakdown of Cost Components. However, should there be a change in the
applicable taxes SIA reserves the right to negotiate with the Bidder.
6.9.3 Prices in any form or by any reason before opening the Commercial Bid should not be
revealed, failing which the offer shall be liable to be rejected. If price change is
envisaged due to any clarification, revised Financial Bid shall be submitted with prior
written permission of the SIA and 7 days before the final date for bid submission.

9.10 Bid Currencies

Prices shall be quoted in Indian National Rupees (INR).

9.11 Bidder Qualification

6.11.1 The "Bidder" as used in the tender documents shall mean the one who has signed the
Tender Form. The Bidder may be either the Principal Officer or his duly Authorized
Signatory, in either cases, he / she shall submit a certificate of authority. All
certificates and documents (including any clarifications sought and any subsequent
correspondences) received hereby, shall, as far as possible, be furnished and signed by
the representative and the principal.
6.11.2 It is further clarified that the individual signing the tender or other documents in
connection with the tender must certify whether he/she signs as the Constituted
attorney of the firm or a company.
6.11.3 The authorization shall be indicated by written power-of-attorney accompanying the
Pre-qualification bid.

9.12 Bid Security (Earnest Money Deposit)

• Amount of Bid Security (EMD)

The Bidder shall furnish, as part of its bid, a bid security in the form of Bank Guarantee issued
by any nationalized / scheduled / commercial bank located in India, of Rupees
50,00,000/- (Rupees Fifty Lakhs only). This EMD shall be valid for a period of 6
months from the date of opening of the prequalification bid and no interest shall be paid on
the earnest money under any circumstances.

• Currency of Bid Security


The bid security shall be furnished in Indian National Rupees (INR).

91
• Requirement of Bid Security
The bid security is required to protect the SIA against the risk of Bidder’s conduct, which
would warrant the security’s forfeiture, pursuant to Section “Forfeiture of Bid Security”.

• Rejection of Bid
Any bid not secured in accordance with above mentioned clause, shall be rejected by the SIA
as being non-responsive, without any further correspondence.

• Discharge of Bid Security of Unsuccessful Bidder


Unsuccessful Bidders’ bid security will be discharged / returned as promptly as possible by
the SIA.

• Discharge of Bid Security of Successful Bidder


Earnest Money Deposit furnished by Bidders shall be refunded to Bidders after submission of
performance guarantee by the successful Bidder as per Section 6.24.

• Forfeiture of Bid Security

The Bid Security can be forfeited if a Bidder


▪ Withdraws its bid during the period of bid validity specified by the Bidder on the Bid
Form or
▪ During the bid process, if any information found wrong / manipulated / hidden in the
bid. The decision of the SIA regarding forfeiture of the Bid Security and rejection of
bid shall be final & shall not be called upon question under any circumstances.

9.13 Bid Validity Period

Period of Validity of Bids


Bids shall remain valid for 180 days after the date of opening of Technical Bids
prescribed by the SIA. A bid valid for a shorter period may be rejected as non-
responsive. However, the prices finalized after opening the tenders shall not increase
throughout the period of implementation and operation. The prices of components can
nevertheless go down due to global trend with respect to the OEM to be determined from
their list prices from time to time after applying the same discount factor as related to the
prices finalized after bid opening but before the delivery of the components to the SIA.

Extension of Period of Validity


In exceptional circumstances, the SIA may request the Bidder(s) for an extension of the
period of validity. The request and the responses thereto shall be made in writing (or by fax).
The validity of EMD shall also be suitably extended.

9.14 Local / Site Conditions

1.1.1 It will be incumbent upon each Bidder to fully acquaint himself with the local
conditions and other relevant factors at the proposed Data Centre site which would
have any effect on the performance of the contract and / or the cost. The Bidders are
advised to visit the proposed SDC location (at its own cost) and due-diligence should
be conducted before the pre-bid meeting/ bid-submission.

1.1.2 The Bidder is expected to make a site visit to the proposed Data Centre facility to
obtain for himself on his own responsibility all information that may be necessary for

92
preparing the bid and entering into contract. Obtaining such information shall be at
Bidder’s own cost.

1.1.3 Failure to obtain the information necessary for preparing the bid and/or failure to
perform activities that may be necessary for the providing services before entering
into contract will in no way relieve the successful Bidder from performing any work in
accordance with the Tender documents.

6.14.4 It will be imperative for each Bidder to fully inform themselves of all legal conditions
and factors which may have any effect on the execution of the contract as described in
the bidding documents. The SIA shall not entertain any request for
clarification from the Bidder regarding such conditions.

6.14.5 It is the responsibility of the Bidder that such factors have properly been investigated
and considered while submitting the bid proposals and that no claim whatsoever
including those for financial adjustment to the contract awarded under the bidding
documents will be entertained by the SIA and that neither any change in the time
schedule of the contract nor any financial adjustments arising thereof shall be
permitted by the SIA on account of failure of the Bidder to appraise themselves of
local laws and site conditions.

6.14.6 The SIA shall be responsible for provisioning of the 3-phase power supply to the DCO.
Running expenses during the contract period on electricity will be the responsibility
of the DCO. However, these will be reimbursed to the DCO by the SIA.

9.15 Modification and Withdrawal of Bids

Written Notice
The Bidder may modify or withdraw its bid after the bid's submission, provided that the SIA
receives written notice of the modification or withdrawal, prior to the last date prescribed for
receipt of bids.

Signing and Marking of Notice


The Bidder’s modification or withdrawal notice shall be prepared, sealed, marked and
dispatched in accordance with the provisions said earlier. A withdrawal notice may also be
sent by fax but followed by a signed confirmation copy, post marked not later than the last
date for receipt of bids.

Last Date for Notice


No bid may be altered / modified subsequent to the closing time and date for receipt of bids.
Unsolicited correspondences from Bidders will not be considered. No bid may be withdrawn
in the interval between the last date for receipt of bids and the expiry of the bid validity period
specified by the Bidder in the Bid. Withdrawal of a bid during this interval may result in the
Bidder’s forfeiture of its EMD.

9.16 Opening of Pre-Qualification and Technical Bids

Opening of Bids
Decision of the SIA or a committee appointed by the GoA/ SIA would be final and binding
upon all the Bidders. The SIA will first open the Pre-Qualification Bid, in the presence of the
representatives of the Bidders who choose to attend, at the time, date and place, as mentioned
in section ‘Invitation for Bids / Important Dates’. In the event of the specified date of Bid

93
opening being declared a holiday for the SIA, the Bids shall be opened at the appointed time
and location on the next working day. It is advised to send a responsible, authorized and
senior representative of the Bidder so that clarifications, if any, can be given on the spot. The
Bidder’s names, modifications, bid withdrawals and the presence or absence of the requisite
EMD and such other details considered appropriate will be announced at the bid opening.

Evaluation of Pre-Qualification and Technical Bid


The evaluation process of the tender, proposed to be adopted by the SIA is indicated under
this clause. The purpose of this clause is only to provide the Bidders an idea of the evaluation
process that the SIA may adopt. However, the SIA reserves the right to modify the evaluation
process at any time during the Tender process, without assigning any reason, whatsoever and
without any requirement of intimating the Bidders of any such change.

Evaluation of Pre-Qualification Bid

• Bidders need to fulfill all the pre-qualification conditions mentioned in Section 11.3 of
volume I. The SIA will examine the bids to determine whether they are complete, whether
the bid format confirms to the Tender requirements, whether any computational errors
have been made, whether required EMD has been furnished, whether the documents have
been properly signed, and whether the bids are generally in order.
• A bid determined as not substantially responsive will be rejected by the SIA and may not
subsequently be made responsive by the Bidder by correction of the nonconformity.
• The SIA may waive any informality or non-conformity or irregularity in a bid which does
not constitute a material deviation, provided such waiver does not prejudice or affect the
relative ranking of any Bidder.

Evaluation of Technical Bid

• Firstly the pre-qualified Bidders’ technical bid document will be evaluated as per the
requirements specified in the RFP and adopting the evaluation criteria spelt out in section
6.17.
• The SIA may request the Bidders to make a presentation on their proposal to an
Evaluation Committee to be constituted for the purpose.
• All the Bidders who secure a Technical Score of 70% or more will be declared
as technically qualified. The commercial bids of only the technically qualified Bidders
will be opened for further processing. It is, however, clarified that, subject to other
provisions of this Document, every Bidder will have to fulfill the minimum technical
specifications laid down in the Volume-II for being qualified technically.
• In order to assist in the examination, evaluation and comparison of Bids, the SIA may at
its discretion ask the Bidder for a clarification regarding its Bid. The clarification shall be
given in writing immediately, but no change in the price shall be sought, offered or
permitted. However, while giving a clarification, a Bidder may offer a higher
specification or model without any impact on Financial Bid to be opened
subsequently.
• The SIA may waive any informality or non-conformity or irregularity in a bid which does
not constitute a material deviation , provided such waiver does not prejudice or affect the
relative ranking of any Bidder

Announcement of Bids
The Bidders’ names, bid modifications or withdrawals and such other details as the SIA at
discretion may consider appropriate, will be announced at the bid opening.

94
Bids Not Considered For Evaluation
Bids that are rejected during the bid opening process due to incomplete documentation or late
receipt shall not be considered for further evaluation.

9.17 Criteria for Evaluation of Bids

• A two-stage procedure will be adopted for evaluation of proposals, with the pre-
qualification and technical evaluation completed and thereafter financial proposals being
opened and compared.
• SIA will review the technical bids of the Bidders to determine whether the technical bids
are substantially responsive. Bids that are not substantially responsive are liable to be
disqualified.
• SIA will assign points (quality of services score) to the technically qualified Bidders based
on the technical evaluation criterion as mentioned below. The commercial bids for the
technically qualified Bidders will then be opened and reviewed to determine whether the
commercial bids are substantially responsive.
• The evaluation will be made on the basis of quality - cum - cost, with a weightage to
quality of services and cost in the ratio of 60:40 as mentioned in the sections below.
• To ensure a reasonable and realistic ratio of CAPEX and OPEX: a bid may be liable to be
rejected after scrutiny if total CAPEX happens to be more than 50% of the overall
bid value.
• Conditional bids are liable to be rejected.

Criteria for Evaluation and Comparison of Pre-qualification Bids


A consortium of companies duly backed up by an Agreement (to be submitted along with Pre-
Qualification bid) is also eligible to participate subject to the following two conditions and
satisfaction of the Tender Evaluation Committee during the evaluation of the tender. In the
event of consortium being unacceptable to the SIA, the Prime Bidder may be given an option
of going on its own:
• The Bidder (the prime Bidder in case of consortium i.e.; one of the members of the
consortium that is nominated as the prime Bidder by all the other members of the
consortium) shall be liable for adherence to all provisions of this Agreement.
• The consortium will draw on human, technical and other resources of all the
members during implementation and maintenance of the SDC Project. The Technical Bid
shall include exact details in this regard, so that it is understood that a consortium has not
been artificially created only to improve the score in Technical Bid.

Terms and conditions applied in case of consortium defined in Annexure –1 of Volume 1. The
Pre-Qualification proposal will be evaluated using the checklist given in Section 2.

95
Criteria for Evaluation and Comparison of Technical Bids
The following criteria shall be used to evaluate the technical bids. All the bids scoring 70 and
above in the technical evaluation will be qualified for commercial bid opening.

Formats to
S.
Modified Template Marks be filled for
No.
compliance
A Organizational Strength 30
▪ Bidder’s experience in setting-up Data centers in India,
quantified in terms of number of projects will be evaluated.
Setting-up Data Centers would mean where the bidder has
procured, installed and commissioned all IT and Non-IT
components of the data center.
i. ▪ Data centers with Project cost (IT and Non-IT both) not less 6 Schedule A
than Rs. 5 Crore will be considered

▪ Bidder with maximum numbers of projects (maximum


capped to 4 projects) shall be awarded full 6 marks and the
others shall be awarded marks on relative (prorata) basis.
▪ Bidder’s experience in providing Facility management
services to data centers in India, quantified in terms of
number of projects will be evaluated. Facility Management
would mean where the bidder has provided comprehensive
operations / maintenance services towards all IT & Non-IT
components of the data center.
ii. 6 Schedule B
▪ Data Centres with Project cost (IT and Non-IT both) not
less than Rs. 5 Crore will be considered.

▪ Bidder with maximum numbers of projects (maximum


capped to 4 projects) shall be awarded full 6 marks and the
others shall be awarded marks on relative (prorata) basis.

▪ Bidder’s experience in providing IT System integration


services in India/ operations for Information Technology
projects including implementation/ operations in India,
quantified in terms of number of years will be evaluated.
System Integration would mean where the bidder has
procured installed and commissioned all IT components.
iii 4 Schedule C
▪ Project considered for evaluation should have project cost
more than Rs. 5 Crore.

▪ Bidder with maximum years of experience (maximum


capped to 3 years) shall be awarded full 4 marks and the
others shall be awarded marks on relative (prorata) basis.

96
Formats to
S.
Modified Template Marks be filled for
No.
compliance
▪ Bidder’s experience in setting-up large Data centers in India,
quantified in terms of value of projects will be evaluated.
Setting-up Data Centers would mean where the bidder has
procured, installed and commissioned all IT and Non-IT
components of the data center.
iv. 4 Schedule D

▪ Bidder with highest value of project (maximum capped to 10


Crore), within last 3 financial years i.e. 2014-15, 2015-16, 2016-
17 or till date shall be awarded full 4 marks and the others shall
be awarded marks on relative (pro-rata) basis.
Average Turnover of the bidder from Indian Operations for the
last Three financial year ending 31st March 2017

> Rs 300 Crore = 5


v. 5 Schedule E
> Rs 150 Crore ≤ Rs 300 Crore = 4;
> Rs 100 Crore ≤ 150 Crore = 3

▪ Data centers that the bidder has set-up or is operating /


managing with ISO 27001 certification (valid as on tender
submission date) will be considered for evaluation under this
clause.
vi. 5 Schedule F

▪ Bidder with maximum number of such data centers (capped to


4 nos.) shall be awarded full 5 marks and the others shall be
awarded marks on relative (pro-rata) basis.
B Technical Solution Offered 70
B1 Design & Architecture 30
Following components have been included for evaluation. For each
component a schedule has been enclosed which the bidder has to
fill

1. Layout
2. Power Requirement
3. In row cooling/ PAC
4. Fire Prevention
i. 30 Schedule G
5. SAN
6. Backup
7. LAN
8. WAN/Internet
9. Physical Security
10. Logical Security
11. Cloud & EMS
12. Storage Management & Interoperability
B2 Product Compliance 25
▪ For each BOM component as specified in the Schedule H
the bidder will provide the compliance status, deviations if
ii. 25 Schedule H
any, impact of deviations (considered as negative impact),
value addition provided and impact of value addition

97
Formats to
S.
Modified Template Marks be filled for
No.
compliance
(considered as positive impact).
▪ If there is no deviation and value addition the bidder would
get 70% of the marks attributed to that component. For
each negative impact 10% of the marks attributed to the
component shall be deducted and for each value addition
10% of the marks attributed to the component shall be
added. (Note: The overall marks shall be restricted to the
maximum allowed under that component head irrespective
of the positive impact)

▪ Note: Evaluation committee has the sole right to accept the


deviation and consider the same for negative impact or take
action as per other tender conditions. Similarly accept the
value addition and consider the same for positive impact.
B3 Power Consumption 5
▪ The whole solution of the bidder shall be evaluated with
regard to the total power requirements in terms of peak
power requirement.
The bidder shall provide Equipment wise peak power
consumption of all the proposed equipment in a tabulated
manner along with the un-priced BOM submitted with the
i. technical bids. 5 Schedule I

▪ The total peak power consumption of respective bids shall


be compared for evaluation. The bidder with least peak
power consumption shall be awarded full 5 marks and the
other bidders shall be awarded marks on relative (prorate)
basis
B4 Resource Allocation 6
The bidder must have on its roll at least 100 technically qualified
professionals in, networking, systems integration, and prior
experience in providing the Data Center Infrastructure
maintenance services as on 31.03.2017:

i. > 500 = 2; 2 Schedule J

400 - 500 =1.5;


300 - 200 =1;
100 – 200 = 0.5
Number of resources deployed by the bidder having valid BS7799 /
ISO 27001 certification as on bid submission date.
ii. 2 Schedule K
> 3 = 2 marks
<=3 =1 mark
Number of resources employed with the bidder having valid ITIL/
ISO 20000 certification
iii. 2 Schedule L
More than 5 resource with valid certification = 2 marks,

98
Formats to
S.
Modified Template Marks be filled for
No.
compliance
Less than 5 resource with valid certification = 1 mark;

B5 Operations and Maintenance 4

The operations and maintenance capability and commitment are being gauged through
the SLA commitment of each bidder and the solution offered to support the SLA
commitment. The bidder can commit higher SLAs. SLA commitment of individual
components shall be evaluated and the bidder with highest commitment in the
particular component shall be awarded maximum marks and others shall be awarded
Schedule M
marks on relative (pro-rata) basis. Components that will be considered are given below:
I Power Availability 1
Ii Systems Availability 1
iii. Help desk, incident management, problem management 1
iv. Security Management 1
Total Marks 100

Note: - In case of consortium Roles & Responsibilities of each partner has to be mentioned
clearly in the implementation plan.
The financial bids of only those bidders will be opened and considered who have scored at
least 70 marks of the sum of the maximum marks specified for all the above mentioned
attributes in the technical bid evaluation process.

Opening and Comparison of Financial Bids

Commercial bids of those bidders who qualify the technical evaluation will be opened. A min
of 70 points have to be scored to qualify in the technical evaluation. The commercial scores
will be calculated as:

Fn = Fmin / Fb * 100

Where:

Fn = Normalized financial score of the bidder under consideration


Fb = Evaluated cost for the bidder under consideration
Fmin = Minimum evaluated cost for any bidder

Evaluation of Bid – Final Evaluation

The overall score will be calculated as follows:

Bn = 0.60 * Tn + 0.40* Fn

Where:

Bn = overall score of bidder under consideration


Tn = Technical score for the bidder under consideration
Fn = Normalized financial score of the bidder under consideration

99
9.18 Rectification of Errors

Arithmetical errors in the Financial Bid will be rectified on the following basis:

• If there is a discrepancy between the unit price and the total price that is obtained by
multiplying the unit price and quantity, the unit price shall prevail and will be considered
for future calculations.

• Unit rates quoted by the Bidders to be multiplied by Quantities as per the following:
o For items clearly specified in the RFP - Quantities as mentioned in the RFP to
be considered
o For items not specified in the RFP - For items where quantities were to be
proposed by the Bidder as per his Proposal e.g. man-months, quantity for
items under ‘Any other item’ etc. to be considered as per the Technical
Proposal of the Bidder (including un-priced BoM), Clarifications, Technical
Presentation etc.

• For Financial Bid evaluation, the Total Price inclusive of all Taxes and Duties will be taken
into consideration. In case of normalization based on quantities as described above, total
tax amount quoted by the Bidder will also be normalized proportionately.

• For items which are mandatorily required as per RFP, if not quoted by Bidder (which is
also specified by the Bidder as per the Technical Bid, Presentation etc.), the highest value
quoted by competing bidders for the respective item to be added to the Bidder

• If there is a discrepancy between words and figures, the amount in words shall prevail.

• If the bidder does not accept the correction of errors, its bid will be rejected and its bid
security may be forfeited.

9.19 Contacting the SIA

Contact by Writing
No Bidder shall contact the SIA on any matter relating to its bid, from the time of bid opening
to the time the Contract is awarded. If the Bidder wishes to bring additional information to
the notice of the SIA, it should be done in writing.

Rejection of Bid
Any effort by a Bidder to influence the SIA in its decisions on bid evaluation, bid comparison
or contract award may result in rejection of the Bidder’s bid.

9.20 SIA’s Right to Vary Scope of Contract at the time of Award

a. The SIA may at any time, by a written order given to the Bidder, make changes
to the scope of the Contract as specified.
b. If any such change causes an increase or decrease in the cost of or the time
required for the Bidder’s performance of any part of the work under the Contract,
whether changed or not changed by the order, an equitable adjustment shall be made
in the Contract Value or time schedule, or both, and the Contract shall accordingly be
amended. Any claims by the Bidder for adjustment under this Clause must be asserted
within thirty (30) days from the date of the Bidder’s receipt of the SIA’s changed order.

100
9.21 SIA’s Right to Accept Any Bid and to reject any or All Bids

• The SIA reserves the right to accept any bid and to annul the Tender process and
reject all bids at any time prior to award of Contract, without thereby incurring any
liability to the affected Bidders or any obligation to inform the affected Bidders of the
grounds for the SIA’s action.

• The SIA reserves the right to negotiate the commercials with the selected Bidder and
seek revised commercial bid.

9.22 Notification of Award

Notification to Bidder
Before the expiry of the period of validity of the proposal, the SIA shall notify the Bidder with
highest final score (successful Bidder) in writing by registered letter or by fax, that its bid has
been accepted. The Bidder shall acknowledge in writing receipt of the notification of award
and shall send his acceptance to enter into agreement within seven days of receiving the
notification.

Signing of Contract
The notification of the award shall constitute signing of the agreement. The signing of
agreement will amount to award of contract and Bidder will initiate the execution of the wok
as specified in the agreement. At the same time as the SIA notifies the successful Bidder that
its bid has been accepted, the SIA will send the Bidders the Performa for Contract provided in
the Tender Document, incorporating all agreements between the parties. Within 7 days of
receipt of the Contract, the successful Bidder shall sign and date the Contract and return it to
the SIA.

Discharge of Bid Security


Upon the successful signing of the agreement, SIA shall request promptly the Bidder to
provide performance guarantee pursuant to Section 6.24. On receipt of the performance
guarantee, the bid security of all Bidders will be released.

Expenses for the Contract


The incidental expenses of execution of agreement / contract shall be borne by the successful
Bidder.

9.23 Failure to abide by the Agreement


The conditions stipulated in the agreement shall be strictly adhered to and violation of any of
the conditions will entail termination of the contract without prejudice to the rights of the SIA
with such penalties as specified in the Bidding document and the Agreement.

9.24 Bank Guarantee for Contract Performance


1 Within 14 days of the receipt of notification of award from the SIA, the successful Bidder
shall furnish the performance security in accordance with the Terms & Conditions of
Contract which shall be equal to 10% of the value of the Contract and in the Contract
Performance Guarantee Bond prescribed at Volume I, Annexure 5 – Proforma of Bank
Guarantee towards Performance Security.

101
2 Failure of the successful Bidder to comply with the requirement shall constitute sufficient
grounds for the annulment of the award and forfeiture of the EMD. In case of
exigency, if the SIA gets the work done from elsewhere, the difference in the cost of
getting the work done will be borne by the successful Bidder.

9.25 Confidentiality of the Document


This Tender Document is confidential and the Bidder shall ensure that anything contained in
this Tender Document shall not be disclosed in any manner, whatsoever.

9.26 Rejection Criteria


Besides other conditions and terms highlighted in the tender document, bids may be rejected
under following circumstances:

Pre-Qualification Rejection Criteria


• Bids submitted without or with improper EMD.
• Bids which do not conform to unconditional validity of the bid as prescribed in the
Tender.
• If the information provided by the Bidder is found to be incorrect / misleading at any
stage / time during the Tendering Process.
• Any effort on the part of a Bidder to influence the bid evaluation, bid comparison or
contract award decisions.
• Bids received by the SIA after the last date prescribed for receipt of bids.
• Bids without signature of person (s) duly authorized on required pages of the bid
• Bids without power of authorization and any other document consisting of adequate
proof of the ability of the signatory to bind the Bidder.

Technical Rejection Criteria


• Technical Bid containing commercial details.
• Revelation of Prices in any form or by any reason before opening the Commercial Bid.
• Failure to furnish all information required by the RFP Document or submission of a
bid not substantially responsive to the Tender Document in every respect.
• Bidders not quoting for the complete scope of Work as indicated in the Tender
documents, addendum (if any) and any subsequent information given to the Bidder.
• Bidders not complying with the Technical and General Terms and conditions as
stated in the RFP Documents.
• The Bidder not conforming to unconditional acceptance of full responsibility of
providing services in accordance with the Scope of work and Service Level
Agreements of this tender.
• If the bid does not confirm to the timelines indicated in the bid.

Commercial Rejection Criteria


• To ensure a reasonable and realistic ratio of CAPEX and OPEX: a bid may be liable to
be rejected after scrutiny if total CAPEX happens to be more than 50% of the
overall bid value.

9.27 Concessions permissible under statutes


Bidder, while quoting against this tender, must take cognizance of all concessions permissible
under the statutes including the benefit under Central Sale Tax Act, 1956, failing which it will
have to bear extra cost where Bidder does not avail concessional rates of levies like customs
duty, excise duty, sales tax, etc. The SIA will not take any responsibility towards this.
However, SIA may provide necessary assistance, wherever possible, in this regard.

102
9.28 Income Tax Liability
The Bidder will have to bear all Income Tax liability both corporate and personal tax.

103
SECTION – VII
General Conditions of Contract

104
10Section VII - General Conditions of the Contract

This CONTRACT is made and entered into on this ….. day of ……….. by and between Assam
Electronics Development Corporation Limited, (herein after referred to as AMTRON/SIA
which expression shall include its successors and permitted assigns), acting on behalf of the
Information Technology Department of the Government of Assam on the one part and M/s
……………., a company registered under the companies Act with its Registered office at ………
referred to as the “DATA CENTRE OPERATOR” (hereinafter referred to as the “DCO” which
expression shall include its successors and permitted assigns) on the other part.

Whereas Assam State Government is desirous of Design, Site Preparation, Supply,


Installation, Commissioning, Maintenance and Operations of the Assam State Data Centre for
a period of 5 years and 6 months from the date of signing of this contract or 5 years from the
date of acceptance of SDC by SIA whichever is later.
And whereas the DCO represents that it has the necessary experience for carrying out Assam
State Data Centre operations as referred to herein and has submitted a bid for providing the
required services against Assam State Data Centre, Tender No………. all in accordance with the
terms and conditions set forth herein and any other reasonable requirements of the SIA from
time to time.

And whereas AMTRON has accepted the bid of the DCO and has placed Fax order / Letter of
Intent /Notification of Award vide its letter ……….. Dated…. on the DCO.

Now it is hereby agreed to by and between the parties as under:

10.1 Definitions

In this Contract, the following terms shall be interpreted as indicated:

7.1.1 “Business Day” means any day that is not a Sunday or a public holiday (as per the
official holidays observed by SIA.
7.1.2 “Confidential Information” means any information disclosed to or by any Party to
this Contract and includes any information in relation to the Parties, a third party or
any information with regard to any taxpayer, or any other person who is covered within
the ambit of any commercial taxes legislation including any such information that may
come to the knowledge of the Parties hereto / Bidder’s Team by virtue of this Contract
that:
7.1.2.1 Is by its nature confidential or by the circumstances in which it is disclosed
confidential or
7.1.2.2 Is designated by the disclosing Party as confidential or identified in terms
connoting its confidentiality; but does not include information which is or
becomes public knowledge other than by a breach of this Contract or or
information which is already known to the receiving party free of any restriction
at the time it is obtained from the disclosing party; or information that is
subsequently learned from an independent third party free of any restriction and
without breach of this provision; or information that is independently developed
by the receiving party without reference to or use of any Confidential Information
of the disclosing party; or information that is required to be disclosed pursuant to
an applicable law, rule, regulation, government requirement or court order, or the
rules of any stock exchange (provided, however, that the receiving party shall
advise the disclosing party of such required disclosure promptly upon learning

105
thereof in order to afford the disclosing party a reasonable opportunity to contest,
limit and/or assist the receiving party in crafting such disclosure) .

7.1.3 “Contract” means the Agreement entered into between the SIA and the “DCO” as
recorded in the Contract form signed by the SIA and the “DCO” including all
attachments and Annexes thereto, the Tender and all Annexes thereto and the agreed
terms as set out in the bid, all documents incorporated by reference therein and
amendments and modifications to the above from time to time;
7.1.4 “DCO’s Representative” means the person or the persons appointed by the DCO from
time to time to act on its behalf for overall co-ordination, supervision and project
management.
7.1.5 “Commissioning of Data Centre” means the Data Centre site preparation,
supply and installation of the required Physical & IT components, making
the site available to SIA for carrying out live Operations and getting the acceptance of
the same from the SIA.
7.1.6 “Document” means any embodiment of any text or image however recorded and
includes any data, text, images, sound, voice, codes or and databases or microfilm or
computer generated micro fiche.
7.1.7 “Effective Date” means the date on which this Contract is signed and executed by the
parties hereto. If this Contract is executed in parts, then the date on which the last of
such Contracts is executed shall be construed to be the Effective Date;
7.1.8 “Intellectual Property Rights” means any patent, copyright, trademark, trade name,
design, trade secret, permit, service marks, brands, propriety information, knowledge,
technology, licenses, databases, computer programs, software, know how or other form
of intellectual property right, title, benefits or interest whether arising before or after
the execution of this Contract and the right to ownership and registration of these
rights.
7.1.9 “Kick Off Meeting” means a meeting convened by the SIA to discuss and finalize the
work execution plan and procedures with the DCO.
7.1.10 The “DCO” means the company with whom the order has been placed for providing
Services as specified in this tender/contract and shall be deemed to include the DCO's
successors, representatives (approved by the SIA), and permitted assigns, as the case
may be, unless excluded by the terms of the contract.
7.1.11 “Data Centre Operator Team” means the successful Bidder who has to provide
services to the SIA under the scope of this Tender / Contract. This definition shall also
include any and/or all of the employees of Bidder, their authorized agents and
representatives and approved subcontractors or other personnel employed or engaged
either directly or indirectly by the DCO for the purposes of the Contract.
7.1.12 “Parties” means the SIA and the DCO and “Party” means either of the Parties.
7.1.13 “Service” means facilities/services to be provided as per the requirements specified in
this tender document and any other incidental services, such as installation,
implementation, maintenance, and provision of technical assistance and other such
obligations of the DCO covered under the Contract.
7.1.14 “Service Specification” means and include detailed description, statements to
technical data, performance characteristics, and standards (Indian as well as) as
applicable and as specified in the Contract as well as those specifications relating to
Industry standards and codes applicable to the performance of the work, work
performance quality and the specifications affecting the works or any additional
specification required to be produced by the DCO to meet the design criteria.
7.1.15 “Site” means the Data Centre space, NOC Area, Staging Area, Media and Accessories
Room and other allied areas as approved by the SIA for the purposes of the contract
wherein the operations/services/facilities as specified in the scope of work are to be
provided/ carried out.

106
7.1.16 The “System Integrator” means the Firm or Company who is responding to this RFP
for providing a turnkey solution towards ‘Design, Supply, Installation, Configuration,
Operations and Maintenance of the Physical & IT infrastructure the State Data Centre’
as per requirements and terms and conditions specified in this RFP by combining goods
and services from multiple vendors or consortium partners
7.1.17 “Subcontractor” means any person or persons or firm/company or their legal
representatives, successors, assignees to which part of the contract has been outsourced
by the DCO after necessary consent of AMTRON.
7.1.18 “The Contract Price/Value” means the price payable to the DCO under the Contract
for the full and proper performance of its contractual obligations.
7.1.19 “AMTRON” shall mean SIA, India and shall include its legal representatives,
successors and permitted assignees.
7.1.20 “SIA’s Representative” shall mean the person appointed by the SIA from time to
time to act on its behalf at the site for overall coordination, supervision and project
management at site. This may refer to the Composite Team or any other
individual/agency as appointed by the SIA from time to time.
7.1.21 “Bidder” shall mean an Individual Company registered under the Companies Act 1956
or a Consortium of companies consisting of not more than three companies as defined
in this document which participates in the Bidding process.
7.1.22 “Prime Bidder” shall mean the Indian company of the Consortium incorporated
under the Companies Act, 1956 which shall interface with the Government on behalf of
Consortium, for the successful execution of the project for the entire agreement period.
7.1.23 “Acceptance of Data Center” shall mean the Final Acceptance Testing of the Data
Center (FAT).
7.1.24 “Operations and Maintenance” (O&M) phase shall mean the phase that begins
immediately after the successful completion of the FAT (Final Acceptance Testing).
7.1.25 “Quarterly Guaranteed Revenue” (QGR) shall mean the quarterly revenue
payable to the DCO by the SIA during the Operations and Maintenance phase, subject
to approval by the Third Party Agency (TPA).
7.1.26 “Partial Acceptance testing” (PAT) shall mean the installation and commissioning
of equipment (Non-IT and IT). Once Non-IT equipment are installed & commissioned
and ready to use, PAT will be issued for Non-IT equipment and IT installation will get
started. Similar way PAT of IT equipment will be carried out.

10.2 Interpretation
In this Contract unless a contrary intention is evident:
7.2.1 The clause headings are for convenient reference only and do not form part of this
Contract;
7.2.2 Unless otherwise specified a reference to a clause number is a reference to all of its sub-
clauses;
7.2.3 Unless otherwise specified a reference to a clause, sub-clause or section is a reference to
a clause, sub-clause or section of this Contract including any amendments or
modifications to the same from time to time;
7.2.4 A word in the singular includes the plural and a word in the plural includes the singular;
7.2.5 A word importing a gender includes any other gender;
7.2.6 A reference to a person includes a partnership and a body corporate;
7.2.7 A reference to legislation includes legislation repealing, replacing or amending that
legislation;
7.2.8 Where a word or phrase is given a particular meaning it includes the appropriate
grammatical forms of that word or phrase which have corresponding meanings.
7.2.9 In the event of an inconsistency between the terms of this Contract and the Tender and
the Bid, the terms of the contract shall prevail. In case any terms or conditions are not

107
specified in this Contract, those specified in the Proposal submitted & accepted and the
RFP shall prevail.

10.3 Representations & Warranties


In order to induce AMTRON to enter into this Contract, the DCO hereby represents and
warrants as of the date hereof, which representations and warranties shall survive the terms
and tenure of the agreement and termination here of the following:
7.3.1 That the DCO has the requisite experience in providing Data Centre site preparation
and maintenance services, the technical know-how and the financial wherewithal, the
power and the authority that would be required to successfully provide the Services
sought by the SIA for the purposes of this Contract.
7.3.2 That the DCO is not involved in any major litigation or legal proceedings, pending,
existing and potential or threatened that may have an impact of affecting or
compromising the performance or delivery of Services under this Contract.
7.3.3 That the representations and warranties made by the DCO in the bid or will be made in
this contract are and shall continue to remain true and fulfill all the requirements as are
necessary for executing the obligations and responsibilities as laid down in the Contract
and the Tender and unless AMTRON specifies to the contrary, the DCO shall be bound
by all the terms of the Bid and the contract through the term of the contract.
7.3.4 That the DCO has the professional skills, personnel and resources/authorizations that
are necessary for providing all such services as are necessary to fulfill the Scope of Work
stipulated in the Tender and this Contract.
7.3.5 That there shall not be any privilege, claim or assertion made by a third party with
respect to right or interest in ownership, mortgage or disposal of any asset, property,
movable or immovable as mentioned in any Intellectual Property Rights licenses and
permits.
7.3.6 That the DCO shall use such assets of the SIA as the SIA may permit for the sole
purpose of execution of its obligations under the terms of the Bid, Tender or this
Contract. The DCO shall however have no claim to any right, title, lien or other interest
in any such property and any possession of property for any duration whatsoever shall
not create any right in equity or otherwise merely by fact of such use or possession
during or after the term hereof.
7.3.7 That the inventory of all items procured under this RFP will be verified and entered into
the stock register at the time of FAT. In due course if the DCO brings any equipment/
software licenses etc. in order to obtain certifications and maintain the SLA's, the same
will have to be added in the inventory register and will become the property of the State.
This would also be verified by the TPA, appointed by the State.
7.3.8 That the DCO shall procure all the necessary permissions and adequate approvals and
licenses for use of various software and any copyrighted process/product free from all
claims, titles, interests and liens thereon and shall keep the SIA indemnified in relation
thereto.
7.3.9 That the execution of the Services and the Scope of work herein are and shall be in
accordance and in compliance with all applicable laws.
7.3.10 That all conditions precedent under the Contract has been satisfied.
7.3.11 That neither the execution and delivery by the DCO of the Contract nor the DCO’s
compliance with or performance of the terms and provisions of the Contract (i) will
contravene any provision of any Applicable Law or any order, writ, injunction or decree
of any court or Governmental Authority binding on the DCO, (ii) will conflict or be
inconsistent with or result in any breach of any or the terms, covenants, conditions or
provisions of, or constitute a default under any Contract, Contract or instrument to
which the DCO is a party or by which it or any of its property or assets is bound or to

108
which it may be subject or (iii) will violate any provision of the Memorandum and
Articles of Association of the DCO.
7.3.12 That the DCO certifies that all registrations, recordings, filings and notarizations of the
Contract and all payments of any tax or duty, including without limitation stamp duty,
registration charges or similar amounts which are required to be effected or made by
the DCO which is necessary to ensure the legality, validity, enforceability or
admissibility in evidence of the Contract have been made.
7.3.13 That the DCO owns, has license to use or otherwise has the right to use, free of any
pending or threatened liens or other security or other interests all its Intellectual
Property Rights, which are required or desirable for performance of its services under
this contract and regarding the same the DCO does not, so far as the DCO is aware, in
carrying on its business and operations, infringe any Intellectual Property Rights of any
person. So far as the DCO is aware, none of the Intellectual Property Rights, owned or
enjoyed by the DCO or which the DCO is licensed to use, which are material in the
context of DCO’s business and operations for the performance of this contract are being
infringed nor, so far as the DCO is aware, is there any infringement or threatened
infringement of those Intellectual Property Rights licensed or provided to the DCO by
any person. All Intellectual Property Rights (owned by the DCO or which the DCO is
licensed to use) required by the DCO for the performance of the contract are valid and
subsisting. All actions (including registration, payment of all registration and renewal
fees) required to maintain the same in full force and effect have been taken thereon and
shall keep the SIA indemnified any losses or damages arising due to a breach of a third
party intellectual property right which was infringed solely due to use by the SIA of
Services of the DCO.
PROVIDED HOWEVER (i) the SIA notifies the DCO in writing promptly (ii) the
DCO has the sole control and responsibility for the defense and all related settlement
negotiations; (iii) The SIA provides the DCO with the assistance, information, and
authority reasonably necessary to perform the above; and (iv) SIA does not make any
statements, admissions or public remarks with respect to the claim without obtaining
the prior written consent of DCO.

DCO shall have no liability for any claim of infringement based on: (i) use of a
superseded or altered release of some or all of the deliverables including, but not
limited to, SIA’s failure to use corrections, fixes, or enhancements made available by
DCO; (ii) the combination, operation, or use of some or all of the deliverables (or any
modification thereof furnished) with information, software, specifications, instructions,
data, or materials not furnished by DCO if the infringement could have been avoided by
not combining, operating, or using the deliverables or any part of modification thereof;
(iii) some or all of the Deliverables or the modification thereof, which is based on SIA’s
material, data or design; (iv) any change, not made by DCO, to some or all of the
deliverables or any modification thereof or (v) use of the deliverables otherwise than for
the purposes authorized hereunder. Provided however, that the DCO’s liability will be
excluded if the DCO is not given prior intimation about the claims or is so informed and
has advised SIA about the future course of action but the SIA does not adhere to any
such advice.

If any of the deliverables provided to SIA is found by the DCO to infringe any third
party intellectual property rights, the DCO shall have the option, at its expense, to (i)
modify the deliverables so as to make it non infringing (ii) obtain for SIA a license to
continue using the deliverables; (iii) provide an alternate solution and in the event of
failure terminate the license for the infringing part of the deliverables and refund SIA a
pro - rata portion of the fees paid for that portion of deliverables. This clause provides

109
for DCO’s entire liability and SIA’s exclusive remedy for claims of infringement of
intellectual property rights related to DCO’s deliverables/Services.

7.3.14 That time is the essence of the Contract and hence the DCO shall at all times maintain
sufficient manpower, resources, and facilities, to provide the Services in a workmanlike
manner on a timely basis.
7.3.15 That its security measures, policies and procedures are adequate to protect and
maintain the confidentiality of the Confidential Information.
7.3.16 That in providing the Services or deliverables or materials, neither DCO nor its agent,
nor any of its employees, shall utilize information which may be considered confidential
information of or proprietary to any prior employer or any other person or entity.

10.4 Scope of Work / Contract

7.4.1 Scope of the CONTRACT shall be as defined in this CONTRACT. Scope of work
including specifications and drawings and the Service level agreement and annexes are
stated in this document.
7.4.2 SIA has engaged the DCO for design, site preparation, supply, installation,
maintenance, and operations of physical and IT infrastructure for the establishment of
State Data Centre at Assam. The DCO is required to provide such services, support and
infrastructure as necessary during the term of this Contract and includes all such
processes and activities which are consistent with the proposals set forth in the Bid, the
Tender and this Contract and are deemed necessary by the SIA in order to meet its
business requirements (hereinafter ‘scope of work’).
7.4.3 If any services, functions or responsibilities not specifically described in this Contract
are an inherent, necessary or customary part of the Services or are required for proper
performance or provision of the Services in accordance with this Contract, they shall be
deemed to be included within the scope of the work to be delivered for the Charges, as if
such services, functions or responsibilities were specifically described in this Contract.
7.4.4 AMTRON reserves the right to amend any of the terms and conditions with mutual
agreement in relation to the Scope of Work and may issue any such directions which are
not necessarily stipulated therein if it deems necessary for the fulfillment of the Scope of
Work pursuant to Clause 7.20.

10.5 Duration of the Contract


The CONTRACT shall remain valid for a period of 5 (five) years and 6 months from the date of
signing of contract or 5 (five) years from the date of acceptance of the data center whichever is
later.

10.6 Contract Performance Guarantee


Within 14 (fourteen) days after the receipt of notification of award of the Contract (Letter of
Intent) from the SIA the successful Bidder shall furnish Contract Performance Guarantee to
the SIA which shall be equal to 10% of the value of the Contract and shall be in the form of a
Bank Guarantee Bond from a Nationalized Bank in the Proforma given in Volume I, Annexure
5. The Performance bank Guarantee will be valid for 2 months beyond the duration of the
Contract. In case the initial validity expires before the expiry of the contract, the DCO will
extend the validity of the guarantee for such period of two months beyond the duration of the
contract. The Bank Guarantee will be released to the DCO after completion of the
Contract/Work subject to proper and satisfactory performance of the work by the DCO.

10.7 DCO’s Obligations

110
7.7.1 The DCO would be required to develop, maintain and manage the proposed State Data
Centre facilities. It will be the DCO’s responsibility to ensure compliance to the
requirements of the Data Centre and continued operation of the Data Centre in
accordance with and in strict adherence to the terms of this Bid, the Tender and this
Contract.

7.7.2 In addition to the aforementioned, the DCO shall:

7.7.2.1 Perform the Services specified by the SIA and make available the necessary
equipment / facilities / services as may be necessary and other ‘Scope of work’
requirements as specified in the tender and changes thereof.
7.7.2.2 The DCO shall ensure that the it’s Team is competent, professional and possesses the
requisite qualifications and experience appropriate to the task they are required to
perform under this Contract. The DCO shall ensure that the Services are performed
through the efforts of its Team, in accordance with the terms hereof. Nothing in this
Contract relieves the DCO from its liabilities or obligations under this Contract to
provide the Services in accordance with the SIA directions and requirements and as
stated in this Contract and the Bid to the extent accepted by the SIA and the DCO
shall be liable for any non-performance, non-compliance, breach, other loss and
damage resulting either directly or indirectly by or on account of its Team.
7.7.3 The DCO’s representative shall have all the powers requisite for the performance of
services under this contract. The DCO’s Representative shall liaise with the SIA’s
Representative for the proper coordination and timely completion of the works and on
any other matters pertaining to the works. He will extend full co-operation to SIA’s
Representative in the manner required by them for supervision/inspection/observation
of the Data Centre facilities, equipment/material, procedures, performance, reports and
records pertaining to the works. He shall also have complete charge of the DCO’s
personnel engaged in the performance of the works and to ensure internal discipline,
compliance of rules, regulations and safety practice. He shall also co-ordinate and co-
operate with the other Service Providers/Vendors of the SIA working at the Site/offsite
for activities related to planning, execution of scope of work and providing services
under this contract. Name, email id & contact number of the DCO’s representative
should be shared with the SIA.
7.7.4 Reporting Progress:
7.7.4.1 DCO shall monitor progress of all the activities specified in the contract and submit
free of cost monthly progress report about various aspect of the work to the SIA. The
SIA on mutual agreement between both parties may change the periodicity of such
reports. Extracts of the progress report to be termed, as “Executive Summary” shall be
submitted in 3 copies, along with 3 copies of monthly progress report. The same is
required to be submitted in soft copy as well. Formats for such reporting shall be
discussed at the Kick-Off meeting.
7.7.4.2 The Data Centre facilities / services and/or labor to be provided by the DCO under the
Contract and the manner and speed of execution and maintenance of the work are to
be conducted in a manner to the satisfaction of SIA’s Representative in accordance
with the Contract. Should the rate of progress of the work compliance to the
requirements of the Data Centre/its facilities or any part of them at any time fall
behind the stipulated time for completion or is found to be too slow to ensure
completion of the works or insufficient for satisfactory operation of the Data Centre
the SIA’s Representative shall so notify the DCO in writing.
7.7.4.3 The DCO shall reply to the written notice giving details of the measures he proposes
to take to expedite the progress so as to complete the works by the prescribed time.
The DCO shall not be entitled to any additional payment for taking such steps. If at
any time it should appear to the SIA or SIA’s Representative that the actual progress

111
of work does not conform to the approved project plan, the DCO shall produce at the
request of the SIA’s Representative a revised project plan showing the modification to
the approved project plan necessary to ensure completion of the works within the
time for completion or steps initiated to ensure compliance/improvement to the
stipulated requirements
7.7.4.4 In case during the site preparation of the proposed Data Centre the progress falls
behind schedule or does not meet the desired requirements, DCO shall deploy extra
manpower, resources, infrastructure to make up the progress or to meet the
requirements. Project plan for deployment of extra man power/ resources/
infrastructure will be submitted to the SIA for its review and approval, which
approval shall not be unreasonably withheld. All time and cost effect in this respect
shall be borne by the DCO unless otherwise expressly provided in the Contract.
Notwithstanding anything to the contrary mentioned herein the DCO shall be excused
and not be liable or responsible for any delay or failure to perform the services or
failure of the services or a deliverable under this Agreement, to the extent that such
delay or failure has arisen as a result of any delay or failure by the SIA or its
employees or agents or third party engaged by SIA to perform any of its duties and
obligations as set out in this Agreement. In the event that DCO is delayed or
prevented from performing its obligations due to such failure or delay on the part of
or on behalf of the SIA, then DCO shall be allowed an additional period of time to
perform its obligations and unless otherwise agreed the additional period shall be
equal to the amount of time for which DCO is delayed or prevented from performing
its obligations due to such failure or delay on the part of or on behalf of the SIA. Such
failures or delays shall be brought to the notice of the SIA and subject to mutual
agreement with the SIA and the DCO shall take such actions as may be necessary to
correct or remedy the failures or delays. DCO shall be entitled to invoice the SIA for
additional costs incurred in connection with correction or remedy as above at
mutually agreed time & material rates.

7.7.5 Knowledge of Site Conditions:

7.7.5.1 The DCO’s undertaking of this Contract shall be deemed to mean that the DCO
possesses the knowledge of all data center related requirements as stipulated in the
Tender Document including but not limited to environmental, demographic and
physical conditions and all criteria required to meet the design of the data center.
7.7.5.2 The DCO shall be deemed to have understood the requirements and have satisfied
himself with the data contained in the Bidding Documents, the quantities and nature
of the works and materials necessary for the completion of the works, etc. and in-
general to have obtained himself all necessary information of all risks, contingencies
and circumstances affecting his obligations and responsibilities therewith under the
Contract and his ability to perform it. However, if during the process of site
preparation and installation of the equipment at the Data Centre, as required by SIA,
DCO detects any obstructions affecting the work, the DCO shall take all measures to
overcome them.
7.7.5.3 DCO shall be deemed to have satisfied himself as to the correctness and sufficiency of
the Contract Price for the works. The consideration provided in the Contract for the
DCO undertaking the works shall cover all the DCO’s obligation and all matters and
things necessary for proper execution and maintenance of the works in accordance
with the Contract and for complying with any instructions which the SIA’s
Representative may issue in accordance with the connection therewith and of any
proper and reasonable measures which the DCO takes in the absence of specific
instructions from the SIA’s Representative.

112
10.8 DCO’s Team

7.8.1 The DCO shall supply to the SIA 5 days prior to the effective date of commencement of
works/services or kick-off meeting whichever is earlier, an organization chart showing
the proposed organization/manpower to be established by the DCO for execution of the
work/facilities including the identities and Curriculum-Vitae of the key personnel to be
deployed. The DCO shall promptly inform the SIA in writing of any revision or
alteration of such organization charts.
7.8.2 The DCO shall be responsible for the deployment, transportation, accommodation and
other requirements of all its employees required for the execution of the work and for
all costs/charges in connection thereof.
7.8.3 The DCO shall provide and deploy manpower on the Site for carrying out the work, only
those manpower resources who are skilled and experienced in their respective trades
and who are competent to execute or manage/supervise the work in a proper and timely
manner.
7.8.4 The SIA’s Representative may at any time object to and require the DCO to remove
forthwith from the site a supervisor or any other authorized representative or employee
of the DCO or any person(s) deployed by DCO or his subcontractor, if in the opinion of
the SIA’s Representative the person in question has miss-conducted himself or his
deployment is otherwise considered undesirable by the SIA’s Representative the DCO
shall forthwith remove and shall not again deploy the person in question of the work
site without the written consent of the SIA’s Representative.
7.8.5 The SIA’s Representative may at any time insist the DCO to remove from the work / Site
the DCO’s supervisor or any other authorized representative including any employee of
the DCO or his subcontractor or any person(s) deployed by DCO or his subcontractor
for professional incompetence or negligence or for being deployed for work for which he
is not suited. The DCO, in such a case, shall find a competent substitute with equivalent
background for the outgoing member to the satisfaction of the SIA. The DCO shall not
again deploy any person so objected to on the work or on the sort of work in question
(as the case may be) without the written consent of the SIA’s Representative.
7.8.6 The SIA Representative shall state to the DCO in writing his reasons for any request or
requirement pursuant to this clause.
7.8.7 The DCO shall maintain backup personnel and shall promptly provide replacement of
every person removed pursuant to this section with an equally competent substitute
from the pool of backup personnel.
7.8.8 In case of change in its team composition owing to attrition, the DCO shall ensure a
reasonable amount of time-overlap in activities to ensure proper knowledge transfer
and handover/takeover of documents and other relevant materials between the
outgoing and the new member. The exiting team member should be replaced with an
equally competent substitute with equivalent background from the pool of backup
personnel.

10.9 Statutory Requirements


7.9.1 During the tenure of this Contract nothing shall be done by the DCO in contravention
of any law, act and/ or rules/regulations, there under or any amendment thereof
governing inter-alia customs, stowaways, foreign exchange etc. 7.9.2 The DCO and
their personnel/representative shall not alter / change / replace any hardware
component proprietary to the SIA and/or under warranty or AMC of third party
without prior consent of the SIA.
7.9.3 The DCO and their personnel/representative shall not without consent of the SIA
install any hardware or software not purchased / owned by the SIA.

113
10.10 Contract Administration

7.10.1 Either party may appoint any individual / organization as their authorized
representative through a written notice to the other party. Each representative shall
have the authority to:
7.10.1.1 Exercise all of the powers and functions of his/her Party under this Contract other
than the power to amend this Contract and ensure the proper administration and
performance of the terms hereof and
7.10.1.2 Bind his or her Party in relation to any matter arising out of or in connection with this
Contract.
7.10.2 The DCO along with the members of subcontractor/ third party shall be bound by all
undertakings and representations made by the authorized signatory of the DCO and
any covenants stipulated hereunder with respect to this Contract for and on their
behalf.
7.10.3 For the purpose of execution or performance of the obligations under this Contract
the SIA’s Representative would act as an interface with the nominated representative
of the DCO. The DCO shall comply with any instructions that are given by the SIA’s
Representative during the course of this Contract in relation to the performance of its
obligations under the terms of this Contract and the Tender.
7.10.4 A Committee comprising of representatives from the SIA and the DCO shall meet on a
quarterly basis to discuss any issues / bottlenecks being encountered. The DCO shall
draw the minutes of these meetings and circulate to the SIA.

10.11 Right of Monitoring, Inspection and Periodic Audit

7.11.1 The SIA reserves the right to inspect and monitor/assess the
progress/performance/maintenance of the Data Centre at any time during the course
of the Contract, after providing due notice to the DCO. The SIA may demand and
upon such demand being made the SIA shall be provided with any document, data,
material or any other information which it may require to enable it to assess the
progress of the project.
7.11.2 The SIA shall also have the right to conduct, either itself or through another Third
Party, as it may deem fit, an audit to monitor the performance of the DCO’s
obligations/functions in accordance with the standards committed to or required by
the SIA. The DCO undertakes to cooperate with and provide to the SIA/ any other
Third Party appointed by the SIA, all documents and other details as may be required
by them for this purpose. Any deviations or contravention identified as a result of
such audit/assessment would need to be rectified by the DCO failing which the SIA
may without prejudice to any other rights that it may have issue a notice of default.
7.11.3 DCO shall have to give an access of EMS console and /or Helpdesk Console and /or
reporting tools (Availability and Performance) to the SIA or its designated agency
such as TPA during the entire contract period as and when required. This will be
required for the purpose of service level and other operational requirements related to
payment and project obligations. Any third party agency appointed by the SIA under
this clause shall agree to adhere to the security and confidentiality policies of the
DCO.
7.11.4 No confidential data of bidder on internal cost, margin etc. will be shared by SIA
during monitoring and inspection by SIA or it appointed TPA.
7.11.5 SIA shall not withhold or delay the issuance of any acceptance certificate of any of the
deliverables, if the deliverables substantially meet the specifications or on account of
any minor defects which have no material effect on the functionality of the
deliverables. Notwithstanding the foregoing sentence, a deliverable shall be treated as

114
accepted by the SIA if SIA (a) fails to provide the list of non-conformities within two
(2) weeks of delivery, (b) fails to notify the acceptance of the deliverables in terms of
this clause within the period of two (2) weeks from delivery, or (c) starts using the
deliverable in a live production environment (other than as part of agreed review and
acceptance testing procedure and FAT).

10.12 SIA’s Obligations

7.12.1 The SIA’s Representative shall interface with the DCO to provide the required
information, clarifications, and to resolve any issues as may arise during the
execution of the Contract. SIA shall provide adequate cooperation in providing details
assisting with coordinating and obtaining of approvals from various governmental
agencies, in the cases, where intervention of the SIA is proper and necessary.
7.12.2 SIA shall ensure that timely approval is provided to the DCO, where deemed
necessary, which should include physical data center diagram/plans and all
specifications related to equipment/material required to be provided as part of the
Scope of Work.
7.12.3 The SIA shall approve all such documents as per Clause 7.12.2.
7.12.4 The SIA shall ensure that all legal, statutory and regulatory approvals required to be
taken in relation to this Project is taken by the SIA in advance. If any delay is caused
to the DCO owing to any delay in the accordance of any such approval which was to be
taken by the SIA herein the SIA shall extend the mutual agreed delivery schedule
proportionately with such amount of time as can be attributable to any such delay.
7.12.5 The SIA shall demarcate a specific spot for disposal of any waste generated by the DCO
during the performance of the Services hereunder and shall not hold the DCO liable if
any waste generated by the DCO hereunder is always duly disposed of in such spot.

10.13 Information Security

7.13.1 The DCO shall not carry and/or transmit any material, information, layouts,
diagrams, storage media or any other goods/material in physical or electronic form,
which are proprietary to or owned by the SIA, out of Data Centre premises without
prior written permission from the SIA.
7.13.2 The DCO shall adhere to the Information Security policy developed by the SIA as shall
be shared with the DCO in advance and in writing.
7.13.3 DCO acknowledges that SIA business-data and other SIA proprietary information or
materials, whether developed by SIA or being used by SIA pursuant to a license
agreement with a third party (the foregoing collectively referred to herein as
“proprietary information”) are confidential and proprietary to SIA and DCO agrees to
use reasonable care to safeguard the proprietary information and to prevent the
unauthorized use or disclosure thereof. This care shall not be less than that used by
DCO to protect its own proprietary information. DCO recognizes that the goodwill of
SIA depends, among other things, upon DCO keeping such proprietary information
confidential and that unauthorized disclosure of the same by DCO could damage SIA.
By reason of DCO’s duties hereunder, DCO may come into possession of such
proprietary information. The DCO shall limit access thereto to employees with a need
to access to perform the services required by this agreement. DCO shall use such
information only for the purpose of performing the said services.
7.13.4 DCO shall, upon termination of this agreement for any reason or upon demand by
SIA, whichever is earliest return any and all information provided to DCO by SIA
including any copies or reproductions, both hard copy and electronic.
7.13.5 The afore-mentioned confidentiality and non-use restrictions shall not apply to any
information which is or becomes public knowledge other than by a breach of this

115
Contract; or information which is already known to the receiving party free of any
restriction at the time it is obtained from the disclosing party; or information that is
subsequently learned from an independent third party free of any restriction and
without breach of this provision; or information that is independently developed by
the receiving party without reference to or use of any Confidential Information of the
disclosing party; or information that is required to be disclosed pursuant to an
applicable law, rule, regulation, government requirement or court order, or the rules
of any stock exchange (provided, however, that the receiving party shall advise the
disclosing party of such required disclosure promptly upon learning thereof in order
to afford the disclosing party a reasonable opportunity to contest, limit and/or assist
the receiving party in crafting such disclosure).

10.14 Ownership of Equipment and Intellectual Property

7.14.1 The SIA shall own the equipment and data center infrastructure supplied by the DCO
arising out of or in connection with this Contract.
7.14.2 The SIA acknowledges and agrees that this is a professional services arrangement and
that this arrangement is not intended to be used for licensing of any DCO’s proprietary
software or tools. Further, SIA acknowledges that in performing Services under this
arrangement the DCO may use DCO’s proprietary materials including without
limitation any software (or any part or component thereof), tools, methodology,
processes, ideas, know-how and technology that are or were developed or owned by
DCO prior to or independent of the services performed hereunder or any
improvements, enhancements, modifications or customization made thereto as part of
or in the course of performing the services hereunder, (“DCO Pre-Existing IP”). DCO
agrees that except with the prior consent of SIA, DCO shall not embed or incorporate
any of DCO Pre-Existing IP. Notwithstanding anything to the contrary contained
herein, DCO shall continue to retain all the ownership, the rights title and interests to
all DCO Pre-Existing IP and nothing contained herein shall be construed as preventing
or restricting DCO from using DCO Pre-Existing IP in any manner. To the extent that
any DCO Pre-Existing IP or a portion thereof is incorporated or contained in a
Deliverable resulting from this arrangement, DCO hereby grants to SIA a non-
exclusive, perpetual, royalty free, fully paid up, irrevocable license, to use, copy, install,
perform, display, modify and create derivative works of any such DCO Pre-Existing IP
in connection with the Deliverables and only as part of the Deliverables in which they
are incorporated or embedded.

The foregoing license does not authorizes SIA to (a) separate DCO Pre-Existing IP from the
Deliverable in which they are incorporated for creating a stand-alone product for marketing to
others; (b) independently sell, lease, exchange, mortgage, pledge, license, sub license, assign
or in any other way convey, transfer or alienate the DCO Pre-Existing IP in favour of any
person (either for commercial consideration or not (including by way of transmission), and/or
(c) except as specifically and to the extent permitted by the DCO in writing reverse compile or
in any other way arrive at or attempt to arrive at the source code of the DCO Pre-Existing IP.

All the Intellectual Property Rights (IPR) in the third party software or component used in
providing services including those forming part of or incorporated into the deliverables shall
remain with the respective third party owners/ DCO’s licensors and the SIA shall have user
rights in accordance with end user license agreement (EULA) as applicable to use of such
software or component.

116
10.15 Risk Management

7.15.1 DCO shall at his own expense adopt suitable Risk Management methodology to
mitigate all risks assumed by the DCO under this CONTRACT. DCO shall underwrite
all the risk related to its personnel deputed under this CONTRACT as well as
IMPLEMENTATION AGENCY’s equipment, tools and any other belongings of the
DCO or their personnel during the entire period of their engagement in connection
with this CONTRACT and take the essential step to reduce and mitigate the risk.
State Government will have no liability on this account.
7.15.2 DCO shall take out insurance policies for replacement value against all risks of loss or
damage caused to SIA’s property/ Equipment for property owned or hired by SIA and
the works and part of the works taken over by SIA.
7.15.3 Notwithstanding anything contained in any provision of this CONTRACT, either Party
shall defend, indemnify and hold the other harmless from and against any losses,
damages, costs or claims relating to any damage to property / person of such other
Party owing to reasons solely attributable to the willful misconduct and/or gross
negligence of the indemnifying party except in case of gross negligence or willful
misconduct of the part of such other Party, its subcontractor its agents or employees,
in which case the such other Party shall be liable to bear any loss or damage
occurring to such property/person.
7.15.4 “Gross Negligence” means: any act or failure to act (whether sole, joint or
concurrent) by a person or entity which was intended to cause or which was in
reckless disregard of or wanton indifference to, avoidable and harmful consequences;
such a person or entity knew or should have known the consequences of such an act
or failure to act. Notwithstanding the foregoing, Gross Negligence shall not include
any action taken in good faith for the safeguard of life or property. “Willful
Misconduct” means: “intentional disregard of good and prudent standards of
performance or proper conduct under the CONTRACT with knowledge that it is likely
to result in any injury to any person or persons or loss or damage of property.
7.15.5 Certificate of Insurance: Before commencing performance of the CONTRACT, DCO
shall furnish SIA with attested copies of the certificates of insurance indicating
(1) kinds and amounts of insurance as required herein
(2) companies carrying the aforesaid coverage
(3) effective and expiry dates of policies
(4) the territorial limits of all policies.

The SIA shall be given thirty days written advance notice of any material change in
the policy. If any of the above policies expire or/ are cancelled during the term of this
CONTRACT and DCO fails for any reason to renew such policies, then SIA may
replace same and charge the cost thereof to the DCO. Should there be lapse in any
insurance required to be carried out by DCO here under for any reason, losses
resulting there from shall be to the sole account of the DCO. Such insurance shall be
affected with an Insurance Company incorporated and registered in India or jointly
with a company of International repute and an Insurance Company incorporated and
registered in India.
7.15.6 Transit Risks: It is the responsibility of the Bidder for all transit risk such damage,
shortage, loss, deterioration, demurrage, warfare etc. for the supplies to the receiving
points. Ownership of any equipment or infrastructure put up by the DCO will not
come to the SIA till the acceptance of the Data Centre.

117
10.16 Indemnity

7.16.1 Either Party hereby agrees to indemnify and defend the indemnifying the either party
from and against any costs, losses, damages, expenses, claims including those from
third parties or liabilities of any kind howsoever suffered, arising or incurred inter alia
during and after the Contract period out of:
7.16.1.1 Any negligence or wrongful act or omission by the either party or the either party’s
Team or any subcontractor/ third party in connection with or incidental to this
Contract; or
7.16.1.2 Arising out of breach of third party intellectual property rights as enunciated and with
the limitations as mentioned in Clause 7.3.13 of this document.
7.16.2 All other claims like damage to property/breach of the terms of the contract/act
omission of the DCO shall be covered under limitation of liability clause stated in
Section 7.31.
7.16.3 Upon receipt of a third party claim, either party will promptly inform the other of the
claim and will provide the other party the right to defend or settle the claim. The
parties will also provide reasonable co-operation to the other in its
defense/settlement of the claim. Upon receipt of the notice from either party, the
other will initiate steps for the defense/settlement of the claim.

10.17 Confidentiality

7.17.1 The DCO shall not use any Confidential Information, the name or the logo of the SIA
except for the purposes of providing the Services as specified under this contract;
7.17.2 The DCO may only disclose Information in the following circumstances:
7.17.2.1 With the prior written consent of the SIA.
7.17.2.2 To a member of the DCO’s Team (“Authorized Person”) if:
7.17.2.2.1 The Authorized Person needs the Information for the performance of obligations
under this contract;
7.17.2.2.2 The Authorized Person is aware of it and is obliged to use it only for the
performance of obligations under this contract
7.17.3 Both Parties here by agree to use reasonable care to safeguard the Confidential
Information belonging to the other and to prevent its unauthorized use or disclosure
thereof including execution of a confidentiality agreement containing similar restraints
with its subcontractors (if applicable), employees and team members .
7.17.4 Each Party will be held responsible for any breach of the fore-going confidentiality
provisions by its team members, employees and subcontractors (if applicable).
7.17.5 The DCO shall notify the SIA promptly if it is aware of any disclosure of the
Information otherwise than as permitted by this Contract or with the authority of the
SIA.
7.17.6 Either party shall be liable to fully recompense the other for breach of confidentiality.
Either Party reserves the right to adopt legal proceedings, civil or criminal, against the
other in relation to a dispute arising out of breach of obligation by such other under
this clause.
7.17.7 The DCO shall not take away or remove in whatever manner any information on any
media like but not limited to Floppy, Digital Drives, CDs. DVDs, email etc from SDC
without the specific written permission of SIA. DCO, if required, shall take specific
permission for each such event.
7.17.8 The DCO shall not use any information which might have come to its knowledge in
whatever manner during the discharge of its obligation under the contract for any
purpose except strictly for discharging his obligation under the contract and no more.

118
7.17.9 Notwithstanding anything to the contrary mentioned elsewhere in the Contract the
confidentiality obligations mentioned herein shall survive the expiry / termination of
the agreement for a period of two (2) years thereafter.

10.18 Term and Extension of the Contract

7.18.1 The term of this Contract shall be for a period as indicated in the contract and
contract shall come to an end on expiry of such period except when its term is
extended by SIA.
7.18.2 The SIA shall reserve the sole right to grant any extension to the term mentioned
above with DCO’s mutual consent including fresh negotiations on terms and
conditions.

10.19 Prices

1.1.4 Prices quoted must be firm and shall not be subject to any upward revision on any
account whatsoever throughout the period of contract for the scope of the Contract
subject to Change Order provisions.
There are certain items in the Bill of Material (e.g. Hand held Fire extinguishers) for
which the quantity has been mentioned as “As Required”. The DCO must supply
adequate numbers of such items so as to meet the requirements of the Assam State
Data Centre.

10.20 Change Orders/Alteration/Variation

The DCO agrees that the Data Centre requirements given in specifications of the Bidding
Documents are minimum requirements and are in no way exhaustive and guaranteed by the
SIA. It shall be the responsibility of the DCO to meet all the requirements of design criteria
contained in the Bidding Documents and any upward revisions and/or additions of quantities,
specifications, sizes given in Specifications and drawings etc. of the Bidding Documents
required to be made during commissioning of Data Centre shall not constitute a change order
and shall be carried out without a change order and shall be carried out without any time and
cost effect to SIA. Any upward revision and/or additions consequent to errors, omissions,
ambiguities, discrepancies in the specification and Drawing
s etc. of the Bidding Documents which the DCO had not brought out to the SIA notice in his
tender shall not constitute a change order and such upward revisions and/or addition shall be
carried out by DCO without any time and cost effect to SIA. A change identified at any stage of
the contract which requires the Services / deliverable to deviate from the then current
baseline or the approved deliverable of the previous baseline to be modified, will be conveyed
by the SIA to DCO or vice-versa in the form of a Change Order document. The request for
change will then be assessed by DCO to evaluate its impact on feasibility, time schedules,
technical requirements in consequence of the proposed change and cost. DCO will present
this assessment to the SIA for its approval within a reasonable time period. DCO will
incorporate the change after receiving the SIA’s written approval. In case of delay in approval
by the SIA if the approved deliverable itself undergoes a change; this will mean a
reassessment of the Change Order.

Change Order
7.20.1.1 The change order will be initiated only in case (i) the SIA directs in writing the DCO
to include any addition to the scope of work covered under this Contract or delete
any part of the scope of the work under the Contract, (ii) DCO requests to delete
any part of the work which will not adversely affect the operational capabilities of

119
the facilities and if the deletions proposed are agreed to by the SIA and for which
cost and time benefits shall be passed on to the SIA, (iii) the SIA directs in writing
the DCO to incorporate changes or additions to the Design Criteria requirements
already covered in the Contract.
7.20.1.2 Any changes required by the SIA over and above the minimum requirements given
in the specifications and drawings etc. included in the Bidding Documents before
giving its approval to detailed design or Engineering for complying with design
criteria and changes required to ensure systems compatibility and reliability for safe
(As per codes, standards and recommended practices referred in the Bidding
Documents) and trouble free operation shall not be construed to be change in the
Scope of work under the Contract.
7.20.1.3 Any change order as stated in Clause 7.20.1.1 comprising an alteration which
involves change in the cost of the works (which sort of alteration is hereinafter
called a “Variation”) shall be the Subject of an amendment to the Contract by way of
an increase or decrease in the Contract Price and adjustment of the implementation
schedule if any.
7.20.1.4 If there is a difference of opinion between the DCO and SIA’s Representative
whether a particular work or part of the work constitutes a change order or not, the
matter shall be handled in accordance with the procedures set forth in Clause 7.20.2
7.20.1.5 Within ten working days of receiving the comments from the SIA or the drawings,
specification, purchase requisitions and other documents submitted by the DCO for
approval, the DCO shall respond in writing which item(s) of the Comments is/are
potential changes(s) in the “Scope of Work” in Section IV of the Volume I of the
tender document covered in the Contract and shall advise a date by which request
for a change order (if applicable) will be submitted to the SIA.

Procedures for Change Order


7.20.2.1 During detailed Engineering and subsequently, if the DCO observes that any new
requirement which other than that required for meeting the design criteria is not
specific or intended by the Contract has been stipulated by the SIA, while approving
the specifications, calculations, purchase requisitions, other documents etc. the
DCO would verbally discuss the matter with SIA’s Representative.
7.20.2.2 In case such requirement arises from the side of the DCO, the DCO would also
verbally discuss the matter with SIA’s Representative giving reasons thereof.
7.20.2.3 In either of the two cases as explained in Clause 7.20.2.1 and 7.20.2.2 above, the
representatives of both the parties will discuss on the new requirement for better
understanding and to mutually decide whether such requirement constitutes a
change order or not.
7.20.2.4 If it is mutually agreed that such Requirement constitutes a “Change Order” then a
joint memorandum will be prepared and signed by the DCO and SIA to confirm a
“Change Order” and basic ideas of necessary agreed arrangement.
7.20.2.5 Upon completion of the study referred to above under Clause 7.20.2.4, the results of
this study along with all relevant details including the estimated time and cost effect
thereof with supporting documents would be submitted to the SIA to enable the SIA
to give a final decision whether DCO should proceed with the change order or not in
the best interest of the works. The estimated cost and time impact indicated by DCO
shall be considered as a ceiling limit and shall be provisionally considered for taking
a decision to implement change order. The time impact applicable to the Contract
shall be mutually agreed, subsequently, on the basis of the detailed calculations
supported with all relevant back up documents. In case DCO fails to submit all
necessary substantiation/calculations and back up documents, the decision of the
SIA regarding time and cost impact shall be final and binding on the DCO.

120
7.20.2.6 If SIA accepts the implementation of the change order under Clause 7.20.2.5 above
in writing, which would be considered as change order then DCO shall proceed with
the relevant work stipulated in the change order pending final agreement between
the parties with regard to adjustment of the Contract Price and the Construction
Schedule.
7.20.2.7 In case, the mutual agreement about whether new requirement constitutes a change
order or not, is not reached, then the DCO in the interest of the works shall take up
the implementation of the work, if advised in writing to do so by SIA’s
Representative; putting on hold the settlement between the two parties to the effect
whether such requirement constitutes a change order or not as per the terms and
conditions of Contract documents. The time and cost effects in such a case shall be
mutually verified and recorded. If the said work constitutes a change order, the
same shall be compensated taking into account the records kept in accordance with
the Contract.
7.20.2.8 DCO shall submit necessary backup documents for the change order showing the
break-up of the various elements (e.g. Data Centre Space facilities provisioning,
Engineering, Procurement, Development, Installation etc.) constituting the change
order for the SIA review. If no agreement is reached between the SIA and DCO
within 60 days after SIA instruction in writing to carry out the change concerning
the increase or decrease in the Contract price and all other matters described above,
either party may refer the dispute to arbitration.

Change of Size/Quantities
The SIA will have the option to increase or decrease the size/ quantity of the dedicated and
exclusive Data Centre space as well as the Non-Data Centre space and the related
equipment/material to be provisioned by the DCO as mentioned in the Contract at any time
before work is initiated at the site, provided that such increase or decrease shall not exceed
twenty five percent (25%) of the total Contract Price. In case the change required by the SIA
exceeds 25% of the total Contract Price, the said change would be subject to the DCO
providing his written consent to the SIA request.

Conditions for extra work/change order


7.20.4.1 The provisions of the Contract shall apply to extra work performed as if the Extra
work / Change order has been included in the original Scope of work. However, the
Contract Price shall increase / decrease and the Time Schedule shall be adjusted on
account of the Extra work / Change orders as may be mutually agreed in terms of
provisions set forth in Clause 7.20.2 through 7.20.3 above. The DCO’s obligations
with respect to such work remain in accordance with the Contract.
7.20.4.2 The rates provided by the DCO as part of its commercial quote will be considered as
benchmark rates for placing change orders, if any.

10.21 Suspension of Work

7.21.1 The DCO shall, if ordered in writing by the SIA’s Representative, temporarily suspend
the works or any part thereof for such a period and such a time as ordered. The DCO
shall not be entitled to claim compensation for any loss or damage sustained by him
by reason of temporary suspension of the Works as aforesaid. An extension of time for
completion corresponding to the delay caused by any such suspension of the works as
aforesaid shall be granted to the DCO, if request for the same is made and that the
suspension was not consequent to any default or failure on the part of the DCO. In
case the suspension of works is not consequent to any default or failure on the part of

121
the DCO and lasts for a period of more than 2 months, the DCO shall have the option
to request the SIA to terminate the Contract with mutual consent.
7.21.2 In the event that the SIA suspends the progress of work for any reason not
attributable to the DCO for a period in excess of 30 days in aggregate, rendering the
DCO to extend its performance guarantee, SIA shall bear only the cost of extension of
such bank guarantee for such extended period restricted to the normal bank rates as
applicable in the international banking procedures subject to the DCO producing the
requisite evidence from the bank concerned.

10.22 Completion of Contract

7.22.1 Unless terminated earlier, pursuant to Clauses 7.3, 7.14, 7.17 the Contract shall
terminate on the completion of term as specified in the Contract.

10.23 Payment Schedule

7.23.1 The fee amount will be equal to the amount specified in Volume I, Section X –
Format for Tender Response – Commercial Bid. Payments will be released only on
satisfactory acceptance of the deliverables for each Task as per the following schedule:

S. No Payment Schedule Fee Payable Remarks


Payable against Bank
Guarantee for an
10% of the total amount equal to 10% of
1. Mobilization Advance
CAPEX the Contract value on or
before 10 days of
signing of Contract.
Payable on successful
40% of the CAPEX check of all the
On Delivery of all the Non-IT
2. value of the delivered delivered equipment by
components
Non-IT components AMTRON appointed
Nodal Officer.
Payable on successful
20% of The CAPEX PAT of all the installed
3. PAT of Non-IT components value of the installed equipment by
Non-IT components AMTRON appointed
Nodal Officer.
4.
Payable on successful
check of all the
equipment by
AMTRON appointed
40% of the CAPEX
On Delivery of all the IT Nodal Officer. All IT
5. value of the delivered
components Components to be
IT components
delivered after
successful completion
of PAT of Non IT
components.
6. PAT of IT components 20% of The CAPEX Payable on successful

122
S. No Payment Schedule Fee Payable Remarks
value of the installed PAT of all the installed
IT components equipment by
AMTRON appointed
Nodal Officer.
Payable on Successful
On successful final acceptance 20% of the CAPEX implementation of FAT,
7. test of Non-IT and IT value of the installed in accordance with
Components. IT components. AMTRON and
concerned department.
10% of CAPEX and Operations
and Management for 5 years Payment release subject
8. 5% (per quarter)
payable quarterly (as QGR) at to Performance.
the end of each quarter

7.23.2 All Payments shall be made in Indian Rupees Only and will be subject to provisions of
Clauses 7.29 and 7.30.

7.23.3 Payments to the DCO will be made subject to verification and clearance from the Third
Party Auditor (TPA) as appointed by the State Government.
7.23.4 All invoices and bills will be raised by the DCO as per the mutually agreed payment
terms. The bill will be deemed to be accepted by the SIA within fifteen (15) working days
unless indicated otherwise. The bill will become due for payment within forty five (45)
working days after being deemed accepted. The DCO will also have the right to withhold
provision of Services in case of non-payment of invoices within the stipulated time
mentioned above

7.23.5 Any change in the rates of taxes, duties and/or any levies will be reimbursed to the
DCO by SIA on the basis of actual rates prevailing at that point of time. Where applicable, the
DCO shall invoice any applicable tax, duty, levy as a separate line item in applicable invoices
and shall pay such amount of tax to the appropriate taxing authority upon receipt of such
amount from SIA. Each party shall be responsible for its own income taxes, corporate taxes
and franchise taxes.

The State will consider if any revision in service tax and other taxes during the tenure of the
project. But it’s DCOs responsibility to notify the SIA regarding any upward and downward
change in the service tax and pass the benefit to SIA if there is any downward change in the
same.

The Commercial bid should clearly indicate the price to be charged without any qualifications
whatsoever and should include all taxes, duties, fees, levies and other charges as may be
applicable in relation to the activities proposed to be carried out. It is mandatory that such
charges wherever applicable/ payable should be indicated separately in Volume I, Section VIII
– Format 2: Breakdown of Cost Components. However, should there be a change in the
applicable taxes till the date of delivery of products/ services any downward revision shall be
passed on to Tendering authority.

10.24 Events of Default by the DCO

7.24.1 The failure on the part of the DCO to perform any of its obligations or comply with any
of the terms of this Contract shall constitute an Event of Default on the part of the DCO.

123
The events of default as mentioned above may include but not limited to inter alia the
following also:
7.24.1.1 The DCO has failed to perform any instructions or directives issued by the SIA which
it deems proper and necessary to execute the scope of work under the Contract for
reasons solely attributable to the DCO or
7.24.1.2 The DCO has failed to adhere to any of the key performance indicators as laid down in
the Key Performance Measures / Contract or if the DCO has fallen short of matching
such standards/targets as the SIA may have designated with respect to any task
necessary for the execution of the scope of work under this Contract. The above
mentioned failure on the part of the DCO may be in terms of failure to adhere to
timelines, specifications, requirements or any other criteria as defined by the SIA.
7.24.1.3 The DCO has failed to remedy a failure or to perform its obligations in accordance
with the specifications issued by the SIA despite being served with a default notice
which laid down the specific deviance on the part of the DCO to comply with any
stipulations or standards as laid down by the SIA or
7.24.1.4 The DCO/ DCO’s Team has failed to conform to any of the Service/Facility
Specifications/standards as set out in the scope of work of this Tender/RFP document
or has failed to adhere to any amended direction, modification or clarification as
issued by the SIA during the term of this Contract and which the SIA deems proper
and necessary for the execution of the scope of work under this Contract for reasons
solely attributable to the DCO.
7.24.1.5 The DCO has failed to demonstrate or sustain any representation or warranty made
by it in this Contract with respect to any of the terms of its Bid or the Tender and this
Contract/RFP.
7.24.1.6 There is a proceeding for bankruptcy, insolvency, winding up or there is an
appointment of receiver, liquidator, assignee, or similar official against or in relation
to the DCO.
7.24.1.7 The DCO/DCO’s Team has failed to comply with or is in breach or contravention of
any applicable laws.
7.24.1.8 Where there has been an occurrence of such defaults inter alia as stated above, the
SIA shall issue a notice of default to the DCO, setting out specific defaults / deviances
/ omissions and providing a notice of thirty days to enable such defaulting party to
remedy the default committed.
7.24.1.9 Where despite the issuance of a default notice to the DCO by the SIA the DCO fails to
remedy the default to the satisfaction of the DCO, the SIA may, where it deems fit,
issue to the defaulting party another default notice or proceed to adopt such remedies
as may be available to the SIA.

10.25 Consequences in Event of Default

7.25.1 Where an Event of Default subsists or remains uncured beyond permissible or


reasonable time, the SIA may/shall be entitled to the following: for cases where
permissible time is not indicated in the contract, SIA will decide, at its discretion, the
quantum of reasonable time to cure the default.
7.25.1.1 Impose any such obligations and conditions and issue any clarifications as may be
necessary to inter alia ensure smooth continuation of Services and the project which
the DCO shall be obliged to comply with which may include unilateral re-
determination of the consideration payable to the DCO hereunder. The DCO shall
in addition take all available steps to minimize loss resulting from such event of
default.

7.25.2 The SIA may by a written notice of suspension to the DCO, suspend all payments to
the DCO under the Contract provided that such notice of suspension:

124
7.25.2.1 Shall specify the nature of the failure and
7.25.2.2 Shall request the DCO to remedy such failure within a specified period from the
date of receipt of such notice of suspension by the DCO.

7.25.3 The SIA reserves the right to terminate the contract with 30 days prior written notice
in event of breach of material terms and conditions of the contract by the DCO,
provided the breach is not cured within such notice period.

7.25.4 The DCO shall also have a right to terminate this contact by giving 30 days prior
written notice to the SIA, in event of breach of material terms and conditions of the
contract by SIA, provided the breach is not cured within such notice period”

10.26 Termination

7.26.1 SIA may terminate this Contract in whole or in part by giving the DCO prior and
written notice indicating its intention to terminate the Contract under the following
circumstances:
7.26.1.1 Where it comes to the SIA’s attention that the DCO (or the DCO’s Team) is in a
position of actual conflict with the interest of the SIA in relation to any of the terms
of the DCO’s Bid or the RFP.
7.26.1.2 Where the DCO’s ability to survive as an independent corporate entity is threatened
or is lost owing to any reason whatsoever including inter alia the filing of any
bankruptcy proceedings against the DCO, any failure by the DCO to pay any of its
dues to its creditors, the institution of any winding up proceedings against the DCO
or the happening of any such event that is adverse to the commercial viability of the
DCO. In the event of the happening of any event of the above nature, the SIA shall
reserve the right to take any steps as is necessary to ensure the effective transition
of the project to a successor DCO/service provider, and to ensure business
continuity
7.26.1.3 Termination for Default: The SIA may at any time terminate the Contract by
giving 30 days written notice to the DCO without compensation to the DCO in the
Event of Default on the part of the DCO which may include failure on the part of the
DCO to respect any of its commitments with regard to any part of its obligations
under its Bid, the RFP and/or under this Contract for reasons solely attributable to
the DCO.
7.26.1.4 Termination for Insolvency: The SIA may at any time terminate the Contract by
giving written notice to the DCO without compensation to the DCO, if the DCO
becomes bankrupt or otherwise insolvent, provided that such termination will not
prejudice or affect any right of action or remedy which has accrued or will accrue
thereafter to the SIA.
7.26.1.5 Termination for Convenience: The SIA may by prior written notice sent to the
DCO at least 3 months in advance, terminate the Contract in whole or in part at any
time for its convenience. The notice of termination shall specify that termination is
for the SIA’s convenience, the extent to which performance of work under the
Contract is terminated and the date upon which such termination becomes
effective.

10.27 Consequences of Termination

7.27.1 In the event of termination of this contract due to any cause whatsoever except
termination for SIA convenience, the DCO shall be blacklisted and all empanelment
will stand cancelled effective from the date of termination of this contract. The DCO
shall be entitled to payments for all services rendered till effective date of termination.

125
7.27.2 Retain amounts from the payment due and payable by the SIA to the DCO of overall
contract value (CAPEX & OPEX) for 5 years as may be required to offset any losses
caused to the SIA as a result of such event of default.
7.27.3 Invoke the Performance Bank Guarantee and other Guarantees furnished hereunder,
enforce the Deed of Indemnity, recover such other costs/losses and other amounts
from DCO as may have resulted from such default and pursue such other rights
and/or remedies that may be available to the SIA under law.
7.27.4 In the event of termination of this Contract due to any cause whatsoever, whether
consequent to the stipulated Term of the Contract or otherwise the SIA shall be
entitled to impose any such obligations and conditions and issue any clarifications as
may be necessary to ensure an efficient transition and effective business continuity of
the project which the DCO shall be obliged to comply with and take all available steps
to minimize the loss resulting from that termination/breach and further allow and
provide all such assistance to the SIA and/or the successor DCO/service provider, as
may be required to take-over the obligations of the erstwhile DCO in relation to the
execution/continued execution of the scope of this Contract.
7.27.5 Where the termination of the Contract is prior to its stipulated period, SIA through
mutual re-determination of the consideration payable to the DCO shall pay the DCO
for that part of the Services which have been authorized by the SIA and satisfactorily
performed by the DCO up to the date of termination. Without prejudice to any other
rights, the SIA may retain such amounts from the payment due and payable by the
SIA to the DCO as may be required to offset any losses caused to the SIA as a result of
any act/omissions of DCO
7.27.5 Nothing herein shall restrict the right of the SIA to invoke the Bank Guarantee and
other Guarantees furnished hereunder, enforce the Deed of Indemnity and pursue
such other rights and/or remedies that may be available to the SIA under law.
7.27.6 The termination hereof shall not affect any accrued right or liability of either Party
nor affect the operation of the provisions of this Contract that are expressly or by
implication intended to come into or continue in force on or after such termination.

10.28 Penalty

Commencement of activities for commissioning of Data Centre facilities and ongoing


performance and service levels shall be as per timelines and parameters stipulated by the SIA
in this contract, failing which the SIA may at its discretion impose penalties on the DCO as
defined in Volume I, Section V - Service Level Agreement of this RFP document.
Notwithstanding anything mentioned herein any penalties imposed upon the DCO hereunder
shall only be imposed if the underlying default is owing to reasons attributable to the DCO.

10.29 Liquidated Damages

Subject to clause for Force Majeure if the Bidder fails to complete the Commissioning of Data
Centre before the scheduled completion date or the extended date or if DCO repudiates the
Contract before completion of the Work, the SIA at its discretion may without prejudice to any
other right or remedy available to the SIA the Contract recover a maximum of 20% (twenty
percent) of the project cost from the DCO as Liquidated Damages (LD).This 20% (twenty
percent) will be staggered over a period of 5 (five) weeks at the rate of 4% (four percent) of
the project cost payable for the uncompleted Services and/or deliverables.

The SIA may without prejudice to its right to effect recovery by any other method deduct the
amount of liquidated damages from any money belonging to the DCO in its hands (which
includes the SIA’s right to claim such amount against DCO’s Bank Guarantee) or which may
become due to the DCO. Any such recovery or liquidated damages shall not in any way relieve

126
the DCO from any of its obligations to complete the Works or from any other obligations and
liabilities under the Contract.

10.30 Dispute Resolution

7.30.1 The SIA and the DCO shall make every effort to resolve amicably by direct informal
negotiations any disagreement or disputes arising between them under or in
connection with the Contract.
7.30.2 If, after thirty days from the commencement of such direct informal negotiations, the
SIA and the DCO have been unable to resolve amicably a Contract dispute, either
party may require that the dispute be referred for resolution to the formal mechanism
specified in Clauses 7.31.3 and 7.31.4.
7.30.3 In the case of a dispute or difference arising between the SIA and the DCO relating to
any matter arising out of or connected with this Contract, such dispute or difference
shall be referred to two Arbitrators, one Arbitrator to be nominated by the SIA and
the other to be nominated by the DCO or in case of the said Arbitrators not agreeing
then an Umpire to be appointed by the Arbitrators in writing before proceeding with
the reference. In case the Arbitrators cannot agree to the Umpire, he may be
nominated by the Secretary, Indian Council of Arbitration, New Delhi.
The award of the arbitrational panel (whether consisting of two or three arbitrators)
shall be final and binding on the parties.
7.30.4 The Arbitration and Conciliation Act 1996, the rules there under and any statutory
modification or reenactments thereof, shall apply to the arbitration proceedings.
7.30.5 The venue of arbitration shall be Guwahati, Assam.
7.30.6 Either Party may terminate this contract by giving a written notice of termination of
minimum 30 days to the other, if such other fails to comply with any decision reached
consequent upon arbitration proceedings.
7.30.7 Continuance of the Contract:
7.30.7.1 Notwithstanding the fact that settlement of dispute(s) (if any) under arbitration
may be pending, the parties hereto shall continue to be governed by and perform
the work in accordance with the provisions under the Scope of Work to ensure
continuity of operations.

10.31 Limitation of the DCO’s Liability towards the SIA

7.31.1 Except in case of gross negligence or willful misconduct on the part of the DCO or on
the part of any person or company acting on behalf of the DCO in carrying out the
Services, the DCO shall not be liable to SIA.
7.31.1.1 For any indirect or consequential loss or damage; and
7.31.1.2 For any direct loss or damage that exceeds (A) the total payments payable under
this contract to the DCO hereunder during the preceding twenty four (24) months on
the date of such termination, which gives rise to such claims.
7.31.2 This limitation of liability shall not affect the DCO’s liability to indemnity the SIA for
any third party intellectual property infringement claims as per the terms mentioned
herein.

10.32 Conflict of Interest

The DCO shall disclose to AMTRON in writing, all actual and potential conflicts of interest
that exist, arise or may arise (either for the DCO or the DCO’s Team) in the course of
performing the services as soon as practically possible after it becomes aware of that conflict.
Notwithstanding the foregoing the DCO shall be free to do similar business either for itself or

127
for any other party or offer similar services to any third parties but without in any way
affecting the services agreed to be offered by DCO under this Contract and adhering to other
clauses of this Contract.

10.33 Severance

In the event any provision of this Contract is held to be invalid or unenforceable under the
applicable law, the remaining provisions of this Contract shall remain in full force and effect.

10.34 Governing Language

The Agreement shall be written in English language. Subject to Clause 7.39.5, such language
versions of the Agreement shall govern its interpretation. All correspondence and other
documents pertaining to the Contract that are exchanged by parties shall be written in English
language only.

10.35 “No Claim” Certificate

The DCO shall not be entitled to make any claim, whatsoever against the SIA under or by
virtue of or arising out of this contract, nor shall the SIA entertain or consider any such claim,
if made by the DCO after he shall have signed a “No claim” certificate in favour of the SIA in
such forms as shall be required by the SIA after the works are finally accepted and duly paid.

10.36 Publicity

The DCO shall not make or permit to be made a public announcement or media release about
any aspect of this Contract unless the SIA first gives the DCO its written consent.

10.37 Force Majeure

7.37.1 Force Majeure shall not include any events caused due to acts/omissions of such
Party or result from a breach/contravention of any of the terms of the Contract, Bid
and/or the Tender. It shall also not include any default on the part of a Party due to
its negligence or failure to implement the stipulated/proposed precautions, as were
required to be taken under the Contract.
7.37.2 The failure or occurrence of a delay in performance of any of the obligations of either
party shall constitute a Force Majeure event only where such failure or delay could
not have reasonably been foreseen or where despite the presence of adequate and
stipulated safeguards the failure to perform obligations has occurred. In such an
event, the affected party shall inform the other party in writing within five days of the
occurrence of such event. The SIA will make the payments due for Services rendered
till the occurrence of Force Majeure. However, any failure or lapse on the part of the
DCO in performing any obligation as is necessary and proper to negate the damage
due to projected force majeure events or to mitigate the damage that may be caused
due to the abovementioned events or the failure to provide adequate disaster
management/recovery or any failure in setting up a contingency mechanism would
not constitute force majeure, as set out above.
7.37.3 In case of a Force Majeure all Parties will endeavor to agree on an alternate mode of
performance in order to ensure the continuity of service and implementation of the
obligations of a party under the Contract and to minimize any adverse consequences
of Force Majeure.

128
7.37.4 In the event of a delay lasting for more than 30 days, if arising out of clauses of Force
Majeure, SIA reserves the right to cancel the contract without any obligation to
compensate the vendor in any manner whatsoever subject to the provision of Clauses
mentioned.

10.38 Exit Management

7.38.1 Exit Management Purpose

7.38.1.1 This Schedule sets out the provisions, which will apply on expiry or termination of the
Contract
7.38.1.2 The Parties shall ensure that their respective associated entities carry out their
respective obligations set out in this Exit Management Schedule.

7.38.2 Transfer of Assets


The DCO shall handover all the equipment/software/components supplied and installed
under this project at the end of the contract period or in event of termination before the end of
contract.

7.38.3 Cooperation and Provision of Information


During the exit management period the DCO will allow SIA or its representatives access to
information reasonably required to define the then current mode of operation associated with
the provision of the services to enable SIA to assess the existing services being delivered.

7.38.4 Confidential Information, Security and Data


The DCO will promptly on the commencement of the exit management period, supply to the
SIA or its nominated agencies the following:

7.38.4.1 Information relating to the current services rendered and performance data relating
to the performance of the services; Documentation relating to Assam State Data
Centre, Project’s Intellectual Property Rights; any other data and confidential
information related to SDC; All current and updated SDC Project data as is
reasonably required for purposes of the SDC Project or for transitioning of the
services to its Replacement Successful Bidder in a readily available format.

7.38.4.2All other information (including but not limited to documents, records and
agreements) relating to the services reasonably necessary to enable the Client and its
nominated agencies, or DCO’s Replacement to carry out due diligence in order to
transition the provision of the Services to Client or its nominated agencies, or DCO’s
Replacement (as the case may be).

7.38.5 Employees

7.38.5.1 Promptly on reasonable request at any time during the exit management period, the
Successful Bidder shall, subject to applicable laws, restraints and regulations
(including in particular those relating to privacy) provide to the client (SIA) a list of
all employees (with job titles and communication address) of the Successful Bidder,
dedicated to providing the services at the commencement of the exit management
period;

7.38.6 Rights of Access to Information

129
At any time during the exit management period, the Successful Bidder will be obliged to
provide an access of information to the client (SIA), and/or any Replacement Successful
Bidder in order to make an inventory of the Assets (including hardware / Software / Active /
passive), layouts, diagrams, schematics, documentations, manuals, catalogs, archive data, IP
addressing, passwords, Live data, policy documents or any other material related to SDC
Project.

7.38.7 Exit Management Plan

7.38.7.1 The Successful Bidder shall provide the client (SIA) with a recommended exit
management plan ("Exit Management Plan") which shall deal with at least the
following aspects of exit management in relation to the SLA as a whole and in
relation to the Project Implementation, the Operation and Management SLA and
Scope of work definition.

a. A detailed program of the transfer process that could be used in conjunction with
a Replacement Successful Bidder including details of the means to be used to
ensure continuing provision of the services throughout the transfer process or
until the cessation of the services and of the management structure to be used
during the transfer;
b. Plans for the communication with such of the DCO, staff, suppliers, customers
and any related third party as are necessary to avoid any material detrimental
impact on DC Project’s operations as a result of undertaking the transfer;
c. Plans for provision of contingent support to SDC Project and Replacement
Successful Bidder for a reasonable period after transfer.

The DCO shall have to provide a detail program as enumerated in the said clauses within the
first year of signing/execution of the contract.

7.38.7.2 The Successful Bidder shall re-draft the Exit Management Plan annually thereafter to
ensure that it is kept relevant and up to date.

7.38.7.3 Each Exit Management Plan shall be presented by the Successful Bidder to and
approved by the client (SIA) or its nominated agencies.

7.38.7.4 The terms of payment as stated in the Terms of Payment Schedule include the costs
of the Successful Bidder complying with its obligations under this Schedule.

7.38.7.5 In the event of termination or expiry of Contract each Party shall comply with the
Exit Management Plan.

7.38.7.6 During the exit management period, the Successful Bidder shall use its best efforts to
deliver the services.

7.38.7.7 Payments during the Exit Management period shall be made in accordance with the
Terms of Payment Schedule.

7.38.7.8 This Exit Management plan shall be furnished in writing to the client (SIA) or its
nominated agencies within 15 days from the Effective Date of this Agreement.

130
10.39 General

7.39.1 Relationship between the Parties

7.39.1.1 Nothing in this Contract constitutes any fiduciary relationship between the SIA and
DCO/DCO’s Team or any relationship of employer employee, principal and agent,
or partnership, between the SIA and DCO.
7.39.1.2 No Party has any authority to bind the other Party in any manner whatsoever
except as agreed under the terms of this Contract.
7.39.1.3 SIA has no obligations to the DCO’s Team or DCO’s subcontractors or
subcontractor’s team except as agreed under the terms of this Contract.

Note: All these clauses will be finalized at the time of signing the contract, the points given in
the RfP are indicative

131
7.39.2 No Assignment
The DCO shall not transfer any interest, right, benefit or obligation under this Contract
without the prior written consent of the SIA.

7.39.3 Survival
The provisions of the clauses of this Contract in relation to documents, data, processes,
property, Intellectual Property Rights, indemnity, publicity and confidentiality and ownership
survive the expiry or termination of this Contract and in relation to confidentiality, the
obligations continue to apply unless the SIA notifies the DCO of its release from those
obligations.

7.39.4 Entire Contract


The terms and conditions laid down in the Tender and all annexure thereto as also the Bid
and any attachments/annexes thereto shall be read in consonance with and form an integral
part of this Contract. This Contract supersedes any prior Contract, understanding or
representation of the Parties on the subject matter.

7.39.5 Governing Law


This Contract shall be governed in accordance with the laws of India.

7.39.6 Jurisdiction of Courts


The courts of India at Guwahati will have exclusive jurisdiction to determine any proceeding
in relation to this Contract.

7.39.7 Compliance with Laws


The DCO shall comply with the laws in force in India in the course of performing this
Contract.

7.39.8 Notices
A “notice” means:
a. a notice; or
b. a consent, approval or other communication required to be in writing under this
Contract.

All notices, requests or consents provided for or permitted to be given under this Contract
shall be in writing and shall be deemed effectively given when personally delivered or mailed
by pre-paid certified/registered mail, return receipt requested, addressed as follows and shall
be deemed received 7 days after mailing or on the date of delivery if personally delivered
whichever is earlier:

To SIA at:
Assam Electronics Development Corporation Limited
Industrial Estate, Bamunimaidan,
Guwahati -781021, Assam, India
Phone No.: 0361-2724204/230
Fax: 0361- 2724181/131
Email Address: pc.asdc@amtron.in
To DCO at:
Attn:
[Phone:]
[Fax:]

132
Any Party may change the address to which notices are to be directed to it by notice to the
other parties in the manner specified above.

A notice served on a Representative is taken to be notice to that Representative’s Party.

7.39.9 Waiver

7.39.9.1 Any waiver of any provision of this Contract is ineffective unless it is in writing and
signed by the Party waiving its rights.
7.39.9.2 A waiver by either Party in respect of a breach of a provision of this Contract by the
other Party is not a waiver in respect of any other breach of that or any other
provision.
7.39.9.3 The failure of either Party to enforce at any time any of the provisions of this
Contract shall not be interpreted as a waiver of such provision.

7.39.10 Modification
Any modification of this Contract shall be in writing and signed by an authorized signatory of
each Party.

7.39.11 Application
These General Conditions shall apply to the extent that provisions in other parts of the
Contract do not supersede them.

7.39.12 IT Act 2000


Besides the terms and conditions stated in this document, the contract shall also be governed
by the overall acts and guidelines as mentioned in IT Act 2000 (including amendments to the
Act) and MeitY guidelines issued from time to time.

7.39.13 Subcontracting by Bidder


The Successful Bidder would provide all the services through its own company & no
subcontracting is allowed, however if subcontracting for specialized work is required, the
Successful Bidder will take prior permission from SIA.

7.39.14 Performance and Spares


• The Bidder shall specify in the Technical Proposal the complete list of spares that will
be maintained for meeting the various SLA parameters specified in the RFP.
• The Successful Bidder shall stand guarantee for the supply of spares of all the
equipment under the scope of supply for a minimum period of 5 years from the date
of sign-off of the Final Acceptance Tests and also guarantee that discontinuity of
production of any item offered as a part of the system shall not affect the
maintainability of the system for a period of 5 years from the date of sign-off of the
Final Acceptance Tests.

7.39.15 Warranty
• The Bidder is required to provide warranty for all the equipment supplied for a period
of 5 years from the date of acceptance by the SIA of all the supplied equipment.
• The DCO shall not be entitled to make any claim, whatsoever against the SIA under or
by virtue of or arising out of this contract, nor shall the SIA entertain or consider any
such claim, if made by the DCO after he shall have signed a “No claim” certificate in
favor of the SIA in such forms as shall be required by the SIA after the works are
finally accepted. The scope of the warranty shall be limited only to correction of any
bugs and repair/reconfigure/re-provision the defective equipment or service that

133
were left undetected during any acceptance testing by the SIA. The above mentioned
warranty shall also not apply if there is any (i) combination, operation, or use of some
or all of the deliverables or any modification thereof furnished hereunder with
information, software, specifications, instructions, data, or materials not approved by
DCO and operation of the deliverables on incompatible hardware not recommended
by DCO; (ii) any change, not made by DCO, to some or all of the deliverables; or (iii)
if the deliverables have been tampered with, altered or modified by the SIA without
the written permission of DCO; or (iv) defects in components or materials provided to
DCO by SIA in connection with the preparation of the deliverable. In case of breach of
this warranty, SIA’s exclusive remedy will be to obtain (1) the re-performance of the
service or the correction or replacement of any deliverable that provides equivalent or
superior functionality or (2) if both parties mutually determine that such remedies are
not practicable, a refund of the fees allocable to that part of the deliverable will be due
to the SIA if already paid by the SIA.EXCEPT AS SET FORTH IN THIS
AGREEMENT, DCO MAKES NO WARRANTIES TO SIA, EXPRESS OR IMPLIED,
WITH RESPECT TO ANY SERVICES OR DELIVERABLES PROVIDED
HEREUNDER, INCLUDING, WITHOUT LIMITATION, ANY IMPLIED
WARRANTIES OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR
PURPOSE. ALL SUCH OTHER WARRANTIES ARE HEREBY DISCLAIMED BY THE
DCO. All third party products shall be subject to warranty provisions stipulated by the
relevant 3rd party vendor(s) in the relevant End User License
Agreement(s)/Procurement Agreement(s) signed in that respect. Any free updates,
patches, versions, upgrades and versions shall be provided if they are provided so
(free of cost) by the concerned Original Equipment Manufacturer

7.39.16 Special Conditions of the Contract


• All the products supplied should be quoted with five year warranty .The warranty
start date would be from the date of acceptance by the SIA of the said product.
• Considering the technology enhancements which happen over a period of time, the
DCO should provide an undertaking from the OEM that all the products (Hardware
and Software) being supplied as a part of the bid would be replaced / upgraded for a
period of 5 years from the date of project acceptance and signoff whenever requested
by the State government.
• The Bidder should provide an undertaking from the OEM that during the product
warranty and AMC period the OEM should agree to provide all new releases, versions,
any type of updates, patch and/or bug fixes for the software or firmware, as applicable
and in accordance with the standard policies, at no additional cost to the SIA.
Additionally, the documentation associated with the product(s) shall be provided free
of cost to state government.
• Any change request has to be approved by State, unilaterally only.
• Any change would be through a proper change request by a product equivalent or
higher without any cost through proper approval.

Note For all Indemnity Clauses:

• Indemnity is applicable only to third party claims of the services breaching their
IPR. All other claims like damage to property/breach of the terms of the
contract/act or omission of the DCO are covered under the limitation of liability
clause stated in Cl.7.31 in Pg.107 of RFP.

• Upon receipt of a third party claim, SIA will promptly inform the DCO of the
claim and will provide the DCO the right to defend or settle the claim. The SIA

134
will also provide reasonable co-operation to the DCO in its defense/settlement of
the claim. Upon receipt of the notice from the SIA, The DCO will promptly initiate
steps for the defense / settlement of the claim.

135
SECTION – VIII
Formats for Response to the Tender –
Pre-Qualification Bid

136
11 Section VIII - Formats for Response to the Tender – Pre-
Qualification Bid

The Bidders are required to submit a Technical and Commercial Bid in response to this
tender/RFP. This section provides the outline, content and the formats that the Bidders are
required to follow in the preparation of their Technical and Commercial Bids.

11.1 Format 1 – Pre-Qualification Bid Letter

To,
Managing Director
Assam Electronics Development Corporation Limited
Industrial Estate, Bamunimaidan,
Guwahati-781021, Assam, India

Sir/ Madam,

Subject: Appointment of an Agency for Supply, Installation, Configuration, Operations and


Maintenance of Physical and IT infrastructure at the State Data Centre, Assam

Reference: Tender No: <TENDER REFERENCE NUMBER> dated <DD/MM/YYYY>


We, the undersigned Bidders, having read and examined in detail all the Tender documents
do hereby propose to provide the services as specified in the Tender document number
<TENDER REFERENCE NUMBER> dated <DD/MM/YYYY> along with the following:

a. EARNEST MONEY DEPOSIT (EMD)


We have enclosed an EMD in the form of Bank Guarantee for the sum of Rs. 50,000,00/-
(Rupees Fifty Lakhs only) valid for 6 months from the date of bid submission. This EMD is
liable to be forfeited in accordance with the provisions of the Section VII (Volume I) - General
Conditions of the Contract.

b. CONTRACT PERFORMANCE GUARANTEE BOND


We hereby declare that in case the contract is awarded to us, we shall submit the contract
performance guarantee bond in the form prescribed in Volume I, Annexure 5 - Proforma of
Bank Guarantee towards Performance Security and as per Section VII - General Conditions of
Contract.

We hereby declare that our bid is made in good faith, without collusion or fraud and the
information contained in the bid is true and correct to the best of our knowledge and belief.

We understand that our bid is binding on us and that you are not bound to accept a bid you
receive.

Thanking you,
Yours faithfully,

(Signature of the Bidder)


Printed Name
Designation
Seal

137
Date:
Business Address:

11.2 Format 2 - General Information about the Bidder

Details of the Prime Bidder (Company)

1. Name of the Bidder (Prime)

2. Address of the Bidder

3. Status of the Company (Public Ltd/ Pvt. Ltd)


Date:
4. Details of Incorporation of the Company
Ref. #
Date:
5. Details of Commencement of Business
Ref. #
6. Valid Sales tax registration no.

7. Valid Service tax registration no.

8. Permanent Account Number (PAN)


Name & Designation of the contact person to
9. whom all references shall be made regarding
this tender
10. Telephone No. (with STD Code)

11. E-Mail of the contact person:

12. Fax No. (with STD Code)

13. Website

14. Financial Details (as per audited Balance Sheets) (in Cr)

15. Year 2014-2015 2015-2016 2016-2017

16. Net Worth

17. Turn Over

18. PAT
Details of the members of the Consortium (Please attach consortium
Agreement)
19. Name of the Bidder (member of consortium)

20. Address of the Bidder

21. Status of the Company (Public Ltd/ Pvt. Ltd)


Date:
22. Details of Incorporation of the Company
Ref. #
23. Details of Commencement of Business Date:

138
Details of the Prime Bidder (Company)

Ref. #
24. Valid Sales tax registration no.

25. Valid Service tax registration no.

26. Permanent Account Number (PAN)

27. Name & Designation of the contact person

28. Telephone No. (with STD Code)

29. E-Mail of the contact person:

30. Fax No. (with STD Code)

31. Website

32. Financial Details (as per audited Balance Sheets) (in Cr)

33. Year 2014-2015 2015-2016 2016-2017

34. Net Worth

35. Turn Over

36. PAT

139
11.3 Format 3 – Pre qualification Check List
The table must be filled up by the bidder with appropriate page number, sections, volume of
proposals submitted, otherwise the bid may be rejected

S. Page No. Sections,


Clause Documents required
No. etc.
The EMD should be
The bidder (prime) should denominated in Indian Rupees,
furnish, as part of its bid, and should be in the form of
1
an Earnest Money Deposit Bank Guarantee valid for 6
(EMD) of Rs. 50,00,000 months from the date of bid
submission.
“Consortium” shall mean more
than one company which joins
with other companies of
complementing skills to
undertake the scope of work
defined in this RFP. In case of
consortium the same shall not
consist of more than three
The Bid can be submitted
companies/ corporations,
by an individual company
including the prime bidder.
or a consortium.
1. Memorandum of
In case of consortium
2 Understanding
applicant, consortia shall
(MOU)/agreement among the
submit a valid
members signed by the
Memorandum of
Authorized Signatories of the
Understanding
companies dated prior to the
(MOU)/agreement.
submission of the bid to be
submitted in original.

2. The MoU/agreement shall


clearly specify the prime bidder,
stake of each member and
outline the roles and
responsibilities of each member.
The bidder (prime) should
be a company registered
3 under the Companies Act, Certificate of incorporation
1956 since last 5 years as
on 31.03.2017
Bidder (prime) should
have experience of IT
System Integration/
Information Technology
Infrastructure projects 1. Work Orders confirming
including year and area of activity.
implementation/
operations and should 2. Memorandum and
4 have been in the business Articles of Associations.
for a period exceeding
three years as on 3. Relevant legal
31.03.2017. documentation confirming the
acquisition/merger.
Bidder (prime) who has
acquired a company/
division of a company
having experience as

140
S. Page No. Sections,
Clause Documents required
No. etc.
mentioned above shall
also be considered.

Bidder (prime) must have


5 ISO 9001:2000 Valid Copy of Certificate
certification or latest

The bidder (prime) should


have commissioned and
installed at least one Data
center project that meets
all the below mentioned
requirements during the
last Five (5) years, i.e.
2012-13, 2013-14, 2014-
15, 2015-16 & 2016-17:
a. Copy of work order / client
certificates. For IDC bidder,
a. An Order Value
Notarized Certificate from
(including IT and Non-IT
Company Secretary confirming
but excluding basic
the order value/cost.
6 building structure cost) of
not less than Rs. 5 crores.
b. Valid Certification
b. Valid BS 7799 / ISO
(IDC bidder shall also submit
27001 certification Data
customer work orders)
Centre Certification

Note:

· Bidders who have


built their own Internet
Data Centre (IDC), for
commercial use will be
considered.

The bidder (prime) should


have experience in
providing Facility
management services to at
least one data center,
during the last three years
i.e. 2014-15, 2015-16 &
2016-17. The facility
management services shall
include IT infrastructure Copy of work order / client
7
related (e.g. Servers, certificates / agreement
storage, networks etc.) /
non IT related services
(Power, cooling, physical
security etc.)

Note:

· Bidders who have


built their own Internet

141
S. Page No. Sections,
Clause Documents required
No. etc.
Data Centre (IDC), for
commercial use will be
considered.

The bidder (Prime/


Consortium partner) Valid CMMi Level -5 Certificate
should have a CMMi level
8 5 Certificate

The bidder (prime) should Chartered Accountant certificate


have positive net worth of for Net-worth. Net-worth shall
at least 25 crores and a exclude any revaluation reserve.
turnover of more than Rs.
9
100 Crores for each of the Copy of the audited profit and
last three financial years, loss account of the company
i.e. 2014-15, 2015-16 & showing turnover of the
2016-17. company for last three years.

142
S. Page No. Sections,
Clause Documents required
No. etc.
a) The bidder (prime)
must have on its roll at
least 100 technically
qualified professionals in,
networking, systems
integration, and prior a) Certificate from bidders HR
experience in providing Department for number of
the Data Center Technically qualified
Infrastructure professionals employed by the
commissioning, design, company.
implementation,
10
operations and b) Name of the employees along
maintenance services as with certified copies of the
on 31-03-17. certifications done, which are
ITIL / BS7799/ISO 27001 lead
b) At least five resources Auditor or Lead Implementer
should be ITIL certified certified to be provided.
and three resources
should be BS7799/ISO
27001 Lead Auditor or
Lead Implementer
certified.

The Bidder and/or all/any


consortium partners shall
not be under a Declaration
Declaration in this regard by the
of Ineligibility for corrupt
11 authorized signatory of the
or fraudulent practices or
prime bidder
blacklisted with any of the
Government agencies, as
on Bid Submission date.
The bidder (prime) should
submit valid letter from
the OEMs confirming
following:

Authorization for bidder


OEMs include:
Confirm that the products
quoted are not “end of life
· Compute Infrastructure
or end of sale products” as
· Networking Infrastructure
on Bid Submission date. If
· Security Infrastructure
in case the support for the
· Storage Infrastructure
product quoted has been
12 · Cloud services
stopped/ withdrawn till
· UPS
the time of delivery of
· HVAC
equipment, the same will
· Generator
be changed with the
· Fire detection
superior product at no
&Suppression
extra cost.
· Surveillance
Undertake that the
support including spares,
patches, and upgrades for
the quoted products shall
be available for the period
of the Project.

143
S. Page No. Sections,
Clause Documents required
No. etc.
Each Server and Software
OEM is required to submit
an undertaking on the
horizontal support of its
product across

various
platforms/processors, as
follows:

Server/Network

Each Server/Network
OEM is required to submit
an undertaking, certifying
its product to be
supported on Operating
Systems (OS), and
Databases, with names
and version details of the
supported OS and
Databases, for a period of
5 years, applicable from
the date of completion of
FAT. In case the said
support is terminated for
any reason within the
required support period
for SDC, the OEM shall
Declaration letter, along with
13 provide a better
relevant supporting documents
server/network device
with no additional cost.

Software

Each Software OEM is


required to submit an
undertaking, certifying its
product to be supported
on the Server and
Databases/ OS, with
names and version details
of the supported Server
and Databases/OS, for a
period of 5 years from the
date of completion of FAT.
In case the said support is
terminated for any reason
within the required
support period for SDC,
the OEM shall provide a
new version of software as
applicable, with no
additional cost.

OEM of each
equipment/system is
required to submit an
undertaking on support of

144
S. Page No. Sections,
Clause Documents required
No. etc.
its product for a period of
6 years, applicable from
the date of completion of
FAT. In case the said
support is terminated for
any reason within the
required support period
for SDC, the OEM shall
provide a better
equipment/system with
no additional cost.

The bidder shall have to


give the declaration that
the Database solution
quoted with reference to
the server, OS and DB
licenses proposed for SDC,
its complete and
comprehensive support
shall be available for 5
years from the date of
FAT. There shall not be
any withdrawal of support
by any of the system
software (RDBMS, OS,
etc.) OEMs on the quoted
system software release on Declaration letter, along with
14
the proposed processors of relevant supporting documents
the Server machines
quoted by the bidder for
SDC. In case the support
for future releases is not
available as on bid
submission date, such
Hardware shall not be
quoted. In case, on the
quoted Hardware, the
support is withdrawn
subsequently, the bidder
shall replace the non-
supported Hardware with
a better hardware, at no
additional cost.
The bidder (prime) should
have an office in the state.
However, if the local
presence is not there in
the state, the bidder Relevant Documents or
15 should give an Undertaking signed by the
undertaking for Authorized Signatory
establishment of an office,
within two months of
award of the contract.

145
S. Page No. Sections,
Clause Documents required
No. etc.
Declaration in this regard by the
The bidder should submit
authorized signatory of the
an acceptance of Terms
16 prime bidder should be attached.
and Conditions contained
Refer to Section 8.5 of volume-I
in the RFP document.
of this RFP
The bidder should submit
valid GSTIN certificate
Copy of each registration should
17 and Permanent Account
be provided.
Number (PAN) issued by
income Tax department.
The bidder should submit
Signed RFP copies (both
a copy of the entire RFP
volumes), and must have
document (both Volume I
court fee stamps of value
18 & Volume II) with every
Rs. 100/- or more affixed on
page signed by an
the tender issue page (Page
authorized signatory of the
no. 2).
Bidder
Power of Attorney executed by
the Bidder in favor of the
The bidder should submit
Principal Officer or the duly
power of attorney
19 Authorized Representative,
certifying the authorized
certifying him as an authorized
signatory.
signatory for the purpose of this
Tender.

146
11.4 Format 4 - Declaration Regarding Clean Track Record

To,

Managing Director
Assam Electronics Development Corporation Limited
Industrial Estate, Bamunimaidan,
Guwahati-781021, Assam, India

Sir,

I have carefully gone through the Terms & Conditions contained in the RFP Document
[No._________________] regarding Appointment of an Agency for Design, Site
Preparation, Supply, Installation, Commissioning, and Maintenance & Operations of the
Assam State Data Centre for a period of five years. I hereby declare that my company has not
been debarred/black listed by any Government / Semi Government organizations in India. I
further certify that I am competent officer in my company to make this declaration.

Yours faithfully,

(Signature of the Bidder)


Printed Name
Designation
Seal
Date:
Business Address:

147
11.5 Format 5 – Declaration of Acceptance of Terms and Conditions in
RFP

To,

Managing Director
Assam Electronics Development Corporation Limited
Industrial Estate, Bamunimaidan,
Guwahati-781021, Assam, India

Sir,
I have carefully gone through the Terms & Conditions contained in the RFP document
[No. …………………………………..] regarding Appointment of an Agency for Design, Supply,
Installation, Configuration, Operations and Maintenance of physical and IT infrastructure for
State Data Centre, Assam.

I declare that all the provisions of this RFP/Tender Document are acceptable to my
company. I further certify that I am an authorized signatory of my company and am,
therefore, competent to make this declaration.

Yours faithfully,

(Signature of the Bidder)


Printed Name
Designation
Seal
Date:
Business Address:

148
11.6 Format 6: Authorization Letters from OEMs

To,
Managing Director
Assam Electronics Development Corporation Limited
Industrial Estate, Bamunimaidan,
Guwahati-781021, Assam, India

Reference: Supply of equipment / software for SDC project

Sir,

We _______________________, (name and address of the manufacturer) who are


established and reputed manufacturers of __________________ having factories at
__________________ (addresses of manufacturing / development locations) do hereby
authorize M/s _______________________ (name and address of the Bidder) to bid,
negotiate and conclude the contract with you against the above mentioned tender for the
above equipment / software manufactured / developed by us.

We hereby undertake to support above mentioned equipment / software for the duration of 6
years from the date of Final Acceptance Certificate from AMTRON.

We also confirm that the products quoted are not end of life products.

Yours faithfully,

For and on behalf of M/s __________________________(Name of the manufacturer)


Signature
Name
Designation
Address
Date

Directorate Seal

Note: This letter of authority should be on the letterhead of the concerned manufacturer and
should be signed by a person competent and having the power of attorney to bind the
manufacturer.

149
SECTION – IX
Formats to Response to the Tender –
Technical Bid

150
12Section IX - Format for Response to Tender – Technical Bid

The Bidders are required to submit a Technical and Commercial Bid in response to this
tender. This section provides the outline, content and the formats that the Bidders are
required to follow in the preparation of their Technical and Commercial Bids.

12.1 Format 1- Technical Bid Letter

To,

Managing Director
Assam Electronics Development Corporation Limited
Industrial Estate, Bamunimaidan,
Guwahati-781021, Assam, India

Subject: Appointment of an Agency for Supply, Installation, Configuration,


Operations and Maintenance of physical and IT infrastructure at the State Data
Centre

Reference: Tender No: <TENDER REFERENCE NUMBER> Dated


<DD/MM/YYYY>

Sir/ Madam,
We, the undersigned Bidders, having read and examined in detail all the Tender documents
do hereby propose to provide the services as specified in the Tender document number
<TENDER REFERENCE NUMBER> Dated <DD/MM/YYYY> along with the
following:

1. EARNEST MONEY DEPOSIT (EMD)


We have enclosed an EMD in the form of a bank guarantee for the sum of Rs. 50, 000, 00/-
(Rupees Fifty Lacs only). This EMD is liable to be forfeited in accordance with the provisions
of the Section VII (Volume I) - General Conditions of the Contract.

2. DEVIATIONS
We declare that all the services shall be performed strictly in accordance with the Tender
documents except for the variations, assumptions and deviations, all of which have been
detailed out exhaustively in the following statements, irrespective of whatever has been stated
to the contrary anywhere else in our Tender:
• Statement of Deviations from Tender Terms and Conditions (Sec IX - Format 8 –
Deviations from Tender Terms & Conditions of Volume I)
Further we agree that additional conditions or assumptions, if any, found in the Tender
documents other than those stated in deviation schedule shall not be given effect to.

3. CONTRACT PERFORMANCE GUARANTEE BOND

151
We hereby declare that in case the contract is awarded to us, we shall submit the contract
performance guarantee bond in the form prescribed in Volume I, Annexure 5 - Proforma and
as per Section VII - General Conditions of Contract.

4. BID VAILIDITY PERIOD


We agree to abide by this bid for a period of 180 days after the date fixed for bid opening or
for any further period for which bid validity has been extended and it shall remain binding
upon us and Bid may be accepted at any time before the expiration of that period.
We hereby declare that our bid is made in good faith, without collusion or fraud and the
information contained in the bid is true and correct to the best of our knowledge and belief.

We understand that our bid is binding on us and that you are not bound to accept a bid you
receive.
Thanking you,
Yours faithfully,

(Signature of the Bidder)


Printed Name
Designation
Seal
Date:
Business Address:

152
12.2 Format 2 - General Information about the Bidder

Details of the Prime Bidder (Company)

1. Name of the Bidder (Prime)

2. Address of the Bidder

Name & Designation of the contact person to


3. whom all references shall be made regarding
this tender

4. Telephone No. (with STD Code)

5. E-Mail of the contact person:

6. Fax No. (with STD Code)

7. Website

Details of the members of the Consortium (Please attach consortium Agreement)

8. Name of the Bidder (P)

9. Address of the Bidder

Name & Designation of the contact person to


10. whom all references shall be made regarding
this tender

11. Telephone No. (with STD Code)

12. E-Mail of the contact person:

13. Fax No. (with STD Code)

14. Website

153
12.3 Format 3 – Technical Solution

1. The Bidder is required to describe the proposed Technical Solution in this section.
Following should be captured in the explanation:
a. Clear articulation and description of the design and technical solution and
various components including make of equipment or sizing of infrastructure
(including diagrams and calculations wherever applicable)
b. Extent of compliance to technical requirements specified in the scope of work
c. Technical Design and clear articulation of benefits to AMTRON of various
components of the solution vis-à-vis other options available.
d. Strength of the Bidder to provide services including examples or case-studies
of similar solutions deployed for other clients

2. The Bidder should provide detailed design and sizing calculation for the following listing
all assumptions that have been considered:
a. Physical Components Design
o Datacenter Space and Floor layout along with Number of Racks and their
design in the Data Centre.
o Data Centre overhead layout including: Cabling, Pipes and Ducting Plan
o Electrical Requirements
o Cooling and Environmental Control requirements
o Fire Prevention and Suppression along with detailed layout of zone-wise fire
sensors
o Data Center Surveillance and Security along with detailed layout of CCTV and
access control devices.
b. IT Components design
o Approach & Methodology for Installation & Configuration of:
o Computing (Servers, OS, Databases etc.) infrastructure
o Network infrastructure
o Security infrastructure
o Applications
o Storage infrastructure
o Cloud Infrastructure
o Help Desk
c. Operations & Maintenance
1. Help Desk Services
1. Escalation Plan
2. implementation of ITIL, BS7799, ISO 27001 etc. best practices
2. System Maintenance & Management
3. System / Storage / Cloud / Database / Network / Security Administration
4. Backup & Restoration
d. Approach & Methodology for Commissioning of complete Data Centre.
e. Approach & Methodology for installation of the IT infrastructure hosted by
user departments.

154
f. Adherence to Best practices like ITIL, BS7799, BS15000, ISO 20000 and
ISO 27001 etc.
3. Bidder shall provide a detailed project plan with timelines, resource allocation, milestones
etc. in for supply, installation and commissioning of the physical and IT components for
the State Data Centre.

12.4 Format 4 – Schedules for Technical Evaluation Criteria

Schedule A: Bidder’s experience in setting up data centers

Project Page
Name Cost(indicate 1Detailsof number
S. Year of
Criteria of Capex and testimonial where the
No. Execution
Client Opex attached work order
separately) is provided
Bidder’s experience in
setting-up Data centers
in India, quantified in 1
terms of number of
projects will be
evaluated. Setting-up
Data Centers would
mean where the bidder 2
has procured, installed
and commissioned all IT
and Non-IT components
of the data center.
3
Data centers with Project
cost (IT and Non-IT
both) not less than Rs. 5
Cr will be considered

Bidder with maximum


numbers of projects
(maximum capped to 4 4
projects) shall be
awarded full 6 marks and
the others shall be
awarded marks on
relative (pro-rata) basis.

1
1
Testimonial would include Copy of Work order/ Contract/ Client Certificate. For IDC bidders value should
duly certified by company secretary

155
Schedule B: Bidder’s Experience in providing facility management

2Project

Cost
S. Name of (indicate Year of Page number where the
Criteria
No. Client Capex and Execution work order is provided
Opex
separately)

Bidder’s experience in
providing Facility 1
management services to
data centers in India,
quantified in terms of
number of projects will
2
be evaluated. Facility
Management would
mean where the bidder
has provided
comprehensive
operations / 3
maintenance services
towards all IT & Non-IT
components of the data
center. Data Centres
with Project cost (IT
and Non-IT both) not
less than Rs. 5 Cr will
be considered.
Bidder with maximum 4
numbers of projects
(maximum capped to 4
projects) shall be
awarded full 6 marks
and the others shall be
awarded marks on
relative (pro-rata) basis

2 Testimonial would include Copy of Work order/ Contr act/ Client Certificate. For IDC bidders value should
duly certified by company secretary

156
Schedule C: Bidder’s Experience in providing system integration

3Total 4Project Evidence for


Year of Number of Cost year of issue.
Name
issue of years (as on (indicate Page number
Criteria of
work bid Capex and where the work
Client
order submission Opex order is
date) separately) provided

Bidder’s experience in
providing IT System
integration services in
India/ services for
Information Technology
projects including
implementation/
operations in India,
quantified in terms of
number of years will be
evaluated. System
Integration would mean
where the bidder has
procured installed and
commissioned all IT
components.
Project considered for
evaluation should have
project cost more than
Rs. 5 Cr. Bidder with
maximum years of
experience (maximum
capped to 3 years) shall
be awarded full 4 marks
and the others shall be
awarded marks on
relative (pro-rata) basis.

3 Testimonial would include Copy of Work order/ Contract/ Client Certificate.


4 Testimonial would include Copy of Work order/ Contract/ Client Certificate. For ID C bidders value should
duly certified by company secretary

157
Schedule D: Bidder’s Experience in setting up large data centers

Data Center
Page
Order Value
Name number
S. (indicate Year of
Criteria of where the
No. Capex and Execution
Client work order
Opex
is provided
separately)

Bidder’s experience in setting-up


large Data centers in India,
quantified in terms of value of
projects will be evaluated. Setting-
up Data Centers would mean where
the bidder has procured, installed
and commissioned all IT and Non-
IT components of the data center.
1
Bidder with highest value of project
(maximum capped to 10 Cr ),
within last 5 financial years i.e
2012-13, 2013-14, 2014-15, 2015-16
& 2016-17 shall be awarded full 4
marks and the others shall be
awarded marks on relative (pro-
rata) basis.

158
Schedule E: Average Turnover

Turnover Turnover Indicate the


Turnover
for the for the page number
for the Average
Financial Financial where balance
Criteria Financial Turnover
year year sheets are
year 2011 (INR)
2010 - 11 2009 – provided
– 12
10
Average Turnover of the
bidder from Indian
Operations for the last
three financial year ending
31st March 2017
> Rs 300 Cr = 5
> Rs 150 Cr ≤ Rs 300
Crore = 4;
> Rs 100 Cr ≤ 150 Crore =
3;

Schedule F: Certification

Year of ISO Data Center Page number


27001 Activity where the
S. Name of
Criteria certificatio (Setup/Opera certification
No. Client
n and Valid ting/Managin details are
upto g) provided
Data centers that the bidder
has set-up or is operating / 1
managing with ISO 27001
certification (valid as on
tender submission date) will 2
be considered for evaluation
under this clause.
Bidder with maximum
number of such data centers 3
(capped to 4 no’s) shall be
awarded full 5 marks and the
others shall be awarded
marks on relative (pro-rata)
basis.

159
Schedule G: Design and Architecture

The total marks allocated for this criteria are 30, however since the number of items to be evaluated is large hence the marks have been scaled up for
evaluation and then adjusted to the maximum marks available proportionately.

In
row
Physic EM
Technical Power coo Fire Logical
Scale Mark Layo SA Backu LA WA al S& Interoperabi
Solution Requirem ling Preventi Securit
Up s ut N p N N Securit Clo lity
Offered ent / on y
y ud
PA
C
Design
and
30 10 300 4 12 12 6 12 5 5 2 4 12 16 10
Architect
ure %

Max marks
12 36 36 18 36 15 15 6 12 36 48 30
out of 300

Max
marks 1.2 3.6 3.6 1.8 3.6 1.5 1.5 0.6 1.2 3.6 4.8 3.0
out of 30

Page 160 of 241


G.1 Layout Planning

Page number where


Scaled up Bidder to provide the
Topic Data Center Design & Architecture Criteria the details are
Marks required information
provided
Detailed layout proposed by the bidder for the site Total number of Racks <bidder to provide the
designated for the Data Center will be evaluated for proposed____________< to page number where the
adequacy of design with respect to achieving better be filled by bidder > solution is provided>
utilization of space.
12
Layout
The design accommodating maximum number of Racks
without compromising other design considerations will
get the maximum marks and others will be given prorata.

Page 161 of 241


G.2 Power Requirements

Bidder to provide the Page number where the details


Topic Marks Data Center Design Criteria
required information are provided
Maximum power available per Sq. ft. will be evaluated. For Proposed maximum power <bidder to provide the page number
the purpose of evaluation bidder who proposes power of per sq. ft. ____________ where the solution is provided>
Power 0.21 KVA per sq. ft. or more for server farm area, and 0.03 KVA < to be filled by bidder >
10
Provisioning KVA per sq. ft. or more for auxiliary area will be considered
for maximum marks and the rest will be given marks on pro
rata.
The power design solution of the bidder would be evaluated Yes/No < to be filled by <bidder to provide the page number
for availability of dual path from DC source panel to load. bidder > where the solution is provided>
Cabling 10
The bidder who proposes dual path shall get full marks
others will be given marks on pro-rata
The solution design for the power distribution panel for the Proposed rack distribution
racks will be evaluated. per panel ____________ <bidder to provide the page number
Power no. < to be filled by bidder > where the solution is provided>
Distribution 8 The bidder who proposes maximum free ports in racks
panel distribution per panel will be will be considered for
maximum marks and the rest will be given marks on pro
rata.
The space requirement for UPS will be evaluated. Total space provisioned for <bidder to provide the page number
UPS __________ sq. ft. < to where the solution is provided>
UPS Space 4 The bidder who proposes minimum space requirement be be filled by bidder >
considered for maximum marks and the rest will be given
marks on pro rata.
The solution design for expansion of UPS capacity in KVA Expansion capacity <bidder to provide the page number
will be evaluated. _______KVA < to be filled where the solution is provided>
UPS
4 by bidder >
expansion
The bidder who proposes maximum expansion capacity
(within the same unit) will be considered for maximum

Page 162 of 241


Bidder to provide the Page number where the details
Topic Marks Data Center Design Criteria
required information are provided
marks and the rest will be given marks on pro rata.

Page 163 of 241


G.3 In Row Cooling/ Precision Air Conditioning

Bidder to provide the Page number where the


Topic Marks Data Center Design Criteria
required information details are provided
The space requirement for indoor units will be evaluated. Total space provisioned for
indoor units __________ sq.
The bidder who proposes minimum space requirement be ft. < to be filled by bidder >
8
considered for maximum marks and the rest will be given
marks on pro rata.
Space
The space requirement for outdoor units will be evaluated. Total space provisioned for
outdoor units __________
The bidder who proposes minimum space requirement be sq. ft. < to be filled by bidder >
8
considered for maximum marks and the rest will be given
marks on pro rata.

The solution will be evaluated with respect requirement of Proposed power in KVA_____
power per TR. required per TR. < to be filled
Power by bidder >
requirement 10 The bidder who proposes minimum power per TR will be
per TR considered for maximum marks and the rest will be given
marks on pro rata.

The solution design for expansion of in row cooling / PAC Proposed expansion capacity <bidder to provide the page
capacity in TR will be evaluated. ____________ TR. < to be number where the solution
filled by bidder > is provided>
In row
10 The bidder who proposes maximum expansion capacity
cooling / PAC
will be considered for maximum marks and the rest will be
given marks on pro rata.

Page 164 of 241


G 4: Fire Prevention System

Bidder to provide the Page number where the


Topic Marks Data Center Design Criteria
required information details are provided
The solution of the bidder with respect to the design for Number of detectors proposed <bidder to provide the page
installing the detectors both heat and smoke will be in the server farm area number where the solution
evaluated. While one detector should be installed in every ______ no. < to be filled by is provided>
150 Sq. ft. in the server area. For other areas one detector bidder >
should be installed in every 625 Sq. ft. Bidder should be
proposing 11 or more detectors for the server farm area
and 7 or more for the auxiliary area.
For maximum marks consideration will be given to the
following:

1)Compliance of the solution proposed to NFPA 75


(Standard for protection of IT equipment)
Fire
9 2)Compliance of the solution proposed to TIA 942
Detection
(Telecommunications Infrastructure Standard for Data
Centers)
3)The solution proposed should offer a combination of
ionization and photoelectric smoke detectors.
4) The capability of the proposed solution to have different
thresholds and sensitivity settings for detection for
different areas / partitions of the Data Center.
5) Vendors providing Very Early Smoke Detection
Apparatus (VESDA)

The rest will be given marks on pro rata."

Fire The fire suppression solution suppression in the server Name of the gas <bidder to provide the page
9
Suppression farm area will be evaluated for eco-friendly attributes. proposed________. < to be number where the solution

Page 165 of 241


Bidder to provide the Page number where the
Topic Marks Data Center Design Criteria
required information details are provided
filled by bidder > is provided>
Bidder proposing better solution will be considered for
maximum marks and the rest will be given marks on pro
rata.

Page 166 of 241


G 5: Storage Solution (SAN)

Bidder to provide the Page number where the


Topic Marks Data Center Design Criteria
required information details are provided
The proposed SAN model will be evaluated with respect to the Make____________ <bidder to provide the page
IOPS ratings. number where the solution
Model_________________ is provided>
Performance 6
The bidder with maximum IOPS ratings (as at the time of bid
submission) will be considered for maximum marks and the IOPS rating __________ <
rest will be given marks on pro rata. to be filled by bidder >
The proposed SAN model will be evaluated with respect to Maximum Raw Capacity <bidder to provide the page
maximum raw capacity that can be populated __________ TB < to be filled number where the solution
Maximum
6 by bidder > is provided>
Raw Capacity
The bidder with maximum raw capacity will be considered for
maximum marks and the rest will be given marks on pro rata.
The proposed SAN model will be evaluated with respect to the Maximum cache supported in a <bidder to provide the page
maximum cache supported in a single enclosure single enclosure number where the solution
Maximum
__________ GB < to be filled is provided>
cache 6
The bidder with maximum cache supported in a single by bidder >
capacity
enclosure will be considered for maximum marks and the rest
will be given marks on pro rata.
The extra storage capacity required for taking 24 snapshots of Extra storage capacity required <bidder to provide the page
data per day (one snapshot per hour). For the purpose of this for taking 24 snapshots of data number where the solution
Capacity evaluation, snapshots which have copy-on-write performance per day ________ TB < to be is provided>
Required for 6 overhead will not be considered. Bidder with minimum filled by bidder >
Snapshots amount of storage required for snapshot shall be awarded full
marks and the others shall be awarded marks on relative (pro-
rata) basis.
Capacity The extra storage capacity required for providing 3 additional Extra storage capacity required <bidder to provide the page
Required for 6 copies of data (1: Test , 1: DEV , 1 : QA) . These clones should for providing 3 additional number where the solution
Clones be available in read-write mode. For the purpose of this copies of data (1: Test , 1: DEV , is provided>

Page 167 of 241


Bidder to provide the Page number where the
Topic Marks Data Center Design Criteria
required information details are provided
evaluation, clones which have copy-on-write performance 1 : QA) ________ TB < to be
overhead will not be considered. Bidder with minimum filled by bidder >
amount of storage required for snapshot shall be awarded full
marks and the others shall be awarded marks on relative (pro-
rata) basis.
Support for de-duplication on data on the Primary Volumes. Capability to do block level de- <bidder to provide the page
Bidders that provide capability to do block level de-duplication duplication (Yes/No) < to be number where the solution
De-
6 shall be awarded full marks. While bidders that provide de- filled by bidder > is provided>
Duplication
duplication at a file level or if they don't support de-
duplication shall not be awarded any marks.

Page 168 of 241


G.6: Backup Solution

Bidder to provide the Page number where the


Topic Marks Data Center Design Criteria
required information details are provided
The proposed backup solution will be evaluated with respect to Minimum Time required for <bidder to provide the page
the system upgrade/firmware update. system upgrade/firmware number where the solution
System/Firm
10 updates __________ min < is provided>
ware support
The bidder with no downtime will be considered for maximum to be filled by bidder >
marks and the rest will be given marks on pro rata.
The proposed Tape library will be evaluated with respect to the Make____________ <bidder to provide the page
max no. of drive supported in a single library. number where the solution
Model_________________ is provided>
Tape Library
5 The bidder with maximum drives in a single library will be
scalability
considered for maximum marks and the rest will be given Drives supported
marks on pro rata. __________ < to be filled by
bidder >

Page 169 of 241


G 7: LAN Solution

Page number where


Bidder to provide the
Topic Marks Data Center Design Criteria the details are
required information
provided
The proposed Network design will be evaluated with respect to the Make____________ <bidder to provide the
performance, security, scalability of the network, cross page number where the
compatibility with other vendor’s cloud, network, security and Model- solution is provided>
server infrastructure for future expansion and integration plan and _________________
Network also as per the RFP requirement.
8
Design
Marks will be given based on the evaluation by technical Maximum ports available
evaluation committee on pro-rata basis. for future expansion
__________ < to be
filled by bidder >
The proposed LAN cabling will be evaluated with respect to the <bidder to provide the
number of LAN ports provided per racks. Maximum LAN ports per page number where the
LAN rack __________ < to solution is provided>
4
cabling The bidder with 24 or more LAN ports available per rack will be be filled by bidder >
considered for maximum marks and the rest will be given marks
on pro rata.
The proposed LAN cabling will be evaluated with respect to the Schematic LAN diagram <bidder to provide the
redundancy provided at each level (No single point of failure). with sufficient details in page number where the
support solution is provided>
Redunda The bidder with no single point of failure will be considered for
3
ncy maximum marks and the rest will be given marks on pro rata.

Page 170 of 241


G 8: WAN

Page number where


Bidder to provide the
Topic Marks Data Center Design Criteria the details are
required information
provided
The proposed router will be evaluated with respect to the Make____________ <bidder to provide the
type of interface support available for future expansion after page number where the
populating as per the RFP requirement. Model_________________ solution is provided>
Internet
6 The bidder with maximum types of interface support
Router
available for future expansion will be considered for Maximum type of interface
maximum marks and the rest will be given marks on pro support available for future
rata. expansion __________ < to
be filled by bidder >

Page 171 of 241


G.9 Physical Security

Bidder to provide the Page number where


Topic Marks Data Center Design Criteria
required information the details are provided
The proposed Data Center surveillance solution will be <bidder to provide the
evaluated with respect to the maximum coverage area with Make____________ page number where the
minimum cameras. solution is provided>
Model_________________
Data Center
4 The bidder with maximum coverage with minimum
Surveillance
cameras will be considered for maximum marks and the Number of cameras provided
rest will be given marks on pro rata. with layout diagrams in support.
__________ < to be filled by
bidder >
The proposed Access control will be evaluated with respect Make____________ <bidder to provide the
to the Bio-metric devices proposed and Control based on page number where the
access cards. The bidder at a minimum should propose one Model_________________ solution is provided>
Bio-metric device for each entry gate into the server farm
area and access control cards for all ingress and outgress Number of Bio-metric Devices
(including server farm). In addition the bidder will at a provided with layout diagrams
minimum provide option for Emergency Exit (Break Glass in support. __________ < to
etc.) at all exit points in the server farm area and at least be filled by bidder >
Access one for the auxiliary area.
4
Control For maximum marks, consideration will be given to the
following:
1) Detailed logging (audit trail) of Entry and Exit details.
2) Integration with BMS (Building Management System)
3) Alarms for unsuccessful attempts (configurable)
4) Ability of the access control mechanism to support time
bound access (Access not allowed after expiration date &
time)
5) Time allowed for ingress / outgress after successful

Page 172 of 241


Bidder to provide the Page number where
Topic Marks Data Center Design Criteria
required information the details are provided
validation should be configurable.
6) Different levels of access allowed using the Access
Control System ( E.g. Access to Reception area only inside
Data Center or access to
Server Staging Area as well.)
7) Ability of the Access Control System to provide reports
on cards
currently active, disabled or deleted etc)
8) For Biometric Access Control FIPS 201 Compliance and
having
Identification Time: < 2 seconds, False Acceptance Rate
(FAR): 0.2%,
False Rejection Rate (FRR): 1.0%
The rest will be given marks on pro rata.
The proposed Physical security will be evaluated with Security Layer proposed with
respect to the proposed layers of security. layout diagrams in support. <bidder to provide the
Security __________ < to be filled by page number where the
4
Layer The bidder with maximum number of security layers will be bidder > solution is provided>
considered for maximum marks and the rest will be given
marks on pro rata.

Page 173 of 241


G.10 Logical Security

Page number where


Bidder to provide the
Topic Marks Data Center Design Criteria the details are
required information
provided
The proposed Logical security solution will be evaluated Security Architecture showing <bidder to provide the
with respect to the level of redundancy proposed. redundancy in the proposed page number where the
security devices in support. < to solution is provided>
Redundancy 8 The bidder with redundancy at all the logical layers/levels be filled by bidder >
will be considered for maximum marks and the rest will be
given marks on pro rata.

The proposed DDoS and firewall will be evaluated with <bidder to provide the
respect to the ability of handling unauthorized access, Make____________ page number where the
attacks, handling traffic securely for different network solution is provided>
DDoS,
segments. Model_________________
Firewall
14
(External and
The bidder with maximum attack handling capability and Total number of different
Internal)
handling of different network segment securely will be network segment supported
considered for maximum marks and the rest will be given __________ < to be filled by
marks on pro rata. bidder >
The SIEM solution that is able to handle maximum no of Make____________ <bidder to provide the
Event Per Second will be considered for maximum marks Model-_________________ page number where the
and the rest will be given marks on pro rata." solution is provided>
Maximum number of EPS
SIEM 7
proposed < to be filled by bidder
>

Page 174 of 241


Page number where
Bidder to provide the
Topic Marks Data Center Design Criteria the details are
required information
provided
Make____________ <bidder to provide the
The solution that provide maximum layers of defense in Model-_________________ page number where the
terms of endpoint protection will be considered for solution is provided>
Enterprise
maximum marks and rest will be given marks on pro rata Maximum layers of defense
Endpoint 7
provided < to be filled by bidder
Protection
>

Page 175 of 241


G. 11: CLOUD & EMS

Page number where


Bidder to provide the
Topic Marks Data Center Design Criteria the details are
required information
provided
The proposed EMS solution will be evaluated with respect A certificate from OEM certifying <bidder to provide the
to the EMS hardware sizing considering 5 years of SDC the additional capacity over and page number where the
operations. above the anticipated load. < to solution is provided>
EMS
be filled by bidder >
hardware 5
The bidder should provision the servers with adequate
Sizing
capacity over and above the anticipated load. Bidder with
maximum capacity will be considered for maximum marks
and the rest will be given marks on pro rata.
The proposed EMS solution will be evaluated with respect <bidder to provide the
to the number of devices supported. Number of network management page number where the
licenses proposed______ solution is provided>
EMS
5 Maximum marks shall be awarded to bidders who have Number of server agents
Architecture
proposed EMS licenses/agents to cover complete SDC proposed______
infrastructure and the rest will be given marks on pro -rata Number of applications agents
proposed______
The proposed EMS solution will be evaluated with respect Details of <bidder to provide the
to the compliance with ITIL 2011 Life Cycle Approach. certification_________ page number where the
solution is provided>
EMS ITIL
5 The bidder with ITIL 2011 compliance that are ITIL
Compliance
certified and verified by independent third party evaluators
will be considered for maximum marks and others without
certification will be given no marks
Application The proposed Application performance monitoring Is the agent on the application <bidder to provide the
performance 3 solution will be evaluated with respect to its functionality server__________(yes/no) < page number where the
monitoring to provide application monitoring within the application to be filled by bidder > solution is provided>

Page 176 of 241


Page number where
Bidder to provide the
Topic Marks Data Center Design Criteria the details are
required information
provided
(meaning capturing real transactions and not
synthetic/simulated transactions)
The bidder providing with compliance will be considered
for maximum marks and non-compliance will be given zero
marks
The proposed Server performance monitoring solution will Is the agent on the <bidder to provide the
be evaluated with respect to its functionality to monitor server__________(yes/no) < page number where the
Server
3 server’s components. The bidder providing with to be filled by bidder > solution is provided>
Monitoring
compliance will be considered for maximum marks and
non-compliance will be given zero marks
The proposed Network monitoring solution will be Is the solution capable of auto <bidder to provide the
evaluated with respect to its functionality to monitor health RCA__________(yes/no) < to page number where the
Network of network inside the data center. be filled by bidder > solution is provided>
3
Monitoring The bidder providing with compliance will be considered
for maximum marks and non-compliance will be given zero
marks
Support of the hypervisor as mentioned in the proposed Maximum number of OS <bidder to provide the
solution on various Operating Systems. Maximum number supported by proposed solution page number where the
Cloud of OS supported by the proposed hypervisor would get < to be filled by bidder> solution is provided>
Solution: 5 maximum marks. Other bidders would be given marks
OS support based on their hypervisors on a pro-rata basis. OEM
certificate / Data sheet to be attached.

Virtual Machines created or Physical servers virtualized by Maximum number of VMs <bidder to provide the
Cloud the proposed solution in a live / production environment. created in a single page number where the
Solution 5 The bidder would be required to present a proof of DC/environment < to be filled solution is provided>
Capabilities implementing the maximum number of Virtual machines by bidder >
in a single Data Centre location, with maximum marks to Maximum number of Physical

Page 177 of 241


Page number where
Bidder to provide the
Topic Marks Data Center Design Criteria the details are
required information
provided
be given for maximum VMs. Other bidders would be given Servers virtualized in a single
marks based on a pro-rata basis. DC/environment < to be filled
by bidder >
Client certificate to be attached.

Bidder's non-commercial internal data center would not be


considered for the same
Bidder’s experience in commissioning Cloud Solution in <bidder to provide the
Experience India, quantified in terms of number of different Cloud Relevant proof to be attached page number where the
with various Technology implementation (different OEMs) shall be solution is provided>
Cloud evaluated.
5
Solution Bidder with maximum number of Technology
technologies implementation (capped to maximum of 5 different Cloud
solution technologies) shall be given full marks and others
shall be given marks based on pro rata basis.
Service Portal. The bidder would be required to mention Maximum number of Services <bidder to provide the
the amount of services capable of being provisioned proposed < to be filled by bidder page number where the
through the service portal as per the proposed cloud > solution is provided>
Cloud
solution. Bidders proposing maximum number of services
Solution: 5
supported will be given full marks. Other bidders would be
Service Portal
given marks based on a pro-rata basis.
OEM certificate / Data sheet to be attached.

Cloud Certified manpower. The bidder is required to Maximum number of Cloud <bidder to provide the
Cloud mention a certificate from the authorized signatory / HR Certified Manpower employed page number where the
Certified 4 department / Company Secretary mentioning the number with Bidder < to be filled by solution is provided>
Manpower of employees certified on cloud related certifications like bidder >
MCSE, CCP, VCP, etc. Full marks would be given for 5 or

Page 178 of 241


Page number where
Bidder to provide the
Topic Marks Data Center Design Criteria the details are
required information
provided
more certified employees. Other bidders would be given
marks on a pro rata basis.

Page 179 of 241


G.12: Storage Management and Interoperability

Bidder to provide the Page number where


Topic Marks Data Center Design Criteria
required information the details are provided
Names of Storage/OS <bidder to provide the
Number of Operating Systems certified by the Clustering OEM ( whichever is page number where the
technology to support clustering applicable) solution is provided for
1 meeting the functionality>
Clustering
6 Bidder with maximum certified Operating Systems shall be 2
support
awarded full marks and the others shall be awarded marks on 3
relative (pro-rata) basis 4
5

Names of Storage/OS <bidder to provide the


Number of Storage OEMs supported by the Volume OEM ( whichever is page number where the
Management and file system to perform capacity expansion applicable) solution is provided for
and distribution from these OEMs 1 meeting the functionality>
Storage
6 2
management
Bidder with maximum certified Storage OEM shall be awarded 3
full marks and the others shall be awarded marks on relative 4
(pro-rata) basis. 5

Number of Storage OEMs supported by the Storage Multi- Names of Storage/OS <bidder to provide the
pathing software to perform multi-pathing for Storages from OEM ( whichever is page number where the
these OEMs applicable) solution is provided for
Storage 1 meeting the functionality>
6
management Bidder with maximum certified Storages shall be awarded full 2
mark and the others shall be awarded marks on relative (pro- 3
rata) basis. 4
5
Storage 6 Number of Storage OEMs supported by the Snapshot/ Point in Certified Storages <bidder to provide the

Page 180 of 241


Bidder to provide the Page number where
Topic Marks Data Center Design Criteria
required information the details are provided
management time technology to perform snapshots/Point-in-Time Copies 1 page number where the
to Storage from these OEMs. 2 solution is provided for
3 meeting the functionality>
Bidder with maximum certified Storages (capped to 10 nos.) 4
shall be awarded full mark and the others shall be awarded 5
marks on relative (pro-rata) basis.
Certified Storages <bidder to provide the
Number of Storage OEMs supported by the Storage Data
page number where the
Replication technology to perform data replication to Storage
1 solution is provided for
from these OEMs.
Storage Data 2 meeting the functionality>
6
Replication 3
Bidder with maximum certified Storages (capped to 5 nos.)
4
shall be awarded full marks and the others shall be awarded
5
marks on relative (pro-rata) basis.

Page 181 of 241


Schedule H: Product Compliance:

Scale up and
down by a
factor of 10. Compliance
Impact of value
Total marks with RFP Impact of deviation on Value
Deviations, addition on
Bill of Material available 25, specifications (Performance/ addition
if any (Performance/
scaled up to Scalability/Availability) provided
Scalability/Availability)
250
[1]
(Yes/Partial/No)
IT

Infrastructure % 250 25 Negative Impact Positive Impact


Internet Router 2 5 0.5
Firewall 4 10 1
Internet Switch 3 7.5 0.75
Server Load
Balancer 2 5 0.5
End-Point-
Protection 2 5 0.5
Core Switches 4 10 1
App Switches 2 5 0.5
Access Switches 2 5 0.5
IP KVM Switch,
LCD Monitor,
Keyboard 2 5 0.5

Page 182 of 241


Scale up and
down by a
Impact of value
factor of 10. Compliance Impact of deviation on Value
Deviations, addition on
Bill of Material Total marks with RFP (Performance/ addition
if any (Performance/
available 25, specifications Scalability/Availability) provided
Scalability/Availability)
scaled up to
250
LAN Passive
Components 2 5 0.5
Security Incident
and Event
Management
System 4 10 1
Enterprise
Management
System 2 5 0.5
Application
Server 4 10 1
DB Server 4 10 1
SAN Storage 4 10 1
SAN Switches 2 5 0.5
Tape Library 2 5 0.5
Web Server 3 7.5 0.75
Enterprise Access
Server 4 10 1
Management
Server 4 10 1
Directory Server 4 10 1
Enterprise 4 10 1

Page 183 of 241


Scale up and
down by a
Impact of value
factor of 10. Compliance Impact of deviation on Value
Deviations, addition on
Bill of Material Total marks with RFP (Performance/ addition
if any (Performance/
available 25, specifications Scalability/Availability) provided
Scalability/Availability)
scaled up to
250
Backup server
Staging Server 2 5 0.5
Integration
Server 2 5 0.5
Blade Enclosure 2 5 0.5
Racks 2 5 0.5
Backup Software 2 5 0.5
Cloud Mgmt &
Virtualization
Software 2 5 0.5
Physical
Infrastructure
HVAC 2 5 0.5
Fire Suppression
and Detection 2 5 0.5
Electrical Works 2 5 0.5
DG Set 3 7.5 0.75
UPS 3 7.5 0.75
Access Control
and CCTV 2 5 0.5
In row cooling
system 3 7.5 0.75

Page 184 of 241


Scale up and
down by a
Impact of value
factor of 10. Compliance Impact of deviation on Value
Deviations, addition on
Bill of Material Total marks with RFP (Performance/ addition
if any (Performance/
available 25, specifications Scalability/Availability) provided
Scalability/Availability)
scaled up to
250
Public Address
System 1 2.5 0.25
Water Leak
detection and
HSSD 1 2.5 0.25
Audio Video
solution 2 5 0.5
VESDA 1 2.5 0.25

*Deviations will lead to negative marking which will be decided by the Evaluation Committee.

Schedule I: Power Consumption:

Criteria
The whole solution of the bidder shall be evaluated with regard to the total power requirements in terms of peak power requirement. The bidder shall provide Equipment
wise peak power consumption of all the proposed equipment in a tabulated manner along with the un-priced BOM submitted with the technical bids. The total peak
power consumption of respective bids shall be compared for evaluation. The bidder with least peak power consumption shall be awarded full 5 marks and the
other bidders shall be awarded marks on relative (pro-rata) basis

Page 185 of 241


Per Unit Peak Power Number of Total Peak power Brochure / Data Sheet
Component OEM
Sr. No. Consumption Units consumption per where the details are
(a) (b)
(c) (d) component (c x d) provided

Cooling Solution
*1 PAC /In-row cooling
2 CAC
Compute Components
*1 Application Servers
2 Database Servers
3 Web Server
4 Management Server
5 Staging Server
6 Backup Server
7 Integration Server
Networking Components
*1 Router
Firewall
Internet Switch
Application Switch
Load Balancer
Core Switch
Access Switch
Storage Components
*1 SAN Storage

Page 186 of 241


SAN Switch
Tape Library
Total Peak Power Consumption considered for evaluation

(Please note that If there is any component which the bidder has missed out against each category then the Peak Power load of the bid with highest peak power load
against this component shall be considered and if there are more than one missing components in the bid then it will be considered at par with the highest total peak
power consumption bid and technical score shall be given accordingly)

* Use / add additional row / page for additional information

Page 187 of 241


Schedule J: Resource Allocation

Criteria
The bidder must have on its roll at least 100 technically qualified professionals in, networking, systems integration, and prior experience in providing the
Data Center Infrastructure maintenance services as on 31.03.2017:
> 500 = 2;
400 - 500 =1.5;
300 - 200 =1;
100 – 200 = 0.5
Academic Qualifications
Key Years of Name of the Company
No. of and
S. No. Type of resource Responsibilitie Relevant (in case of prime and
Resources Certifications (e.g. ITIL,
s Experience partner)
ITSM)
1 Project Manager
2 Data Centre Design Expert
3 …….
4 Others

5 ..............

Page 188 of 241


Schedule K: Resource with ISO 27001 Certification:

Undertaking that the


Page number where
Certificate Valid resources are currently
Criteria S. No. Name of Resource the copy of certificate
upto employed by the Company
is enclosed
(Page No.)
Number of resources
deployed by the bidder 1
having valid BS7799 / ISO
27001 certification.

More than 5 resource = 2


marks 2

Less than or equal to 5


resource with valid
certification = 1 marks

Page 189 of 241


Schedule L: Resource with ISO 20000 Certification:

Undertaking that the


Page number where
Certificate Valid resources are currently
Criteria S. No. Name of Resource the copy of certificate
upto employed by the Company
is enclosed
(Page No.)
Number of resources
deployed by the bidder 1
having valid ITIL / ISO
20000 certification.

More than 10 resource = 2


marks 2

Less than or equal to 10


resource with valid
certification = 1 marks;

Page 190 of 241


Schedule M: SLA Commitment:

Page Number where the details of


Minimum SLA 5Higher/ Better
the Solution are provided which
Criteria commitment as per
SLA commitment
support the basis for Higher SLA
RFP
commitment
The operations and maintenance capability and commitment is being gauged through the SLA commitment of each bidder and the solution offered to support the SLA
commitment
The bidder can commit higher SLAs. SLA commitment of individual components shall be evaluated and the bidder with highest commitment in the particular component
shall be awarded maximum marks and others shall be awarded marks on relative (pro-rata) basis. Minimum 70% marks are assured on commitment as per RFP SLA.
Components that will be considered are given below:
(i) Power Availability
(ii) Systems Availability
(iii) Helpdesk, Incident Management and Problem Management
(iv) Security Management

* Use / add additional row / page for additional information

5 Once higher SLA commitment is accepted and marks awarded then if the bidder is awarded the contract then the RFP SLA will get amended to include higher uptimes and penalties will
also get a pplicable to these higher uptime commitments.

Page 191 of 241


12.5 Format 5 – Specifications of the Physical Components

S. Equipment Purpose/ Make and Quantity# Deviations,


No. Function Model if any
1. As per Section 10.2,
Schedule A, D
2. .............
3. .............
4. .............
5. .............
6. .............
7. .............
8. ................
9. ................
10. ................
11. ................

# Quantity could be the absolute number or a unit like kgs/ft 2, ft/mt2 etc depending upon the type of
equipment in consideration. For e.g. Air-conditioning system would have ‘x’ number of In row cooling
units / PAC units and ‘y’ tons of capacity. Similarly cabling would be specified in z feet per square
meters. Bidder should provide detailed specifications.

12.6 Format 6 – Specifications of the IT Components

S. Description OEM Make & Model Deviations, if any


No.

1. As per Section 10.2,


Schedule A, B, D

2. .............

3. .............

4. .............

5. .............

6. .............

Bidder should provide detailed specifications.

Page 192 of 241


12.7 Format 7 – Manpower Details

The Bidder should provide a detailed resource deployment plan to ensure that technically
qualified staff is available to deliver the project. The Bidder would require qualified Data
Centre Design expert, Project Manager, etc. who have to be necessarily the employee of the
Vendor. But the other resources like the civil works staff, etc. may either be employed directly
by the Bidder or be subcontracted personnel from one of the consortium partners. However,
the Bidder would have to monitor and manage the staff on a daily basis.
1. The Bidder should provide the summary table of details of the manpower that will be
deployed on this project for implementation along with detailed CVs

Academic Name of
Key Qualificatio the
No. of Years of
Type of Respon ns and Company
S. No. Resource Relevant
resource sibilitie Certification (in case of
s Experience
s s (e.g. ITIL, prime and
ITSM) partner)
Project
1.
Manager
2. …………..
3. …………..
4. …………..
5. ..............

Page 193 of 241


1. The Bidder should provide the summary table of details of the manpower that will be deployed on this project for Operations and
Maintenance:

Onsite Relevant
Overall IT experience in
S. No. Role Offsite Qualifications Certifications Experience the respective
Shift 1 Shift 2 Shift 3 (Years) role
(Years)

Project
1.
Manager
2. Helpdesk
3. Others......
4. ……..
5. ........
6. ........
7. ........

Page 194 of 241


12.8 Format 8 – Deviations from Tender Terms & Conditions

The given format should be followed while marking out the deviations from Tender terms and
conditions:

Statement of
Clause Page
S. No. Section No. deviations and Remarks
No. No.
variations
1.
2.
3.
4.
5.
6.

Page 195 of 241


12.9 Format 9 – Project Experience

S. No Item Details

General Information

Customer
1.
Name/Government Department

Name of the Contact Person and Contact


2.
details for the Project

Brief Description of scope of Project

Size of the Project

3. Contract Value of the Project (in crore)

Capital Expenditure involved (by the


4.
govt./ client)

Total cost of the services provided (by


5.
the Bidder)

Project Details
6. Name of the Project
7. Start Date / End Date
Current Status (work in progress,
8.
completed)

9. Contract Tenure
10. Type of Project

Solution architecture employed & core


11.
components

12. Scope of Service Delivery system

13. Tools Deployment

Page 196 of 241


12.10 Format 10: Statement of Deviation from Requirement Specifications

Date: dd/mm/yyyy

To,
Managing Director
Assam Electronics Development Corporation Limited
Industrial Estate, Bamunimaidan,
Guwahati-781021, Assam, India

Reference: Tender Number ……. Dated ……

Sir,

There are no technical deviations (null deviations) from the requirement specifications of
tendered items and schedule of requirements. The entire work shall be performed as per your
specifications and documents. Following is the exhaustive list of technical deviations and
variations from the requirement specifications of tendered items and schedule of requirements.
Except for these deviations and variations, the entire work shall be performed as per your
specifications and documents.

S. Clause
Section No. Page No. Statement of deviations and variations
No. No.
1.
2.
3.

Authorized Signatory
Name :
Designation:

Page 197 of 241


SECTION – X
Formats to Response to the Tender – Commercial Bid

Page 198 of 241


13Section X - Format for Response to Tender – Commercial Bid

13.1 Format 1 – Commercial Bid Letter

To
Managing Director
Assam Electronics Development Corporation Limited
Industrial Estate, Bamunimaidan,
Guwahati-781021, Assam, India

Sir/ Madam,
Subject: Appointment of an Agency for Supply, Installation, Configuration, Operations and Maintenance of physical & IT components
for State Data Centre
Reference: Tender No: <TENDER REFERENCE NUMBER> Dated <DD/MM/YYYY>

We, the undersigned Bidder, having read and examined in detail all the Tender documents in respect of Appointment of an Agency for Supply,
Installation, Configuration, Operations and Maintenance of Physical & IT Infrastructure Components for State Data Centre do hereby
propose to provide services as specified in the Tender documents number <TENDER REFERENCE NUMBER> Dated <DD/MM/YYYY>

1. PRICE AND VALIDITY


• All the prices mentioned in our Tender are in accordance with the terms as specified in the Tender documents. All the prices and other terms and
conditions of this Tender are valid for a period of 180 calendar days from the date of opening of the Tenders.
• We hereby confirm that our Tender prices include all taxes. However, all the taxes are quoted separately under relevant sections.
• We have studied the clause relating to Indian Income Tax and hereby declare that if any income tax, surcharge on Income Tax, Professional and any other
corporate Tax in altercated under the law, we shall pay the same.

2. UNIT RATES

Page 199 of 241


We have indicated in the relevant schedules enclosed the unit rates for the purpose of on account of payment as well as for price adjustment in case of any
increase to / decrease from the scope of work under the contract.

3. DEVIATIONS
We declare that all the services shall be performed strictly in accordance with the Tender documents except for the variations and deviations, all of which have
been detailed out exhaustively in the following statement, irrespective of whatever has been stated to the contrary anywhere else in our bid.
Further we agree that additional conditions, if any, found in the Tender documents, other than those stated in deviation schedule, shall not be given effect to.

4. TENDER PRICING
We further confirm that the prices stated in our bid are in accordance with your Instruction to Bidders included in Tender documents.

5. QUALIFYING DATA
We confirm having submitted the information as required by you in your Instruction to Bidders. In case you require any other further
information/documentary proof in this regard before evaluation of our Tender, we agree to furnish the same in time to your satisfaction.

6. BID PRICE
We declare that our Bid Price is for the entire scope of the work as specified in the Schedule of Requirements and Tender documents. These prices are
indicated in Format 2 as part of the Tender.

7. CONTRACT PERFORMANCE GUARANTEE BOND


We hereby declare that in case the contract is awarded to us, we shall submit the contract performance guarantee bond in the form prescribed in Volume I,
Annexure 5- Proforma and as per Section VII - General Conditions of Contract.

We hereby declare that our Tender is made in good faith, without collusion or fraud and the information contained in the Tender is true and correct to the
best of our knowledge and belief.

We understand that our Tender is binding on us and that you are not bound to accept a Tender you receive.

We confirm that no Technical deviations are attached here with this commercial offer.

Thanking you,

Page 200 of 241


Yours faithfully,
(Signature of the Bidder)
Printed Name
Designation
Seal
Date:
Business Address:

Page 201 of 241


13.2 Format 2 – Breakdown of Cost Components

1. Bidder should provide all prices as per the prescribed format. Bidder should not leave any field blank. In case the field is not a pplicable, Bidder must
indicate “0” (Zero) in all such fields.

2. All the prices (even for taxes) are to be entered in Indian Rupees ONLY (% values are not allowed)

3. It is mandatory to provide breakup of all Taxes, Duties and Levies wherever applicable and/or payable.

4. AMTRON reserves the right to ask the Bidder to submit proof of payment against any of the taxes, duties, levies indicated.

5. AMTRON shall take into account all Taxes, Duties & Levies for the purpose of Evaluation
The Bidder needs to account for all Out of Pocket expenses due to Boarding, Lodging and other related items. AMTRON will not provide C form or Road
Permits to the DCO for supply of equipment.

6. The Unit Rate as mentioned in the following formats shall be used for the purpose of ‘Change Order’ for respective items, if any. However, based on the
market trends, AMTRON retains the right to negotiate this rate for future requirements.

7. For the purpose of evaluation of Commercial Bids AMTRON shall make appropriate assumptions to arrive at a common bid price for all the Bidders. This
however shall have no co-relation with the Contract value or actual payment to be made to the Bidder. Furthermore, any other item required for the overall
integration and functioning of the ASDC shall be within the scope of the bidder.

8. The bidder shall also provide all required equipment which may not be specifically stated in the RFP but are required to meet the intent of ensuring
completeness, maintainability and reliability of the total system covered under this ASDC Project.

9. All the components / equipment / software / hardware quoted in Schedules A, B and D in Sections 10.2.1.1, 10.2.1.2 and 10.2.1.4 should include the cost of
supply, installation, commissioning, testing, taxes, levies, etc. under the relevant column in the schedules

10. The AMC in Schedules C3/CB3, C4/CA4/CB4 & C5/CA5/CB5 shall be for the entire components / items / infrastructure of ASDC supplied under the RFP
/ Contract.

Page 202 of 241


11. The bidder will ensure that prices/ cost for all the software licenses discovered during the bid process will be valid for the entire period of contract and
without any additional Operational and Maintenance charges for the same.

Note: SIA may give orders to selected bidders for 5 years initially and based on satisfactory performance (report provided by TPA) by the bidder the contract
may be extended for another 1 year or as decided by SIA. The value of extension will be based on the discovered prices during the bid. If further extension is
required, the prices will be negotiated by both the parties and with mutual consent the order will be given by SIA.

Summary of Cost Components Table

S. No Item Schedule TOTAL PRICE


(INR)
1 Physical / IT Infrastructure A =a11
2 Scalable BoM- Physical / IT Infrastructure B =b11

Total CAPEX =Schedule (A+B)


Operational Support (including applicable C
3
Tax)
Operational Support for Scalable BoM CA
4
(including applicable Tax)

Page 203 of 241


Total OPEX = Schedule (C+CA)
TOTAL PROJECT COST (in INR)
= CAPEX + OPEX
= (a11 + b11) + OPEX
TOTAL PROJECT COST in words:: Rupees

CAPEX = a11 + b11

For OPEX, please refer Schedules C and CA

Note:
It is mandatory to provide breakup of all Taxes, Duties and Levies wherever applicable and/ or payable under the relevant column in the schedules. State shall
take into account all Taxes, Duties & Levies for the purpose of Evaluation.

Any change in the applicable taxes during the tenure of the project will be accounted for and adjusted accordingly.

To ensure a reasonable and realistic ratio of CAPEX and OPEX: a bid may be liable to be rejected after scrutiny if total CAPEX happens to be more than
50% of the overall bid value.

Page 204 of 241


Financial Details

13.2.1 Physical / IT Infrastructure Cost Table – Schedule A

Total
Make Unit Total
Sr. Amount Tax
Components Qty & Rate (INR)
No. (INR) (B)
Model (INR) (A+B)
(A)
Physical Infrastructure
Civil & Interior Works
(Including Brick work,
masonry work, painting, diesel
As
1. storage tank, Partition, Anti
required
static flooring, modular fire
resistant false ceiling, Water
proofing, etc.
Electrical Cabling (including
electrical panel, Earthing,
ASDC internal electrical wiring, As
2.
DB, Switchgears, UPS, DG Set, required
all ASDC Areas, Lighting &
fixtures, etc.)
In Row Cooling for the Server
3. farm area as per specifications 4
for one containment
Comfort Air Conditioning for
4. the Auxiliary Area as per the 26 TR
specifications
5. Generator Set (Each 500 KVA) 3
UPS for the Server Farm Area
for 40 Racks Total critical loads
6. 1+1
is 200 KVA with scalability up
to 500 kVA and minimum 20

Page 205 of 241


Total
Make Unit Total
Sr. Amount Tax
Components Qty & Rate (INR)
No. (INR) (B)
Model (INR) (A+B)
(A)
Min. backup.

UPS for the BMS, NOC and


7. Staging Area (20 KVA each, 2+1
scalable to 50 KVA)
Fire Suppression and Detection As
8.
System (for all Zones) required
IP CCTV System (for all Zones) 20 nos.
(Solution should support 100 of
9.
nos. of different types of camera
camera) required
10 nos.
Access Control System (for all
of
Zones) (Solution should
access
10. support 50 nos. of Access
control
Control nodes and 200 users
nodes
access)
required
Public Address System (for all
Zones) (System should support As
11.
50 nos. of loud speakers, as per required
standard Data Centre norms)
As
12. VESDA System (for all Zones)
required
Water Leak Detection System As
13.
(for all Zones) required
Rodent Repellent System (for As
14.
all Zones) required

Page 206 of 241


Total
Make Unit Total
Sr. Amount Tax
Components Qty & Rate (INR)
No. (INR) (B)
Model (INR) (A+B)
(A)
Hand held fire extinguishers
15. 20
(as per standard DC norms)

NOC room LED for display


16. 2
(42”)
DG sync panel (as per standard As
17.
DC norms) required
CVT (Constant Voltage
18. 2
Transformer)
19. Any Other (please specify)
IT Infrastructure (Hardware Components)
Blade Server for Application,
Web, DNS & DHCP, Directory
20. 16
Server, Proxy, NTP Enterprise
backup, File Server, etc.

21. Database Server (rack mount) 2

Staging Server (Rack mount


22. 1
server)
As
23. Blade Enclosure
required
SAN Storage - 80 TB usable on
day 1 scalable upto 300 TB (1)
24. including SAN Switch (2) & 1
Backup Software (1) (initially
for 20 TB, and 4 DB instances)

Page 207 of 241


Total
Make Unit Total
Sr. Amount Tax
Components Qty & Rate (INR)
No. (INR) (B)
Model (INR) (A+B)
(A)
25. Tape Library 1 set

26. Internet Routers 2

27. Internet Switch 2

28. Core Switches 2

29. Application Switches 2

30. External Firewall 2


31. Intranet Switch 2
32. Internal Firewall 2

33. Server Load Balancer 2

34. Access Switch for NOC, users 2

19" Wall mount rack 9U of


35. 4
minimum 500mm depth

36. Racks 42 U 20
KVM Switches over IP for
37. 2
Racks
KVM Switch for each server As
38.
Rack required
LAN passive components
As
39. including Cabling for the entire
required
State Data Center Area

Page 208 of 241


Total
Make Unit Total
Sr. Amount Tax
Components Qty & Rate (INR)
No. (INR) (B)
Model (INR) (A+B)
(A)
As per
40. Hardware for EMS
solution
As per
41. Hardware for BMS
solution
42. Any Other (Please specify)
Software Components
Building Management Solution
43. (for the SDC Area, as well as for 1
rest of the building)
Enterprise Management
Solution (EMS)

a. Server (Health and


Performance Monitoring) -
Number of VMs for
Application, Web and Database
servers will be approximately
100. Bidder should supply
sufficient licenses for entire
solution supplied by DCO on As per
44.
day 1. solution

b. Network Monitoring for


entire solution provided by
DCO on day 1 and for network
devices for total 48 racks

c. Helpdesk management – 4
user licenses

d. Patch management – entire

Page 209 of 241


Total
Make Unit Total
Sr. Amount Tax
Components Qty & Rate (INR)
No. (INR) (B)
Model (INR) (A+B)
(A)
solution for Data Centre

e. Asset management – entire


Data Centre

Cloud Management & As


45.
Virtualization Software required
Comprehensive endpoint
enterprise protection solution
46. to support 500 VMs and 100 1 set
Physical servers (with 200
Client Licenses from day 1)
47. PostgreSQL Enterprise edition 2

Microsoft® Windows Server


48. 7
latest (DC edition)

Red Hat® Enterprise Linux


49. latest VDC with premium 10
support

Page 210 of 241


Total
Make Unit Total
Sr. Amount Tax
Components Qty & Rate (INR)
No. (INR) (B)
Model (INR) (A+B)
(A)
Security Incident and event
50. 1
Management Tool

51. Any Other (please specify) -

Total (Physical / IT Infrastructure) Cost = a11

Amount in words :: Rupees

P.S. The requirements specified in the RFP is indicative, so the bidders are advised to give technical proposal & commercial proposal as per their own
understanding and analysis. Bidders are requested to provide the solution considering additional software components wherever required to be purchased on
later date and the prices will be paid to them on actual basis. All network and security devices should not have any dependency on user based/ port based /
throughput based etc. licenses.

Detail costing for EMS and Cloud management solution

Bidder need to provide the break-up of the costing for EMS and Cloud management solution in the below table for each component (additional rows may be
added as per the requirement). The Cloud and EMS licenses should include all the components and license as per the RFP requirement. While the bidder
needs to quote to meet the license requirement for all the appliances from day-1, the each component pricing shall also be used for future procurement.

S. No Description No. Of licenses Unit price Total price


(Qty)
1. Licenses for Cloud
Management solution

Page 211 of 241


including Hypervisor
for xx servers
2. EMS license for ….
(Module name)
3. EMS license for ….
(Module name)
4. Infra for Cloud Ems
solution i.e. Server,
OS, DB etc.
5. Others…..

Total IT
Infrastructure
Cost)
Amount in Words :: Rupees

13.2.2 Scalable BoM - Cost Table – Schedule B


OPEX
CAPEX Base
Total Cost
Item for Base Applicable Unit Applicable
Item Weightage Total Base (Inclusive
proposed RFP Make Model Unit Taxes (If Cost in Taxes (If
Description (Quantity) cost in INR of all
solution Cost in any) INR any)
taxes) INR
INR (One
Year)
A B C D E F=C*(D+E) G H J=F+G+H
IT Infrastructure
32 GB DDR4
32
RAM module
Blade
64 GB DDR4
Servers 16
RAM module
128 GB DDR4 8

Page 212 of 241


OPEX
CAPEX Base
Total Cost
Item for Base Applicable Unit Applicable
Item Weightage Total Base (Inclusive
proposed RFP Make Model Unit Taxes (If Cost in Taxes (If
Description (Quantity) cost in INR of all
solution Cost in any) INR any)
taxes) INR
INR (One
Year)
A B C D E F=C*(D+E) G H J=F+G+H
RAM module
SATA (20TB
4
usable)
10 TB Usable
Capacity in SAS
10K drive in
RAID 5 with
required 8
accessories,
licenses etc to
complete the
Storage
upgrade
10 TB Usable
Capacity in NL
SAS/ MDL SAS
in RAID 6 with
required 8
accessories,
licenses etc to
complete the
upgrade

Page 213 of 241


OPEX
CAPEX Base
Total Cost
Item for Base Applicable Unit Applicable
Item Weightage Total Base (Inclusive
proposed RFP Make Model Unit Taxes (If Cost in Taxes (If
Description (Quantity) cost in INR of all
solution Cost in any) INR any)
taxes) INR
INR (One
Year)
A B C D E F=C*(D+E) G H J=F+G+H
10 TB Usable
Capacity in SSD
in RAID 5 with
required
8
accessories,
licenses etc to
complete the
upgrade
1 no FC Tape
Drive with
required
Tape
accessories, 4
Library
licenses etc to
complete the
upgrade
port license (if
16
applicable)
SAN Switch
FC Transceivers
16
(8/16Gbps)
10 Gig SFP+, MM 64
Transceivers
1 Gig SFP, MM 64
and Cables
for Data 10 Gig SFP+, SM
32
Center (10Km)
Switching 1 Gig SFP, SM
32
(10km)

Page 214 of 241


OPEX
CAPEX Base
Total Cost
Item for Base Applicable Unit Applicable
Item Weightage Total Base (Inclusive
proposed RFP Make Model Unit Taxes (If Cost in Taxes (If
Description (Quantity) cost in INR of all
solution Cost in any) INR any)
taxes) INR
INR (One
Year)
A B C D E F=C*(D+E) G H J=F+G+H
Fiber Patch Cord
50
MM (3m)
Fiber Patch Cord
50
MM (10m)
Fiber Patch Cord
50
MM (15m)
Fiber Patch Cord
50
SM (3m)
Fiber Patch Cord
50
SM (10m)
Fiber Patch Cord
50
SM (15m)
Cat6A Patch Cord
50
(1m)
Cat6A Patch Cord
50
(3m)
Cat6A Patch Cord
50
(5m)
Software Components
EMS License 4
DB2 1
Database MS-SQL 1
License Oracle 1
No-SQL 1

Page 215 of 241


OPEX
CAPEX Base
Total Cost
Item for Base Applicable Unit Applicable
Item Weightage Total Base (Inclusive
proposed RFP Make Model Unit Taxes (If Cost in Taxes (If
Description (Quantity) cost in INR of all
solution Cost in any) INR any)
taxes) INR
INR (One
Year)
A B C D E F=C*(D+E) G H J=F+G+H
Backup per O/S instance 10
Solution (As
applicable
for the per DB instance 5
proposed Volume based
solution) 20
(1TB)
Server
Endpoint 20
(Windows)
Protection
License as Server (Linux) 20
proposed in Desktop
20
the RFP (Windows)
Desktop (Linux) 20
eg.Hyper-V (As
per hypervisor
functional 1
requirements in
the RFP )
Hypervisor
eg. Linux Xen (As
per hypervisor
functional 1
requirements in
the RFP )

Page 216 of 241


OPEX
CAPEX Base
Total Cost
Item for Base Applicable Unit Applicable
Item Weightage Total Base (Inclusive
proposed RFP Make Model Unit Taxes (If Cost in Taxes (If
Description (Quantity) cost in INR of all
solution Cost in any) INR any)
taxes) INR
INR (One
Year)
A B C D E F=C*(D+E) G H J=F+G+H
eg. KVM (As per
hypervisor
functional 1
requirements in
the RFP )
eg. RHEV (As per
hypervisor
functional 1
requirements in
the RFP )
eg. ESXi (As per
hypervisor
functional 1
requirements in
the RFP )
Physical Infrastructure
eg. Module for
proposed UPS
solution (Bidder
UPS to mention the 20
capacity of
module) with
Accessories

Page 217 of 241


OPEX
CAPEX Base
Total Cost
Item for Base Applicable Unit Applicable
Item Weightage Total Base (Inclusive
proposed RFP Make Model Unit Taxes (If Cost in Taxes (If
Description (Quantity) cost in INR of all
solution Cost in any) INR any)
taxes) INR
INR (One
Year)
A B C D E F=C*(D+E) G H J=F+G+H

Battery eg. Battery VRLA 100

Static
failover/transfer
Electrical switch with 40
acceseries to
mount in rack
Other Items
Total (Scalable Components) = b11
Amount in words :: Rupees

13.2.3 Operational Cost Table – Schedule C

S.No Item Description Year


First Second Third Fourth Fifth
Manpower cost Refer
1. Schedule C1 =c11 =c12 =c13 =c14 =c15

Page 218 of 241


Additional / Refer
Miscellaneous Schedule C2
2. =c21 =c22 =c23 =c24 =c25
expenses for
ASDC
AMC & Refer
3. Warranty – Schedule C3 =c31 =c32 =c33 =c34 =c35
Non-IT
AMC & Refer
4. Warranty – IT Schedule C4 =c41 =c42 =c43 =c44 =c45
Hardware
Support Cost – Refer
5. =c51 =c52 =c53 =c54 =c55
IT Software Schedule C5
Year wise OPEX (in INR) –
Total Cost for each Year (incl. Y1=Σ Y2=Σ Y3=Σ Y4=Σ Y5=Σ
Support, Maintenance & (cx1) (cx2) (cx3) (cx4) (cx5)
Operations)

Total Cost for Operations for First Rupees


Year i.e. Y1 in Words
Total Cost for Operations for Rupees
Second Year i.e. Y2 in Words
Total Cost for Operations for third Rupees
Year i.e. Y3 in Words
Total Cost for Operations for Rupees
fourth Year i.e. Y4 in Words
Total Cost for Operations for fifth Rupees

Page 219 of 241


Year i.e. Y5 in Words

Summary
Total OPEX for ASDC (in INR)
OPEX = Y1 + Y2 + Y3 + Y4 + Y5
Total Cost for Operations for entire Rupees
five Years i.e. OPEX in Words

This Operational Support per year shall be for the entire components / items / infrastructure of SDC under the RFP / Contract including the Support
personnel deployed for the project. Bidder should ensure that Manpower resources required for Operations and Maintenance of ASDC project should comply
as per the RFP. In case there are changes in technology, (such as addition or Up-gradation of Hardware, Software, Tools, equipment, active or passive) DCO
needs to provide the resources with suitable technical competencies in line with project requirements without any additional charges as and when required.

Please note: Operational expenses during operation phase (such as Electricity, Diesel consumption {by DG-Set}) will be paid by the SIA to DCO as per the
actual usage/ consumption as per the prevailing market price. DCO shall integrate the energy meter (for electricity) as well as diesel consumption reading of
DG Set with the BMS infrastructure for ensuring automatic information update regarding actual consumption/usage. DCO shall have to pay directly the
electricity bills of ASDC to the electricity department and the diesel vendor for diesel. However the Client shall reimburse based on the information available
on the BMS infrastructure to the DCO. More ever the other cost associated with DG Set running shall be borne by the bidder itself.

10.2.1.3.1 Operational Cost Table for Scalable BoM – Schedule CA

S.No Item Description Year


First Second Third Fourth Fifth
Manpower cost Refer
1. Schedule =ca11 =ca12 =ca13 =ca14 =ca15
CA1

Page 220 of 241


Additional / Refer
Miscellaneous Schedule
2. =ca21 =ca22 =ca23 =ca24 =ca25
expenses for CA2
ASDC
AMC & Refer
3. Warranty – IT Schedule =ca41 =ca42 =ca43 =ca44 =ca45
Hardware CA4
Support Cost – Refer
4. IT Software Schedule =ca51 =ca52 =ca53 =ca54 =ca55
CA5
Year wise OPEX (in INR) –
Total Cost for each Year (incl. Y1=Σ Y2=Σ Y3=Σ Y4=Σ Y5=Σ
Support, Maintenance & (cax1) (cax2) (cax3) (cax4) (cax5)
Operations)
Total Cost for Operations for First Rupees
Year i.e. Y1 in Words
Total Cost for Operations for Rupees
Second Year i.e. Y2 in Words
Total Cost for Operations for third Rupees
Year i.e. Y3 in Words
Total Cost for Operations for Rupees
fourth Year i.e. Y4 in Words
Total Cost for Operations for fifth Rupees
Year i.e. Y5 in Words
Summary

Page 221 of 241


Total OPEX for Scalable BoM for
ASDC (in INR)
OPEX = Y1 + Y2 + Y3 + Y4 + Y5
Total Cost for Operations for Rupees
Scalable BoM for entire five Years
i.e. OPEX in Words

The sub-tables for each of the above tables are listed below:

Manpower Cost for Schedule A – Schedule C1

S. No Type of resource Purpose Unit Cost Per No. of Total Cost


Year Resources
(inclusive all Proposed
Expenses)
1. Project-In-Charge

2. Technical Consultant /
Infrastructure Support
Staff - Data Centre
Physical Infrastructure

3. Technical Specialist –
Servers / Cloud / EMS /
DRM

4. Technical Specialist –
Network / Security

Page 222 of 241


5. Helpdesk Support

6. Database/ Storage
Administrator

7. BMS cum Site / Support


Engineers

8. Housekeeping

9. Any Other

Total cost for First year in Rupees =c11


Amount in Words (1st Year) :: Rupees
Total cost for Second years in Rupees =c12
Amount in Words (2nd Year) :: Rupees
Total cost for Third year in Rupees =c13
Amount in Words (3rd Year):: Rupees
Total cost for fourth year in Rupees =c14
Amount in Words (4th Year):: Rupees
Total cost for Fifth year in Rupees =c15
Amount in Words (5th Year):: Rupees

Manpower Cost for Schedule B – Schedule CA1

Page 223 of 241


S. No Type of resource Purpose Unit Cost Per No. of Total Cost
Year Resources
(inclusive all Proposed
Expenses)
1. To be defined as per
requirement to manage
scalable BoM
2. ……
3. ……
4. ……

Total cost for First year in Rupees =ca11


Amount in Words (1st Year):: Rupees
Total cost for Second years in Rupees =ca12
Amount in Words (2nd Year) :: Rupees
Total cost for Third year in Rupees =ca13
Amount in Words (3rd Year):: Rupees
Total cost for fourth year in Rupees =ca14
Amount in Words (4th Year):: Rupees
Total cost for Fifth year in Rupees =ca15
Amount in Words (5th Year):: Rupees

Page 224 of 241


It is mandatory to provide breakup of all Taxes, Duties and Levies wherever applicable and/ or payable. State shall take into account all Taxes, Duties & Levies
for the purpose of Evaluation. However if there is a change in the applicable taxes, it would be paid on actual basis.

P.S.

a) Thereafter, there would be addition of new servers (needs to be hosted / migrated / transferred to ASDC) & required infrastructure in an incremental
fashion.
b) Bidder has to suggest the suitable number of manpower resources to be deployed from the day one of the O&M phase.
c) Last but not least, bidder has to ensure that the Service & Operational levels defined in the RFP are maintained for the entire project duration

Technical Fees for maintaining ASDC, for Schedule A – Schedule C2

S. No Type of resource Purpose Unit Cost Per No. of Total Cost


Year (inclusive Units
all Expenses) Proposed
=PxQ
P Q
1. Cost Components 1.. Pls
Specify
2. Cost Components 2.. Pls
Specify
3. ………………

4. ………………

Total cost for First year in Rupees =c21


Amount in Words :: Rupees
Total cost for Second year in Rupees =c22

Page 225 of 241


Amount in Words (2nd Year) :: Rupees
Total cost for Third year in Rupees =c23
Amount in Words (3rd Year):: Rupees
Total cost for fourth year in Rupees =c24
Amount in Words (4th Year):: Rupees
Total cost for Fifth year in Rupees =c25
Amount in Words (5th Year):: Rupees

Technical Fees for maintaining ASDC, for Schedule B – Schedule CA2

S. No Type of resource Purpose Unit Cost Per No. of Total


Year (inclusive Units Cost
all Expenses) Proposed
P Q =PxQ
1. Cost Components 1.. Pls
Specify
2. Cost Components 2.. Pls
Specify
3. ………………

4. ………………

Page 226 of 241


Total cost for First year in Rupees =ca21
Amount in Words :: Rupees
Total cost for Second year in Rupees =ca22
Amount in Words (2nd Year) :: Rupees
Total cost for Third year in Rupees =ca23
Amount in Words (3rd Year):: Rupees
Total cost for fourth year in Rupees =ca24
Amount in Words (4th Year):: Rupees
Total cost for Fifth year in Rupees =ca25
Amount in Words (5th Year):: Rupees

AMC cum Warranty for Non-IT Components, for Schedule A – Schedule C3

S. Item Year wise Cost / Break-up 5 Year Cost


No (1+2+3+4+5)
Year 1 Year 2 Year 3 Year 4 Year 5

As per Schedule
1.
A
As per Schedule
2.
A
3. ………………

4. ………………
Total cost (in INR) =c31 =c32 =c33 =c34 =c35 = Σc3x

Page 227 of 241


Total Amount in Words (Σc3x) :: Rupees

It is mandatory to provide breakup of all Taxes, Duties and Levies wherever applicable and/ or payable. State shall take into account all Taxes, Duties & Levies
for the purpose of Evaluation. However if there is a change in the applicable taxes, it would be paid on actual basis.

Note: Schedule CA3 is not applicable as there are no non-IT components in Schedule B.

AMC cum Warranty for IT Components (Hardware), for Schedule A – Schedule C4

S. Item Year wise Cost / Break-up 5 Year Cost


No (1+2+3+4+5)
Year 1 Year 2 Year 3 Year 4 Year 5

As per Schedule
1.
A
As per Schedule
2.
A
3. ………………

4. ………………

Total cost (in INR) =c41 =c42 =c43 =c44 =c45 = Σc4x
Total Amount in Words (Σc4x) :: Rupees

AMC cum Warranty for IT Components (Hardware), for Schedule B – Schedule CA4

Page 228 of 241


S. Item Year wise Cost / Break-up 5 Year Cost
No (1+2+3+4+5)
Year 1 Year 2 Year 3 Year 4 Year 5

As per Schedule
1.
B
As per Schedule
2.
B
3. ………………

4. ………………

Total cost (in INR) =ca41 =ca42 =ca43 =ca44 =ca45 = Σca4x
Total Amount in Words (Σca4x) :: Rupees

It is mandatory to provide breakup of all Taxes, Duties and Levies wherever applicable and/ or payable. State shall take into account all Taxes, Duties & Levies
for the purpose of Evaluation. However if there is a change in the applicable taxes, it would be paid on actual basis.

Support Cost for IT Software, for Schedule A – Schedule C5

S.No. Item Year wise Cost / Break-up 5 Year Cost


(1+2+3+4+5)
Year 1 Year 2 Year 3 Year 4 Year 5

As per Schedule
1.
A
As per Schedule
2.
A

Page 229 of 241


3. ………………

4. ………………
Total cost (in INR) =c51 =c52 =c53 =c54 =c55 = Σc5x
Total Amount in Words (Σc5x) :: Rupees

Support Cost for IT Software, for Schedule B – Schedule CA5

S.No. Item Year wise Cost / Break-up 5 Year Cost


(1+2+3+4+5)
Year 1 Year 2 Year 3 Year 4 Year 5

As per Schedule
1.
B
As per Schedule
2.
B
3. ………………

4. ………………
Total cost (in INR) =ca51 =ca52 =ca53 =ca54 =ca55 = Σca5x
Total Amount in Words (Σca5x) :: Rupees

It is mandatory to provide breakup of all Taxes, Duties and Levies wherever applicable and/ or payable. State shall take into account all Taxes, Duties & Levies
for the purpose of Evaluation. However if there is a change in the applicable taxes, it would be paid on actual basis.

Page 230 of 241


14 Annexure – 1 Consortium Criteria

Consortium Criteria

In case of consortium the prime Bidder must be specified by the Bidder.

• The prime bidder cannot be a partner in more than one consortium. In case of consortium no company will be allowed to participate in more than one
bid i.e. they should have exclusive partners in case it is observed that any consortium have a common partner then such consortiums will stand
disqualified and under no circumstances their bids will be entertained. An undertaking in this regard has to be enclosed

• In case of a consortium, applicant consortia shall have a valid Memorandum of Understanding (MoU) / agreement (duly registered) among all the
members signed by the Chief Executives/ Authorized Signatories of the companies dated prior to the submission of the bid. The MoU / consortium
agreement shall clearly state the composition of the consortium who shall be the prime bidder, the complete description of the partner and roles and
responsibilities of the partners. The MoU/agreement shall be exclusively for this project and shall be responsible in case of failure by any partner.

• In case of a consortium, the maximum of bidders should not be more than 3 bidders.

• If the bidder (All members of consortium) is a bidder, it should be registered under company’s act 1956. Partnership and Proprietor firm are not
allowed.

• The bidder (Each member of the Consortium) shall have company registration certificate, registration under labour laws & contract act, valid GSTIN
certificate and Permanent Account Number (PAN) issued by income Tax department. (Copy of each registration should be provided).

• Attested copy of the company’s annual report has to be attached along with the bid. Bidder should submit an undertaking that Bidder (or any member
of the consortium) is as a company/consortium and product quoted are not Black Listed by any Govt. dept. /agency in India.

• Members of the Consortium shall be jointly and severally liable to the Government for the execution of the project in accordance with the terms of the
bid document and a statement of this effect shall be included in the Memorandum of Understanding/ consortium Agreement.

Page 231 of 241


Page 232 of 241
15 Annexure – 2 Bidding Document Acknowledgement Form

Dated:

To,
Managing Director
Assam Electronics Development Corporation Limited
Industrial Estate, Bamunimaidan,
Guwahati -781021, Assam, India

Dear Sir,

We hereby acknowledge receipt of a complete set of Bidding Documents consisting of Five Annexure (along with their Appendices) enclosed to the
"Invitation for Bid" pertaining to providing of ______________________ services against tender no.
__________________________________________________________.

We have noted that the closing date for receipt of the tender by SIA is _______________________ at < > hrs. (IST) and opening at < > hrs.
(IST) on the same day.

We guarantee that the contents of the above said Bidding Documents will be kept confidential within our organization and text of the said
documents shall remain the property of SIA and that the said documents are to be used only for the purpose intended by SIA.
Our address for further correspondence on this tender will be as under:

Telex no: ……………………........................


Fax no: ……………………........................ Telephone no: …………………..
Personal attention of: …………………...........................
(if required)
Yours faithfully,

Page 233 of 241


(Bidder)

Note: This form should be returned along with offer duly signed

Page 234 of 241


16 Annexure – 3 Proforma of Bank Guarantee towards Bid Security

BID BOND
Reference No. __________________ Date _________________
Bank Guarantee No.___________________________________________________
To,
Managing Director
Assam Electronics Development Corporation Limited
Industrial Estate, Bamunimaidan,
Guwahati -781021, Assam, India

Whereas...................................... (here in after called "the Bidder") has submitted its bid dated ......(Date) for the execution of ........................ (here in after
called "the Bid")
KNOW ALL MEN by these presents that We ................... ........................ having our registered office at........................ (hereinafter called the "Bank") are
bound unto Managing Director, AMTRON (hereinafter called "the SIA") in the sum of ................ for which payment well and truly to be made to the said SIA
itself, its successors and assignees by these presents.

The conditions of these obligations are:

1. If the Bidder withdraws its bid during the period of bid validity or
2. If the Bidder, having been notified of the acceptance of its bid by the SIA during the period of bid validity:
i. Fails or refuses to execute the contract form if required; or
ii. Fails or refuses to furnish the performance security, in accordance with the bid requirement ;
iii. During the bid process, if a Bidder indulges in any such deliberate act as would jeopardize or unnecessarily delay the process of bid evaluation and
finalization. The decision of the SIA regarding forfeiture of the Bid Security shall be final & shall not be called upon question under any circumstances;
or
iv. During the bid process, if any information found wrong / manipulated / hidden in the bid. The decision of the SIA regarding forfeiture of the Bid
Security and rejection of bid shall be final & shall not be called upon question under any circumstances.

Page 235 of 241


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

This guarantee will remain in force up to (Date) and any demand in respect thereof should reach the Bank not later than the above date.

Date _______________________
Place ___________________ Signature __________________
Witness _________________ Printed Name ______________

(Bank’s common seal)

Page 236 of 241


17 Annexure – 4 Instructions for Furnishing Bank Guarantee

1. The Bank Guarantee by Indian Bidders will be given on non-judicial stamp paper as per stamp duty applicable at the place from where the purchase
CONTRACT has been placed. The non-judicial stamp paper should be in name of the issuing bank.

2. Foreign parties are requested to execute bank guarantee as par law in their country.

3. Foreign Bidders will give guarantee either in the currency of the offer or US $ (US Dollar) i.e. Indian Rs/US $ have been mentioned only for illustration.
Therefore, in case where bank guarantee is being given in currency other than ‘Rupees’ or U.S. $, indicate the relevant currency of the offer.

4. The expiry date as mentioned in clause 9 should be arrived at by adding 60 days to the CONTRACT completion date unless otherwise specified in the
bidding documents.

5. The Bank Guarantee by Indian Bidders will be given from Nationalized / Scheduled Banks only. The Foreign Bidders will give Bank Guarantees from an
Indian Bank situated in that country.

Page 237 of 241


18 Annexure – 5 Proforma of Bank Guarantee towards Performance Security

PERFORMANCE GUARANTEE

Ref. No.____________________________ Bank Guarantee No _____________


Dated _______________________
To,
Managing Director
Assam Electronics Development Corporation Limited
Industrial Estate, Bamunimaidan,
Guwahati-781021, Assam, India

Dear Sir,

1. In consideration of Assam Electronics Development Corporation Limited, having its office at Industrial Estate, Bamunimaidan, Guwahati – 781021
(hereinafter referred to as `AMTRON', which expression shall, unless repugnant to the context or meaning thereof, include all its successors, administrators,
executors and assignees) after receipt of the LOI dated _______________ with M/s __________________________ having its registered/head
office at ______________________(hereinafter referred to as the 'CONTRACTOR') which expression shall, unless repugnant to the context or
meaning thereof include all its successors, administrators, executors and assignees) and AMTRON having agreed that the CONTRACTOR shall furnish to
AMTRON a performance guarantee for Indian Rupees/US$ .............. for the faithful performance of the entire CONTRACT.

2. We (name of the bank) ______________________________ registered under the laws of _______ having head/registered office at
__________________________ (hereinafter referred to as "the Bank", which expression shall, unless repugnant to the context or meaning thereof,
include all its successors, administrators, executors and permitted assignees) do hereby guarantee and undertake to pay immediately on first demand in
writing any /all moneys to the extent of Indian Rs (in figures) __________ (Indian Rupees (in words)_____________________________)
without any demur, reservation, contest or protest and/or without any reference to the CONTRACTOR. Any such demand made by AMTRON on the Bank
by serving a written notice shall be conclusive and binding, without any proof, on the bank as regards the amount due and payable, notwithstanding any
dispute(s) pending before any Court, Tribunal, Arbitrator or any other authority and/or any other matter or thing whatsoever, as liability under these presents
being absolute and unequivocal. We agree that the guarantee herein contained shall be irrevocable and shall continue to be enforceable until it is discharged

Page 238 of 241


by AMTRON in writing. This guarantee shall not be determined, discharged or affected by the liquidation, winding up, dissolution or insolvency of the
CONTRACTOR and shall remain valid, binding and operative against the bank.

3. The Bank also agrees that AMTRON at its option shall be entitled to enforce this Guarantee against the Bank as a principal debtor, in the first instance,
without proceeding against the CONTRACTOR and notwithstanding any security or other guarantee that AMTRON may have in relatio n to the
CONTRACTOR’s liabilities.

4. The Bank further agrees that AMTRON 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 CONTRACT 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 exercise of any of the powers vested in AMTRON 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 AMTRON or any indulgence by AMTRON to the said
CONTRACTOR(s) or any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

5. The Bank further agrees that the Guarantee herein contained shall remain in full force during the period that is taken for the performance of the
CONTRACT and all dues of AMTRON under or by virtue of this CONTRACT have been fully paid and its claim satisfied or discharged or till AMTRON
discharges this guarantee in writing, whichever is earlier.

6. This Guarantee shall not be discharged by any change in our constitution, in the constitution of AMTRON or that of the CONTRACTOR.

7. The Bank confirms that this guarantee has been issued with observance of appropriate laws of the country of issue.

8. The Bank also agrees that this guarantee shall be governed and construed in accordance with Indian Laws and subject to the exclusive jurisdiction of
Indian Courts at Guwahati.

9. Notwithstanding anything contained herein above, our liability under this Guarantee is limited to Indian Rs (in figures) ______________ (Indian
Rupees (in words) ____________________) and our guarantee shall remain in force until ______________________(indicate the date of expiry of
bank guarantee)

Page 239 of 241


Any claim under this Guarantee must be received by us before the expiry of this Bank Guarantee. If no such claim has been received by us by the said date, the
rights of AMTRON under this Guarantee will cease. However, if such a claim has been received by us within the said date, all the rights of AMTRON under
this Guarantee shall be valid and shall not cease until we have satisfied that claim.

In witness whereof, the Bank through its authorized officer has set its hand and stamp on this........ day of ........20___ at .....................

WITNESS NO. 1

-------------------------- -------------------------
(Signature) (Signature)
Full name and official Full name, designation and
address (in legible letters) address (in legible letters)
with Bank stamp

Attorney as per power of


Attorney No............. WITNESS NO. 2 Dated………………….
--------------------------
(Signature)
Full name and official
Address (in legible letters)

19 Annexure – 6 Pre-Bid Query Format

RFP No:
Name of the Project:
Name of the Bidder:

Page 240 of 241


Sl. Section Clause Page
Query
No No. No. No.

(Signature of the Bidder)


Printed Name
Designation
Seal
Date:
Place:
Business Address

Page 241 of 241


Request for Proposal
Appointment of an Agency for Design, Supply,
Installation, Configuration, Operations and
Maintenance of Physical and IT Infrastructure for
State Data Centre, Assam

AEDC/SDC/RFP/2017-18/001
Dtd. 11-01-2018
Volume-II
(Technical and Functional Specifications)

Assam Electronics Development


Corporation Limited
(AMTRON)
Industrial Estate, Bamunimaidan,
Guwahati – 781021
Volume II – Technical and Functional Specifications

TABLE OF CONTENTS

1 Section I – SDC Architecture – IT Infrastructure ...................................... 7

1.1 Technical Requirements ............................................................................... 7

1.1.1. Indicative SDC IT Architecture Schematic ........................................................... 8

1.1.2. Bill of Material ...................................................................................................... 9

1.1.3. Technical Specifications - IT Components ........................................................ 12

2 Section 2 - SDC Architecture – Physical Infrastructure ........................... 17

2.1 Layout of the Data Centre ........................................................................... 17

1.1.4. Electrical Distribution System ............................................................................ 21

1.1.5. Humidity, Ventilation and Air Conditioning Systems .......................................... 21

1.1.6. Air Conditioning(In-row Cooling) ........................................................................ 21

1.1.7. Flexibility ............................................................................................................ 22

1.1.8. Rodent Repellant ............................................................................................... 22

1.1.9. False Ceiling ...................................................................................................... 22

1.1.10. UPS Requirements & Features ......................................................................... 23

1.1.11. Diesel Generator Set ......................................................................................... 23

1.1.12. Electrical Work for SDC ..................................................................................... 23

1.1.13. DG Sync Panel & CVT ....................................................................................... 24

2.2 Technical Specifications – Physical Components..................................... 25

1.1.14. UPS .................................................................................................................... 25

1.1.15. Diesel Generator Set ......................................................................................... 25

1.1.16. Civil & Architectural work ................................................................................... 27

1.1.17. PVC Conduit ...................................................................................................... 28

1.1.18. Wiring ................................................................................................................. 28

1.1.19. Earthing .............................................................................................................. 28

1.1.20. Cable Work ........................................................................................................ 28

RFP for Assam State Data Center Page 2 of 228


Volume II – Technical and Functional Specifications

1.1.21. Air Conditioning (in row cooling) ........................................................................ 28

1.1.22. Comfort Air Conditioning for Auxiliary Areas ..................................................... 29

1.1.23. Fire Detection and Control Mechanism ............................................................. 29

1.1.24. Fire Suppression Systems ................................................................................. 29

1.1.25. High Sensitivity Smoke Detection System ......................................................... 29

1.1.26. Access Control System ...................................................................................... 30

1.1.27. IP CCTV System ................................................................................................ 30

1.1.28. Integrated Building Management System (BMS) .............................................. 32

1.1.29. Water Leak Detection System ........................................................................... 33

1.1.30. Fire Proof Enclosures for Media Storage........................................................... 33

1.1.31. Public Address System ...................................................................................... 33

1.1.32. Common Alarm System ..................................................................................... 33

1.1.33. Physical Security................................................................................................ 33

1.1.34. Electrical Panels ................................................................................................ 33

3 Section III - Spécification cum Compliance ............................................. 35

1.1.35. Table 1: Blade Server for Application, Web, DNS & DHCP, Directory Server,
Proxy, NTP Enterprise backup, File Server, etc. ............................................................. 37

1.1.36. Table 2: Servers –Database & Staging ............................................................. 38

1.1.37. Table 3: Blade Enclosure ................................................................................... 39

1.1.38. Table 4: Storage and Backup Solution .............................................................. 42

1.1.39. Table 5: Internet Router ..................................................................................... 52

1.1.40. Table 6: Application Switches ............................................................................ 55

1.1.42. Table 7: Internet and Intranet Switches ............................................................. 59

1.1.43. Table 8: Access Switches .................................................................................. 61

1.1.44. Table 9: Core Switches ...................................................................................... 63

1.1.45. Table 10: External Firewall ................................................................................ 66

1.1.46. Table 11: Internal Firewall ................................................................................. 76

1.1.47. Table 12: Server Load Balancer ........................................................................ 78

RFP for Assam State Data Center Page 3 of 228


Volume II – Technical and Functional Specifications

1.1.48. Table 13: Cloud Management Software ............................................................ 79

1.1.49. Table 14: Virtualization ...................................................................................... 89

1.1.50. Table 15: Enterprise Endpoint Protection .......................................................... 92

1.1.51. Table 16: Security Incident and Event Management Tool ................................. 97

1.1.52. Table 17: Workstation for Monitoring ................................................................. 99

1.1.53. Table 18: IP KVM Switches ............................................................................. 100

1.1.54. Table 19: Passive Component ......................................................................... 103

1.1.55. Table 20: Racks ............................................................................................... 109

1.1.57. Table 21: DNS ................................................................................................. 118

1.1.58. Table 22: Directory Services ............................................................................ 119

1.1.59. Table 23: EMS ................................................................................................. 121

1.1.60. Table 24: Security architecture ........................................................................ 138

1.1.61. Table 25: Compliance to ISO 27001 Standards of Security ............................ 143

1.1.62. Table 26: Format for Electrical Work ............................................................... 145

1.1.63. Table 27: UPS .................................................................................................. 146

1.1.64. Table 28: Format for civil work ......................................................................... 154

1.1.65. Table 29: PVC Conduit .................................................................................... 155

1.1.66. Table 30: Wiring ............................................................................................... 157

1.1.67. Table 31: Earthing............................................................................................ 161

1.1.68. Table 32: Cable Work ...................................................................................... 163

1.1.69. Table 33: AC (In-row Cooling) ......................................................................... 165

1.1.70. Table 34: Comfort AC ...................................................................................... 175

1.1.71. Table 35: Fire Detection and Control Mechanism ........................................... 175

1.1.72. Table 36: Fire Suppression Systems ............................................................... 184

1.1.73. Table 37: Access Control System .................................................................... 191

1.1.74. Table 38: IP CCTV System .............................................................................. 193

1.1.75. Table 39: Building Management System (BMS) .............................................. 211

RFP for Assam State Data Center Page 4 of 228


Volume II – Technical and Functional Specifications

1.1.76. Table 40: Public Address System .................................................................... 212

1.1.77. Table 41: Common Alarm System ................................................................... 213

1.1.78. Table 42: Physical Security ............................................................................. 214

1.1.79. Table 43: Electrical Panels .............................................................................. 214

RFP for Assam State Data Center Page 5 of 228


Volume II – Technical and Functional Specifications

SECTION – I
SDC Architecture – IT Infrastructure

RFP for Assam State Data Center Page 6 of 228


Volume II – Technical and Functional Specifications

1 Section I – SDC Architecture – IT Infrastructure

1.1 Technical Requirements

The bidders can propose appropriate industry standard products & solutions for the
components required for implementation of the Assam State Data Centre Project. It is to be
noted that SIA may procure all /part of the Infrastructure Requirements/Services as specified
in the RFP. It is not binding on the SIA to procure all the infrastructure/services from the
same organization and at the time of signing the contract. Based on the IT Solution
implementation roadmap of the State Government Departments, SIA may
procure/implement the infrastructure/services as sought under this RFP in phased manner.

RFP for Assam State Data Center Page 7 of 228


Volume II – Technical and Functional Specifications

1.1.1. Indicative SDC IT Architecture Schematic

Figure 1: An indicative SDC IT architecture is being depicted in the schematic diagram

The above diagram is an indicative schematic of SDC architecture. However, bidders can
propose better & efficient solution, as per requirement for the State Data Centre

Note:
• At SDC, 10 Gigabit Ethernet links from SWAN SHQ located in the Assam Secretariat
Complex will be connected to the aggregation switch.
• It should be also noted that, SWAN would be carrier for dataflow between the Citizens
/ Users (Departments/ Offices) and the SDC. This link would be the bridge between
the Intranets i.e. SWAN users and SDC environment

RFP for Assam State Data Center Page 8 of 228


Volume II – Technical and Functional Specifications

1.1.2. Bill of Material

Following includes the Bill of Material for the State Data Center for Government of Assam.
The specifications of the components listed below are provided in the later sections of the
RFP. The bidder shall provide the quotation for unit prices for the following components in
the commercial bid. However for overall commercial evaluation, the quantities indicated in
the table below shall be considered. At the time actual implementation, based on the
requirements, the number of equipment may be increased / decreased by the SIA. It is the
responsibility of Bidder to provide the recommendations to the SIA as to number of
equipment required to be implemented in the SDC as per the SIA’s assessment at the time of
implementation of the SDC.

Consolidated Bill of Material for the State Data Centre for First Floor:

Total
Unit Total
Sr. Make & Amount Tax
Components Qty Rate (INR)
No. Model (INR) (B)
(INR) (A+B)
(A)
Physical Infrastructure
Civil & Interior Works
(Including Brick work,
masonry work, painting,
diesel storage tank, As
1.
Partition, Anti static required
flooring, modular fire
resistant false ceiling,
Water proofing, etc.
Electrical Cabling
(including electrical
panel, Earthing, ASDC
As
3. internal electrical wiring,
required
DB, Switchgears, UPS,
DG Set, all ASDC Areas,
Lighting & fixtures, etc.)
In Row Cooling for the
Server farm area as per
4. 4
specifications for one
containment
Comfort Air Conditioning
5. for the Auxiliary Area as 26 TR
per the specifications
Generator Set (Each 500
6. 3
KVA)
UPS for the Server Farm
Area for 40 Racks Total
critical loads is 200 KVA
7. 1+1
with scalability up to 500
kVA and minimum 20
Min. backup.
UPS for the BMS, NOC
and Staging Area (20
8. 2+1
KVA each, scalable to 50
KVA)
Fire Suppression and
As
9. Detection System (for all
required
Zones)
IP CCTV System (for all 20 nos.
10.
Zones) (Solution should of

RFP for Assam State Data Center Page 9 of 228


Volume II – Technical and Functional Specifications

Total
Unit Total
Sr. Make & Amount Tax
Components Qty Rate (INR)
No. Model (INR) (B)
(INR) (A+B)
(A)
support 100 nos. of camera
different types of camera) required
Access Control System 10 nos.
(for all Zones) (Solution of access
11. should support 50 nos. of control
Access Control nodes and nodes
200 users access) required
Public Address System
(for all Zones) (System
should support 50 nos. of As
12.
loud speakers, as per required
standard Data Centre
norms)
VESDA System (for all As
13.
Zones) required
Water Leak Detection As
14.
System (for all Zones) required
Rodent Repellent System As
15.
(for all Zones) required
Hand held fire
16. extinguishers (as per 20
standard DC norms)
NOC room LED for
display (minimum 42”) -
17. 1
2x2 Video wall with
controller
DG sync panel (as per As
18.
standard DC norms) required
CVT (Constant Voltage
19. 2
Transformer)
Any Other (please
20.
specify)
IT Infrastructure (Hardware
Components)
Blade Server for
Application, Web, DNS &
21. DHCP, Directory Server, 14
Proxy , NTP Enterprise
backup, File Server, etc.

22. Database Server 2

23. Staging Server 1


As
24. Blade Enclosure
required
SAN Storage - 80 TB
usable on day 1 scalable
upto 300 TB (1) including
25. SAN Switch (2) & Backup 1
Software (1) (initially for
20 TB, and 4 DB
instances)
26. Tape Library 1 set

RFP for Assam State Data Center Page 10 of 228


Volume II – Technical and Functional Specifications

Total
Unit Total
Sr. Make & Amount Tax
Components Qty Rate (INR)
No. Model (INR) (B)
(INR) (A+B)
(A)
27. Internet Routers 2

28. Internet Switch 2

29. Core Switches 2

30. Application Switches 2

31. External Firewall 2


32. Intranet Switch 2
33. Internal Firewall 2

34. Server Load Balancer 2


Access Switch for NOC,
35. 2
users
19" Wall mount rack 9U
37. of minimum 500mm 4
depth
38. Racks 42 U 20
KVM Switches over IP for
39. 2
Racks
KVM Switch for each As
40.
server Rack required
LAN passive components
including Cabling for the As
41.
entire State Data Center required
Area
As per
42. Hardware for EMS
solution
As per
43. Hardware for BMS
solution
Any Other (Please
44.
specify)
Software Components
Building Management
Solution (for the SDC
45. 1
Area, as well as for rest of
the building)
Enterprise Management
Solution (EMS)

a. Server (Health and


Performance Monitoring)
- Number of VMs for
Application, Web and As per
46.
Database servers will be solution
approximately 100.
Bidder should supply
sufficient licenses for
entire solution supplied
by DCO on day 1.

RFP for Assam State Data Center Page 11 of 228


Volume II – Technical and Functional Specifications

Total
Unit Total
Sr. Make & Amount Tax
Components Qty Rate (INR)
No. Model (INR) (B)
(INR) (A+B)
(A)
b. Network Monitoring
for entire solution
provided by DCO on day
1 and for network devices
for total 48 racks

c. Helpdesk management
– 4 user licenses

d. Patch management –
entire solution for Data
Centre

e. Asset management –
entire Data Centre

Cloud Management & As


47.
Virtualization Software required
Comprehensive endpoint
enterprise protection
solution to support 500
48. 1 set
VMs and 100 Physical
servers (with 200 Client
Licenses from day 1)
PostgreSQL Enterprise
49. 2
edition

Microsoft® Windows
50. 7
Server latest (DC edition)

Red Hat® Enterprise


51. Linux latest VDC with 10
premium support

Security Incident and


52. 1
event Management Tool

Any Other (please


53. -
specify)

Note:
1) BOM indicated specifies the minimum requirements and BOM can undergo change
based on the solution architecture submitted by vendor.
2) The bidder shall ensure that prices/cost for all the software licenses discovered
during the bid process will be valid for entire period of contract.

1.1.3. Technical Specifications - IT Components

RFP for Assam State Data Center Page 12 of 228


Volume II – Technical and Functional Specifications

1. Blade Server for Application, Web, DNS & DHCP, Directory, Proxy, NTP,
etc.
Please refer to Table 1 in Section III for specification cum compliance

2. Database & Staging Server


Please refer to Table 2 in Section III for specification cum compliance

5. Blade Enclosure
Please refer to Table 3 in Section III for specification cum compliance

6. Storage and Backup Solution


Please refer to Table 4 in Section III for specification cum compliance

7. Internet Router
Please refer to Table 5 in Section III for specification cum compliance

8. Application Switches
Please refer to Table 6 in Section III for specification cum compliance.

9. Internet and Intranet Switches


Please refer to Table 7 in Section III for specification cum compliance.

10. Access Switches


Please refer to Table 8 in Section III for specification cum compliance.

11. Core Switches


Please refer to Table 9 in Section III for specification cum compliance

12. External Firewall


Please refer to Table 10 in Section III for specification cum compliance

13. Internal Firewall


Please refer to Table 11 in Section III for specification cum compliance

14. Server Load Balancer


Please refer to Table 12 in Section III for specification cum compliance

15. Cloud Management Software


Please refer to Table 13 in Section III for specification cum compliance

16. Virtualization
Please refer to Table 14 in Section III for specification cum compliance

17. Enterprise Endpoint Protection


Please refer to Table 15 in Section III for specification cum compliance

18. Security Incident & Event Management


Please refer to Table 16 in Section III for specification cum compliance

19. Workstation for Monitoring


Please refer to Table 17 in Section III for specification cum compliance

RFP for Assam State Data Center Page 13 of 228


Volume II – Technical and Functional Specifications

20. IP KVM Switches


Please refer to Table 18 in Section III for specification cum compliance

21. Passive Components


Please refer to Table 19 in Section III for specification cum compliance
22. Racks
Please refer to Table 20 in Section III for specification cum compliance
23. DNS
Please refer to Table 21 in Section III for specification cum compliance
24. Directory Services
Please refer to Table 22 in Section III for specification cum compliance

25. EMS
Please refer to Table 23 in Section III for specification cum compliance

Security

The Solution implemented for SDC Project has to follow a well-defined security policy. It
should provide a framework that ensures the availability, integrity, and confidentiality of
information infrastructure.

The solution shall accomplish the laid objectives by providing identification, authentication,
authorization/access control, administration and audit by incorporating a security
architecture which is built upon a foundation of security services, relevant technologies, best
practices, guidelines, and standards. The security services used to protect the information
infrastructure shall include:

• Identification – The process of distinguishing one user from all others


• Authentication – The process of verifying the identity of a user
• Authorization and Access Control – The means of establishing and enforcing user
rights and privileges
• Administration – The process of establishing, managing, and maintaining security
• Audit – The process of monitoring the identification, authentication, authorization
and access control, and administration to determine if proper security has been
established and maintained.

It is important to note that the technologies chosen are in flux, where the services and goals
remain constant. It is exigent that as new technologies emerge or existing one’s mature that
they be re-evaluated in light of the security principles and goals outlined in this document.
These security services shall be delivered and that the technologies are implemented in
conjunction with a set of best practices guidelines and industry standards.

Wherever applicable the principles mentioned in Table 24 must be applied to the security
architecture

Any activity that involves updating of database, such as generation of Bill Payment Receipt,
should be done only by an authorized person. The logon information so obtained should be
used to authorize and digitally sign the transaction using X.509 certificate/128 bit key that
uniquely identifies the authenticated user. The document should be transmitted and stored in
database as signed XML document. Hence a Bill Payment Receipt given to a citizen will have

RFP for Assam State Data Center Page 14 of 228


Volume II – Technical and Functional Specifications

an equivalent digitally signed XML document stored in the secure database for non-
repudiation.
The proposed Security architecture should provide creation and management of digital
Certificates and PKI.

Compliance to ISO 27001 Standards of Security


Please refer to Table 25 in Section III for specification cum compliance

Specifications for Data Center Design & Implementation


This section details the technical specifications, mandatory compliance of the IA to these
specifications in implementation of the State Data Center for Assam. The approximate space
for State Data Center is 4139 sq. ft. (however not limited to the same). However the vendor
shall also provide the cost of data center preparation per Sq. ft. in the commercial bid.

1. IT Equipment
2. Civil
3. Electrical
4. IP CCTV
5. UPS & Battery System
6. Air Conditioning
7. Building Management System Components
8. Fire/Smoke Detection and suppression system
9. DG Sets

Commitment from Manufacturers


The Agency shall submit letters of commitment issued by the manufacturer(s) confirming
minimum Five-year support of the system offered and shall guarantee supply of spares for the
equipment service life starting from the date of acceptance.

RFP for Assam State Data Center Page 15 of 228


Volume II – Technical and Functional Specifications

SECTION – II
Physical Infrastructure

RFP for Assam State Data Center Page 16 of 228


Volume II – Technical and Functional Specifications

2 Section 2 - SDC Architecture – Physical Infrastructure

2.1 Layout of the Data Centre

In the schematic diagram above, entire SDC area is logically divided in different areas based on requirements. Each of these areas are having different
objective described further in this section. The respective area is provided in the detailed Data Center layout shown next:
Volume II – Technical and Functional Specifications
Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

a. Server Farm – The Server Farm area of 1553 sq. ft. would host Servers, Server racks,
storage racks and Networking components etc.

b. Auxiliary Areas – Comprises of NOC & Helpdesk Area, Reception & Security Area, BMS
Control Room, Staging Area, Store Room, Project Manager Room, Meeting Room, UPS &
Electrical Room, Batteries Room etc.

A detailed description of key areas of SDC is given below:

Server Farm Area

The server farm area of 1553 sq. ft. in first floor (1st) in the SDC will host / co-locate State
Government Intranet Web Servers, and various Departmental Application Servers including the
Database Servers. These servers may be Low end to High-end depending upon the applications
hosted on them. These servers may be online or only for repository purpose. The applications
which are running on the central-computing servers will have load balancing and high availability
features.

This area will contain all the networking components from routers, switches to passive
components. The data communication component area will terminate SWAN connections, LAN
Connections and host a network monitoring station for LAN & WAN. All the Data Center LAN
connections will be provided through switches placed in this area.

This area will host the Security components. The security architecture will provide controlled
access to the web and database servers from Internet and other networks. This would be multi-
layer architecture with layer of firewall separating the Internet, web, and database/application
and Intranet zones.

NOC Room

This room will have all the necessary arrangements for the Database, Systems, Application and
other Server Administrators. Per shift it is expected to employ one administrator for each of the
categories.
SDC shift operators taking care of daily operational activities of SDC will use this area. There will
be one Data Center In charge per shift sitting in this area along with shift operators (one each for
specific activities like backup, daily Data Center administration / operations etc.)

Staging and Storage Area

The staging area will be used for storing all backed up Digital Linear Tapes (DLT). This area will
be with fireproof cabinet for storing tapes. It is also highly recommended to have an offsite back
up location at some suitable place. The offsite backup place should also have a fire and heat proof
safe cabinet.

UPS and Electrical Room

The area shall house all the Un-Interrupted Power Supply Units, Main Power Distribution Units
(PDU) and Sub Distribution Units to feed the components such as PAC, UPS, lighting, fixtures etc.
It is recommended to install transformer based PDUs in the State Data Centre.

RFP for Assam State Data Center Page 19 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Batteries Room

This area shall house all the Batteries accompanying the UPS components. As these components
generate good amount of radiation it is advised to house these components in a room separate
from main SDC room.

BMS Control Room / Helpdesk

The Building Management System (BMS) room shall house all the panels for the BMS
components including Closed Circuit Television, Fire Detection & Suppression System, Access
Control, Fire Alarm, VESDA, etc.

Project Manager Room

This room on the second floor shall be used by the Project In-charge / Project Manager
responsible for the overall delivery of the State Data Centre Project.

Meeting Room

This room shall be used by GoA and SIA for various activities concerning the State Data Centre.

Security Room

The Security area shall be used for the external visitors to the State Data Centre.
Second Floor

The Second floor of the building is kept for expansion in future if required.

The indicative schedule of requirement (but not limited to) for infrastructure to be
provided in various rooms is:

Sr Location Area( in Sqft) Job requirement


1. 1st Floor 282 Network Operating Centre
2. 1st Floor 384 Staging Room
3. 1st Floor 294 Store Room
4. 1st Floor 255 BMS Room
5. 1st Floor 1553 Server Farm Room
6. 1st Floor 401 UPS Room
7. 1st Floor 294 Battery Room
8. 2nd Floor 255 Battery Room
9. 2nd Floor 384 UPS Room
10. 2nd Floor 204 Manager room
11. 2nd Floor 1553 Server Farm Room
12. 2nd Floor 71 Security Room

The above is indicative only. The Bidder is required to specify the exact details of
Bill of Material (including their make and model) in its Technical Bid

Civil & Architectural work like False Flooring, Painting, Partitioning, Doors and Locking, Fire
proofing all surfaces False Ceiling, Storage, Furniture & fixture will be done at all locations
wherever required

RFP for Assam State Data Center Page 20 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Adequate furniture, fire sensors & fire extinguishers would be placed in all areas.

Server farm area will have air conditioning (in-row cooling) on a 24 x 7 x 365
Auxiliary Areas should be provided with split-type comfort air-cooled system

1.1.4. Electrical Distribution System

A minimum of 2 numbers of 750 kVA raw power would be provided by the SIA along with the
separate energy meter for ASDC.

For Proper and uninterrupted working of Data Centre, supply of clean and uninterrupted power is
essential. This can be ensured by having the Data Centre Power distribution system with
redundancy at three levels, as follows:
• Two Incoming HT feeder supply from different substations. Even if one feeder is down, the
other one keeps power available.
• Emergency Diesel-Generator backup on Mains failure of both the feeders.
• Parallel Redundant UPS system with battery bank for critical loads.

1.1.5. Humidity, Ventilation and Air Conditioning Systems

The SDC should be environment controlled. The temperature inside Server Farm area should be
maintained at 22 degree centigrade with a precision of ± 2 degrees. The Air Conditioning (in-row
cooling) shall be provided for the Server Farm at each floor with necessary enhancements of
cooling capacity in future in terms of additional indoor and outdoor units. The bidder should plan
the location of such additional indoor and outdoor units. Bidder should also plan the location of
such additional units in the area and lay additional conduits (including associated civil / electrical
works) between locations of these additional indoor units and outdoor units, lay additional
electrical cable & outlets so as to have other infrastructure ready for deploying additional indoor
and outdoor units at a future date. Air Conditioning should be ensured to the extent of 99.741%. It
is suggested to provide air supply typically through false flooring.

Air Conditioning
Since server farm is a critical area, a separate air conditioning system (air conditioning, in-
row cooling based) should be exclusively installed to maintain the required temperature
for server farm. Auxiliary areas can have a common air conditioning system for comfort. The
general requirements for the two zones are as specified below:

• Server Farm – should be provided with in-row cooling based air conditioning at first floor
on a 24 x 7 x 365 days operating basis.

• Auxiliary Areas: Auxiliary Areas should be provided with split-type comfort air-cooled
system (at least meeting with Tier - II architecture requirements).

1.1.6. Air Conditioning(In-row Cooling)


The SDC shall be provided with fully redundant Microprocessor based Air-conditioning system for
second floor. Cool air feed to the SDC shall be bottom-charged or downward flow type using
raised floor as supply plenum using perforated aluminum tiles for Air flow distribution. The
return air flow shall be through false ceiling to cater to the natural upwardly movement of hot air.
Cooling shall be done by the Air-Conditioning system only. Forced cooling using Fans on False
floor etc is not acceptable. A/C should be capable of providing sensible cooling capacities at design

RFP for Assam State Data Center Page 21 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

ambient temperature & humidity with adequate airflow. The PAC should capable to be integrated
with the Building management System for effective monitoring.

The Agency will be required to design, supply, transport, store, unpack, erect and test the
successful commissioning and satisfactory completion of trial operations of the PAC systems for
the Data Centre. This shall also include-
• Connecting the indoor unit with the mains electrical point
• Connecting indoor and outdoor units mechanically (with 18 G hard Gauge Copper
piping).
• Connecting indoor and outdoor unit electrically.
• Nitrogen pressure testing, triple vacuum, final gas charging.
• Connecting the humidifier feed line with the point provided.
• Connecting the drain line with the point provided.
• Commissioning and handing over the unit to the customer.
Operation and routine maintenance training to up to two persons nominated by the customer
while commissioning the units at site

1.1.7. Flexibility
The system should give the flexibility of discharging air at wherever point required even if the
furniture is relocated. Changing the grill/tiles carrying grills, at suitable location does this.

1.1.8. Rodent Repellant

The entry of Rodents and other unwanted pests shall be controlled using non-chemical, non-toxic
devices. Ultrasonic pest repellents shall be provided in the false flooring and ceiling to repel the
pests without killing them. However periodic pest control using Chemical spray can be done once
in 3 months as a contingency measure to effectively fight the pest menace.

• Configuration : Master console with necessary transducer


• Operating Frequency : Above 20 KHz (Variable)
• Sound Output : 50 dB to 110 dB (at 1 meter)
• Power output : 800 MW per transducer
• Power consumption : 15 W approximately
• Power Supply : 230 V AC 50 Hz
• Mounting : Wall / Table Mounting

1.1.9. False Ceiling

The top modular false ceiling would have 1’ 6’’ feet of space from the actual Room ceiling. This
false ceiling will house AC ducting (if required) and cables of Electrical lighting, Fire-fighting,
Rodent Control and IP CCTV. The top false ceiling should be of modular type.

RFP for Assam State Data Center Page 22 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

1.1.10. UPS Requirements & Features

To support core mission of sustainability, flexibility and reliabilityplatform, the UPS design and
parameters should aim towards making sustainable reductions in energy consumption whilst
maximizing the performance levels.

UPS for Server Farm Area:

Please refer to Table 27 in Section III for specification cum compliance

At the End of 5th year operations, DCO has to show the battery condition is capable of running
minimum 15 minutes. This activity to be done in the final quarter and if found that battery backup
is not sufficient, DCO needs to replace batteries of all battery banks.

Power Distribution
• Battery installation shall be outside the SDC area to avoid fire hazard as recommended by
NFPA guidelines.
• Power cabling inside the SDC shall be of copper. The cables and conduits used inside the
SDC shall be of FRLS quality.
• Signal referencing copper Earthing to be used using braided copper wire of 6 Gauge inside
the SDC.

UPS for BMS Room, Staging room, NOC room, Meeting room, etc.:
It is also recommended to have 3 x 20 KVA (scalable to 50 KVA) UPS with 15 minutes
battery back-up for provisioning of the power to the BMS Room, Staging Area, NOC Area, etc.

1.1.11. Diesel Generator Set


The diesel generator set should be in a redundancy mode and total number of units should not
exceed three. This should be as per N+1 redundancy requirement of Tier II data center.

1.1.12. Electrical Work for SDC


The electrical cabling Work shall include the following:
• Main electrical panel in Data Center
• Power cabling
• UPS Distribution Board
• UPS point wiring
• Power Cabling for Utility component and Utility Points etc.
• Online UPS
• Separate Earth Pits for the component

The distribution of power from the UPS room to the following shall be considered:
• All proposed component for the production environment
• Existing servers and other component
• Sub distribution panels for UPS
• Final Distribution shall be through Power Distributions Units (PDU)/MCB Distribution
Boxes. Power in the racks and other component’s shall be provided with three sockets
with power coming from separate UPS in each of these sockets.

RFP for Assam State Data Center Page 23 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

• The bidder is required to maintain two electrical distribution paths (one normal & one
alternate) for the cabling inside the server farm area in the proposed State Data Centre

Specifications for Electrical Cabling –Fire retardant cables of rated capacity exceeding the power
requirement of fully blown configuration of the existing and proposed component have to be used.
For expansion needs suitable redundant power points to be provided at suitable locations. All
materials used shall conform to IS standards as per industry practice.
• Bunching of Wires – Wires carrying current shall be so bunched in the conduit that the
outgoing and return wires are drawn into the same conduit. Wires originating from two
different phases shall not be run in the same conduit.
• Drawing of Conductors – The drawing Aluminum / Copper conductor wires shall be
executed with due regards to the following precautions while drawing insulated wires in
to conduits. Care shall be taken to avoid scratches and kinks, which cause breakages.
• Joints – All joints shall be made at main switches, distribution boards, socket outlets,
lighting outlets and switch boxes only. No joints shall be made inside conduits and
junctions boxes. Conductors shall be continuous from outlet to outlet.
• Mains & Sub-Mains – Mains & sub-mains wires where called for shall be of the rated
capacity and approved make. Every main and sub-main shall be drawn into an
independent adequate size conduit. Adequate size draw boxes shall be provided at
convenient locations to facilitate easy drawing of the mains and sub-mains. An
independent earth wire of proper rating shall be provided. The earth wires shall run along
the entire length of the mains and sub-mains.
• Load Balancing – Balancing of circuits in three-phase installation shall be planned before
the commencement of wiring.
• Color Code of the Conductors – Color code shall be maintained for the entire wiring
installation, Red, Yellow, Blue for three phases and “OFF” circuit black for neutral and
green for earth (or bare earth).
• Fixing of the Conduits – Conduits junction boxes shall be kept in position and proper
holdfasts shall be provided. Conduits shall be so arranged as to facilitate easy drawing of
the wires through them. Adequate junction boxes of approved shape & size shall be
provided. All conduits shall be installed so as to avoid stream and hot water pipes. After
conduits, junction boxes, outlet boxes & switch boxes are installed in position their outlets
shall be properly plugged so that water, mortar, insects or any other foreign matter does
not enter into conduit system. Conduits shall be laid in a neat and organize manner as
directed and approved by the Information Technology Department Personnel or person
on their behalf. Conductors shall be planned so as not to conflict with any other service
pipe lines / ducts.
• Protection – To minimize condensation or sweating inside the conductors all outlets of
conduit system shall be adequately ventilated and approved by the proper competent
authority. All screwed and socketed connections shall be adequately made fully water
tight by use of proper jointing materials.
• Switch-Outlet Boxes and Junction Boxes – All boxes shall conform to all prevailing Indian
Standards. The cover plates shall be of best quality Hylam sheets or ISI grade Urea
Formaldehyde Thermosetting insulating material, which should be mechanically strong
and fire retardant. Proper support shall be provided to the outer boxes to fix the cover
plates of switches as required. Separate screwed earth terminals shall be provided inside
the box for earthling purpose.
• Inspection Boxes – Rust proof inspection boxes of required size having smooth external
and internal Finish shall be provided to permit periodical inspection and to facilitate
removal and replacement of wires when required.

1.1.13. DG Sync Panel & CVT

RFP for Assam State Data Center Page 24 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

DG Sync Panel and CVT should be of standard make for Data Centres. The proposed solution
should come with a support for a period of five years from the date of FAT

2.2 Technical Specifications – Physical Components

1.1.14. UPS

Reliability of electric power can affect operations of the State Data Centre. Uninterrupted Power
Supplies (UPS) shall be used to support the load of the critical components of the Data Centre for
periods of failure of the supplied electric power, while at the same time, filtering out transients.
The scope shall include supply, transportation, storage, unpacking, erection, testing, successful
commissioning and satisfactory completion of trial operations of the above UPS systems for the
State Data Centre.

The UPS system should assure the Data center equipment with continuous power at a solution
uptime of 99.741% and with redundancy available up to the load end.

Please refer to Table 27 in Section III for specification cum compliance

1.1.15. Diesel Generator Set

• Diesel Engine – Diesel Engine, water cooled, Naturally Aspirated, developing 3 x 500
KVA@1500 RPM, under NTP conditions of BS: 5514, 6 cylinder, Turbocharged with
critical grade silencer with Dry Type Air Cleaner, Compact Radiator with Recovery Bottle
and Pusher type Fan, Engine with Coolant, Engine mounted panel with wiring harness,
Holset Coupling and Industrial Silencer, as per engine manufacturers design standards.
The DG units should come with sound proofing as per the standards. All DG sets should
be automatic, not manual i.e. they should turn on and off automatically. Synchronisation
Panel (3 incoming – 2 outgoing) with auto-synchronisation and auto load sharing
controller with complete Bill of Materials to be provided.
o Engine Specifications
o Frequency: 50 HZ
o Engine Speed: 1500 RPM
o Fuel Tank Capacity: minimum 450 Litres
o No. of Cylinders: 6
o Type of Construction: Inline
o Displacement: 7.15 L
o Gross Engine Power Output: minimum 300 BHP
o Aspiration: Turbocharged
o Governor Type & Class: Class A

• Cooling System Specifications


o Method of Cooling: Radiator

RFP for Assam State Data Center Page 25 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

o Qty of Coolant (Engine + Radiator): Less than 35 L


o Radiator Fan Power: >=8 kW
o Radiator Cooling Airflow: min 7500 CFM
• Alternator – Standard design Alternator, rated at 0.8 PF, 415 Volts, 3 Phase, 4 wires, 50
cycles/sec, 1500 RPM, self-excited and self-regulated, with brushless excitation, Self-
ventilated, Screen Protected Drip Proof, Insulation Class “H”, enclosure IP 23. The A.C.
Generator shall be Horizontal foot mounted single bearing type and shall be fitted with
Automatic Voltage Regulator (AVR) for Voltage regulation of +/- 1% or better. The
Alternator generally conforms to BS: 5000/IS: 4722 and suitable to deliver output of the
engine capacity having 750 >300 BHP.

• Base Frame – Sturdy, fabricated, welded construction, channel iron Base Frame for
mounting the above Engine and Alternator.

• Control Panel – Cubicle type, floor mounting Control Panel, with hinged doors, bottom
gland plate and accommodating the following:
o 1-No. ACB or Molded Case Circuit Breaker
o 3-No.’s Ammeters /1 No. Ammeter with Selector Switch
o 1 No. Voltmeter with Selector Switch
o 1 No. frequency meter
o 1 Set Pilot Lamps LOAD ON/GENERATOR ON
o 1 Set Instrument Fuses
• Operating Features
o Microprocessor based digital controller
o Accurate LCD display
o Local Start/Stop
o Auto Main Fail Detection & Mains Monitoring
o Remote Start/Stop
o Generator breaker control
o Easily Accessible through Fascia
o Engine Protection/Faults Monitoring through CAN (Controller Area Network)
o Flexibility for Selecting Manual, AMF Operations

• Fuel Management – Fuel injection equipment shall be common rail injection type or
Mechanically actuated Electronically Controlled type complete with oil strainers, injectors
etc. The fuel system shall be full authority electronic type. Fuel is to be supplied from the
day tank with necessary piping. DCO needs to make provision for fuel for 7 days for
running requirement of DG set.

• Battery – Dry uncharged maintenance free batteries with leads and terminals.
• Management - The DG set should be manageable via Building Management System/ NOC
with MODBUS Protocol with RS 485 Communication Port so that all software features
like Diesel Consumption, Power, and Current etc. can be monitored on the BMS screen.
During installation phase, fuel charges will be borne by SI. During O&M phase, fuel
charges will be reimbursed by State on actuals, based on the reading obtained from BMS.

RFP for Assam State Data Center Page 26 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

• Engine exhaust - The engine exhaust piping shall be amply sized for minimum back
pressure and connected to the engine manifold through flexible connection on one side
and to a silencer on the other side. The silencer shall be packed type with adequate
attenuation for urban use (Residential type), constructed from heavy gauge galvanized
steel. The sound absorbent infill shall be non-hygroscopic, vermin proof, non-
combustible material. The silencer should be adequately sized to impose minimal
additional aerodynamic loading on rotor fans. The exhaust piping shall be fabricated with
mild steel as shown in the equipment schedule and all flanged joints shall have spiraget
high temperature gasket. The piping shall be installed with necessary thermal expansion
facility as required and shown on drawings

• Exhaust System Specifications


o Silencer Type: Critical-grade
o Number of Silencers: 1 No. Dual
o Maximum Allowable Back Pressure: 70 mbar
o Exhaust Gas Temperature: 515 Deg C
• Enclosure
DG Set container shall be of modular construction with provision to assemble and dismantle
easily at site. The enclosure shall be fabricated out of CRCA sheet of minimum 16 SWG. The
sheet metal components shall be hot dipped in 14 TANK pretreated before powder coating.
Enclosure shall be powder coated (inside as well outside) with pure polyester based powder.

** During installation phase, fuel charges will be borne by SI. During O&M phase, fuel charges
will be reimbursed by State on actuals, based on the reading obtained from BMS.

1.1.16. Civil & Architectural work

The scope for civil work in this RFP is to furnish the data center area in all aspects. The furnishing
includes but not limited to the following
• Cement Concrete Work
• Cutting and chipping of existing floors
• Trench works
• Masonry works
• Hardware and Metals
• Glazing
• Paint work
• Anti-Static Flooring
• False Ceiling
• Storage
• Furniture & fixture
• Partitioning
• Doors and Locking
• Painting
• Fire proofing all surfaces
• Insulating

All material to be used shall be of fine quality ISI mark unless otherwise specified. For the

RFP for Assam State Data Center Page 27 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

designated expansion area of the server farm, the bidder shall quote separately.

1.1.17. PVC Conduit


Please refer to Table 29 in Section III for specification cum compliance.

1.1.18. Wiring
Please refer to Table 30 in Section III for specification cum compliance.

1.1.19. Earthing
All electrical components are to be earthen is to by connecting two earth tapes from the frame of
the component ring will be connected via several earth electrodes. The cable arm will be earthen
through the cable glands. Earthling shall be in conformity with provision of rules 32, 61, 62, 67 &
68 of Indian Electricity rules 1956 and as per IS- 3043. The entire applicable IT infrastructure in
the Data Center shall be earthed.

Please refer to Table 31 in Section III for specification cum compliance.

1.1.20. Cable Work


Please refer to Table 32 in Section III for specification cum compliance.

1.1.21. Air Conditioning (in row cooling)


Please refer to Table 33 in Section III in-row cooling for specification cum compliance.

Temperature Requirements
The environment inside the SDC containment areas shall need to be continuously maintained at
22 ± 2o Centigrade. It is advised that the temperature and humidity be controlled at desired levels.
The necessary alarms for variation in temperatures shall be monitored on a 24x7 basis and logged
for providing reports.

Relative Humidity (RH) requirements


Ambient RH levels shall need to be maintained at 50% ± 5 non-condensing. Humidity sensors
shall be deployed. The necessary alarms for variation in RH shall be monitored on a 24x7 basis
and logged for providing reports.

Temperature & Relative Humidity Recorders


Temperature and Relative Humidity Recorders shall preferably be deployed for recording events
of multiple locations within the SDC. Records of events for about past 7 days shall be recorded and
presentable whenever required by SIA. Automatic recording of temperature and humidity using
sensors located at various locations within the SDC is necessary. In Auxiliary areas, the DCO
would be required to maintain the temperature of 24 degree Celsius with a variation of 2 degree
Celsius and humidity to be maintained at 85% with a variation of 5%.

Air quality levels


The SDC shall be kept at highest level of cleanliness to eliminate the impact of air quality on the
hardware and other critical devices. The SDC shall be deployed with efficient air filters to
eliminate and arrest the possibility of airborne particulate matter which may cause air-flow
clogging, gumming up of components, causing short-circuits, blocking the function of moving
parts, causing components to overheat etc. Air filters shall be 95% efficiency & provide up-to 5
Micron particulate shall be deployed

RFP for Assam State Data Center Page 28 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

1.1.22. Comfort Air Conditioning for Auxiliary Areas

Please refer to Table 34 in Section III for specification cum compliance.

1.1.23. Fire Detection and Control Mechanism

Fire can have disastrous consequences and affect operations of a Data Center. The early-detection
of fire and employing means for automatic suppression of the fire is important for effective
functioning of a Data Center.

Control and indicating component - The control panel shall be a microprocessor based single loop
addressable unit, designed and manufactured to the requirements of EN54 Part 2 for the control
and indicating component and EN54 Part 4 for the internal power supply.

Cable entries – The control panel will include the necessary top entry and rear entry cable entry
points via 20mm knockouts.

Manual call points (MCP)

Smoke detectors – Smoke detectors shall be of the optical or ionization type. Devices shall be
compatible with the CIE conforming to the requirements of EN54 Part 7 and be LPCB approved.
The detectors shall have twin LEDs to indicate the device has operated and shall fit a common
addressable base.

Audible Alarms – Electronic sounders shall be colored red with adjustable sound outputs and at
least 3 sound signals. The sounders should be suitable for operation with a 24V DC supply
providing a sound output of at least 100dBA at 1 meter and 75dBA min, for a bed head or sounder
base type device. The sounder frequency shall be in the range of 500Hz to 1000Hz.

Please refer to Table 35 in Section III for specification cum compliance.

1.1.24. Fire Suppression Systems

The Clean Agent Fire Suppression system cylinder, CCOE, Nagpur approved seamless cylinders,
discharge hose, fire detectors and panels and all other accessories required to provide a complete
operational system meeting applicable requirements of NFPA 2001 Clean Agent Fire
Extinguishing Systems, NFPA 70 National Electric Code, NFPA 72 National Fire Alarm Code or
ISO standards must be considered to ensure proper performance as a system with required
approvals and installed in compliance with all applicable requirements of the local codes and
standards.
Please refer to Table 36 in Section III for specification cum compliance.

1.1.25. High Sensitivity Smoke Detection System

General – The HSSD system shall provide an early warning of fire in its incipient stage, analyze
the risk and provide alarm and actions appropriate to the risk. The system shall include, but not
be limited to, a Display Control Panel, Detector Assembly and the properly designed sampling
pipe network. The system component shall be supplied by the manufacturer or by its authorized
distributor.
Regulatory Requirements
• National Electrical Code (NEC)

RFP for Assam State Data Center Page 29 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

• Factory Mutual
• Local Authority having Jurisdiction

1.1.26. Access Control System

The Access Control System shall be deployed with the objective of allowing entry and exit to and
from the premises to authorized personnel only. The system deployed shall be based on Proximity
as well as Biometric Technology for the critical areas and Proximity technology for non-critical
areas. An access control system consisting of a central PC, intelligent controllers, proximity
readers, power supplies, proximity cards and all associated accessories is required to make a fully
operational on line access control system. Access control shall be provided for doors. These doors
shall be provided with electric locks, and shall operate on fail-safe principle. The lock shall remain
unlocked in the event of a fire alarm or in the event of a power failure. The fire alarm supplier
shall make potential free contacts available for releasing the locks in a fire condition especially for
staircase and main doors. Entry to the restricted area shall be by showing a proximity card near
the reader and exit shall be using a push button installed in the secure area. The system shall
monitor the status of the doors through magnetic reed contacts.

The system should be designed and implemented to provide functionality as per table
Please refer to Table 37 in Section III for specification cum compliance.

1.1.27. IP CCTV System

The Critical area of the Data Centre along with the Non Critical area needs to be under constant
video surveillance. The primary objective of implementing an IP CCTV system is to ensure
effective surveillance of the area and also create a record for post event analysis. Monitoring
cameras should be installed in proper areas to cover all the critical areas of the data centre. The
scope of work involves supply, installation, commissioning, testing and maintenance of the Closed
Circuit Television system for State Data Centre.

The IP CCTV system shall provide an on-line display of video images on monitor. The entire setup
shall be monitored from the control room on 24/7 basis. Cameras with suitable lenses shall be
used to view all the critical areas of the Data Centre, Reception and Corridor.

The IP CCTV system shall be based on the use of fixed cameras integrated dome cameras (fixed)
and integrated pan/tilt/zoom cameras that can be controlled from control room location.
The IP CCTV System shall be a combination of color fixed and PTZ designed for continuous duty.
The system and each of its devices shall be designed to meet the site ambient temperature and the
site environmental conditions and shall operate satisfactorily under the specified permitted
voltage and frequency variation band of the power supply source system.

All outdoor cameras shall be IP66 rated. The IP CCTV System proposed to fulfill the overall
surveillance / Observation requirements and enhance the level of security necessary in a software
establishment such as ours which shall be complete in all respects and shall comprise of following
minimum items.

A set of fixed cameras, integrated dome cameras (fixed), pan / tilt / zoom (PTZ) cameras and
integrated dome (PTZ) cameras with remote control operation of focus and zoom.

RFP for Assam State Data Center Page 30 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Cameras

The cameras will be of 1/3” format CCD pickup device for fixed lens camera and ¼ “ format for
PTZ cameras. The cameras are being used for special observation purposes and are being located
both indoor and outdoor & mounted on specially designed suitable mounting arrangement for
operation under all severe environmental conditions to which these will be subjected especially
the outdoor locations.

Monitors

There shall be total of 2 (minimum 21”) monitors for each Digital/Network Video Recorder one to
view the multiplexed (21”) output second to view the switched (21”). This monitor should be
located in the BMS room. The monitor shall be positioned such that room lights and windows are
minimized.

The monitors may also be built in to the control desk as appropriate.

Video & Telemetry Cables

The video signal shall be transmitted using co-axial/Cat6 cable and control of all zoom lens and
Pan-Tilt functions through twisted pair interconnected between receiver and NVR.
Cabling for IP CCTV shall cover:

• Video link
• Remote control of cameras in terms of its control of pan tilts zooms & focus.
• Power supply cables.

The cable shall be shielded or provided with facilities to avoid interference between signals.
The transmission losses shall be minimized and where required for satisfactory operation
correction amplifiers are cable equalizes shall be provided in the monitors on the IP CCTV
cabinets.

Cabinets

IP CCTV cabinets shall be provided near set of monitors. The cable from the cameras shall be
terminated in this cabinet from where these signals are distributed to the monitors.

All necessary video amplifiers, interfaces etc. that forms the part of the IP CCTV system shall be
installed in the cabinet.

Dome Camera

The Dome camera unit shall be 1/3” CCD Color Dome camera and shall provide a minimum of
540 TV lines resolution. It shall have built-in 3 -9mm varifocal lens. The camera shall operate on
minimum lux level not more than 0.15 lux .The complete unit shall be housed in an integrated
dome and base unit, both preferably made from injection molded plastic. It shall be possible to
adjust the camera head inside the dome in both the planes so that it can be wall or ceiling
mounted. The camera shall operate on 24 V AC or 12 volts D.C.

RFP for Assam State Data Center Page 31 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Network Video Recorder (NVR)

The NVR shall provide a high quality recorder capable of storage and play back of images from at
a rate of up to 400FPS (PAL) and shall possess an internal watchdog, duplex operation, latest
Windows Operating system, watermarking of each frame, 8 alarm inputs, software configurable
video motion detection and scheduled event recording.

The digital recorder shall comply or exceed the design and performance specifications mentioned
in table 40

Please refer to Table 40 in Section III for specification cum compliance.

1.1.28. Integrated Building Management System (BMS)

The building management system shall be implemented for effective management, monitoring
and Integration of various components like HVAC systems, Access Control systems, fire
detection system etc.

The IBMS shall perform the following general functions including but not limited to:
• Building Management & Control
• Data Collection & archival
• Alarm Event & Management
• Trending
• Reports & MIS Generation
• Maintenance & Complaint Management

The scope of work shall include designing supplying and installing of Building management
(Automation) System. The work shall consist of furnishing all materials, equipment's and
appliances necessary to install the said system, complete with Sensors, Direct Digital Controllers,
Communication Controllers and Supervisory Software complete with necessary
software/hardware support for interfacing with other systems. It shall include laying of cabling
duct, conduits and power supply etc., necessary for installation of the system with supply of
appropriate type products as indicated in the specification and Bill of Quantities. The controller
shall be 32 bit based Microprocessor Controller and shall sit directly on the TCP / IP network. The
Controller shall be Web Based, Web Enabled, Real Time Clock, and Web Browser with
Communication speed min of 10 Mbps.

Agency shall design & provide a full Building automation system on the basis of truly distributed
intelligence and shall comprise of the following general functional sub systems.

• Air Conditioning Management & Control


• Energy Management
• Safety & Security Systems Integration
• Integration

Please refer to Table 41 in Section III for specification cum compliance. Also, please note that the
DCO shall be responsible for the SDC Areas and the SIA shall be responsible for the rest of the
building. The bidder should visit the site for requirements gathering for the rest of the building.

RFP for Assam State Data Center Page 32 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

1.1.29. Water Leak Detection System

The water leak detector shall be installed to detect any seepage of water into the critical area and
alert the Security Control Room for such leakage. It shall consist of water leak detection cable and
an alarm module. The cable shall be installed in the ceiling & floor areas around the periphery.
• Water Leak Detection system should be for the Server and Network room Areas to detect
and water flooding below the floor of the DC.
• Water Leak Detection System should be wire based solution with alarm; the wire needs to
lay in DC surrounding the PAC units, which is the probable source of water leakage.

1.1.30. Fire Proof Enclosures for Media Storage

The overall design of the safe should be suitable for safe storage of computer diskettes, tapes,
smart cards and similar devices and other magnetic media, paper documents, etc. the safe should
have adequate fire protection.

Capacity 300 Liters

Temperature to Withstand 1000° C for at least 1 hour

Internal Temperature 30° C after exposure to high temperature For 1 hour

Locking 2 IO-lever high security cylindrical / Electronic lock

1.1.31. Public Address System

Please refer to Table 40 in Section III for specification cum compliance.

1.1.32. Common Alarm System

The common alarm panel should have provision for accepting “potential free” signals from all
system for relevant status change in that system

Please refer to Table 41 in Section III for specification cum compliance.

1.1.33. Physical Security

DCO should make provision for the physical security at the proposed State Data Centre.
Please refer to Table 42 in Section III for specification cum compliance.

1.1.34. Electrical Panels

Please refer to Table 43 in Section III for specification cum compliance.

RFP for Assam State Data Center Page 33 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

SECTION – III
Compliance

RFP for Assam State Data Center Page 34 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

3 Section III - Spécification cum Compliance

• All the hardware specifications mentioned in the RFP are the required minimum, higher
or better specifications would be acceptable.
• Component furnished shall be complete in every respect with all mountings, fittings,
fixtures and standard accessories normally provided with such component's and/or
needed for erection, completion and safe operation of the component's as required by
applicable codes though they may not have been specifically detailed in the technical
specification, unless included in the list of exclusions. All similar standard
components/parts of similar standard components provided shall be inter-changeable
with one another.
• The methodology of cabling and installation work to be adopted for the State Data Center
has to ensure minimum damage to the existing structure of the building. Any damage to
the existing flooring/ walls/paint etc. shall be made good by the selected bidder. It is
advised that bidder should visit site before submitting the tender to get apprised
about the site conditions.
• The selected bidder shall be responsible for providing all materials, components, and
services, specified or otherwise, which are required to fulfill the intent of ensuring
operability, maintainability, and reliability of the complete component covered under this
specification within his quoted price. This work shall be in compliance with all
applicable standards, statutory regulations and safety requirements in force of the date of
award of this contract.
• The selected bidder shall also be responsible for deputing qualified personnel for
installation, testing, commissioning and other services under his scope of work as per this
specification. All required tools for completing the scope of work as per the specification is
also the responsibility of the selected bidder.
• The selected bidder shall perform the services and carry out its obligations with all due
diligence, efficiency and economy in accordance with generally accepted professional
techniques and practices and shall observe sound management practices and employ
appropriate advance technology and safe methods. The selected bidder shall always act in
respect of any matter relating to this contract or to the services as faithful advisers
to the SIA.
• The selected bidder shall furnish complete, well-fabricated and reliably operating
and secure systems to SIA. Design and selection of component and software shall be
consistent with the requirements of long term trouble free operation with highest degree
of reliability and maintainability. All components shall be constructed to operate safely
without undue heating, vibration, wear, corrosion, electromagnetic interference or
similar problems and all software shall be proven, tested and reliable.
• All interconnecting cables required to connect the communication component shall be
furnished. All cables shall be fully assembled connector pre-terminated and factory
tested as part of overall system checkout. Cables shall be neatly & properly tied up and
dressed using appropriate cable hangers and Velcro bands. All the cables, connectors,
sockets, panel's etc. shall be labeled for identification purpose.
• All the cabling should adhere to the TIA-942 Data Center Standard.

RFP for Assam State Data Center Page 35 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

• All component, accessories and cables supplied under this contract shall be in accordance
with the latest applicable recommendations, regulations and standards of:
- CCITT / ITU
- ANSI
- IEC 60364
- IEEE Standard 1100
- IETF
- TIA 942
- IS 3043
- EIA / TIA 568 Standards
- NFPA 72 and NFPA 318
- International Electro-technical Commission (IEC)
- Cable (Cat6A) and cable accessories (CAT6A) UL Listed and verified
• For parameters not covered under the above codes, internationally acceptable standards
shall be accepted. The selected bidder shall furnish a complete list of all standards and
codes under which his component is designed, manufactured and assembled along with
the bids.
• Functionality/accessibility of each component of the system and the system as a whole
should be demonstrated to the satisfaction of SIA.
• Reliable over voltage and over current protection circuits shall be provided in the
component power supply units. The component power supply units shall be self-
protecting and also protect connected component's against interference, noise, voltage
dips and surges & impulses that may be present in the mains power supply sources.
Component shall be guaranteed for operation over the following AC power range to
be made available by SIA: 240 V AC +/-10%, 50 Hz +/- 5%
• TheSIA shallprovidesuitableACpoweratasinglepowerpointat one locations and
distribution of this power to the various component's shall be responsibility of the
selected bidder for which necessary distribution board, cable etc. shall be provided by
the selected bidder.
• Bidder who provides Environmental Friendly Solution (Power Savings etc.) would be
preferred.

RFP for Assam State Data Center Page 36 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

1.1.35. Table 1: Blade Server for Application, Web, DNS & DHCP, Directory Server, Proxy, NTP
Enterprise backup, File Server, etc.

Make:

Model:

Page
Specification Value
Minimum Compliance Reference
Sr. proposed by Add (if
Specification (Y/N) in Data
bidder any)
Sheet
Minimum 2 * 16 Core
@ 2.00 GHz of latest
1. generation with
minimum 20 MB
cache.
Support for 64bit
Linux / Windows
Operating System as
applicable, with
2.
support for
cluster/virtual
infrastructure/other
add-ons

Minimum 512 GB
DDR4 RAM with free
3. slots for future
expendable capacity
upto 1.5 TB

Min 2 x 300 GB (or


higher) SSD hot plug
4.
drives for operating
system
The available
bandwidth on the
blade server shall be
4x 10 Gbps
(minimum) for
Ethernet on separate
port and 2x16 Gbps
5.
(minimum) for FC on
separate ports to
achieve redundancy.
Bidders can also
provide the same
solution on converged
fabric.
Integrated RAID
controller & hot plug
6.
HDD with RAID
levels 0,1
Server should support
7.
virtualization
Dedicated
8. Management port or
as per solution

RFP for Assam State Data Center Page 37 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

provided by bidder.

Any other
9.
specification

1.1.36. Table 2: Servers –Database & Staging

Make:

Model:

Specification Page
S. Minimum Compliance Value Add
proposed by Reference in
No. Specification (Y/N) (if any)
bidder Data Sheet
Minimum 2 * 16
Core @ 2.0 GHz of
1. latest generation
with minimum 20
MB Cache
Support for 64bit
Linux / Windows
Operating System
2.
as applicable, with
cluster support as
applicable
512 GB RAM or
3. higher and scalable
upto 1.5 TB
Min 2 x 300 GB (or
higher) SSD hot
4.
plug drives for
operating system
The available
bandwidth shall be
4x 10 Gbps
(minimum) for
Ethernet on
separate port and
2x16 Gbps
5. (minimum) for FC
on separate ports to
achieve
redundancy.
Bidders can also
provide the same
solution on
converged fabric.
Integrated RAID
controller & hot
6.
plug HDD with
RAID levels 0,1
Server should
7. support
virtualization

RFP for Assam State Data Center Page 38 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Specification Page
S. Minimum Compliance Value Add
proposed by Reference in
No. Specification (Y/N) (if any)
bidder Data Sheet
Dedicated
Management port
or as per solution
8
provided by bidder.
Functionality shall
meet desired.
Should have ports
available to connect
9 keyboard, mouse,
monitor and on-
rack KVMs
Should have DVD
10 drive (internal
/external)
Any other
11
specification

1.1.37. Table 3: Blade Enclosure

Page
Specification Value
Minimum Compliance Reference
S. No. proposed by Add (if
Specification (Y/N) in Data
bidder any)
Sheet
Each blade chassis must
support two or four
1.
processor based blade of
latest generation
Blade Chassis should not
2. be populated more than
75% from day one.
Support heterogeneous
environment: x86 CPU
3. blades must be in same
chassis with scope to run
Linux/Windows
Blade Chassis shall
accommodate hot
swappable Interconnect
4. Modules, Power
supplies, Fans,
Management Modules
etc.
It shall include all
accessories so that it can
5. be mounted on an
Industry Standard 42U
Rack.
All blades in the chassis
must have the
capabilities of utilizing
6.
the provided optical DVD
drive as part of the
solution whether

RFP for Assam State Data Center Page 39 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page
Specification Value
Minimum Compliance Reference
S. No. proposed by Add (if
Specification (Y/N) in Data
bidder any)
Sheet
remotely or with direct
accessibility.

It shall have all required


100% redundant Power
Supplies, Network
7. interface, Fiber Channel
interface, management
module (automatic
failover) etc.
It shall be supplied with
the PDUs to connect
8. Power Cables to the
Chassis power input
terminals.
It shall be fully
populated with fans for
cooling with100%
9.
redundancy built in for
the entire enclosure & its
components.
Management Solution
which provides a single
point of control for
intelligent management
of the entire console. It
should provide setup &
Control of Enclosure,
should report asset and
inventory Information
10. for all the devices in the
Enclosure. It should
report Thermal & Power
Information of per
Server and it should
provide IP KVM
functionalities & Access
for all the Server Blades
from the Management
Module.
Redundant Management
Modules for Blade and
Chassis providing system
management function
11. and remote management
or as per solution
provided by bidder.
Functionality shall meet
the outcome desired.
Service and
12.
management

RFP for Assam State Data Center Page 40 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page
Specification Value
Minimum Compliance Reference
S. No. proposed by Add (if
Specification (Y/N) in Data
bidder any)
Sheet
:Multiple administrators
to remotely access and
maintain multiple server
blades simultaneously
Chassis should be
populated with
maximum power
13.
supplies for scalability
purpose at the time of
bidding.
Blade chassis shall have
sufficient number of
10Gbps ports/modules
for Ethernet and 16Gbps
14. of FC or Converged
fabric connectivity for
current use as well as
future use when chassis
is fully populated
Required no. of blade
switches need to be
populated to achieve
redundancy of desired
Ethernet ports
mentioned at each blade.
Each blade Ethernet
15.
switch should have
minimum 2x40Gbps
Ethernet uplink ports.
Bidder can propose
alternate solution over
converged fabric to meet
the desired requirement.
Required no. of SAN
switch should be
populated to achieve
redundancy mentioned
at each blade. Each SAN
switch should have
16.
minimum 4 nos. of
16Gbps FC uplink ports.
Bidder can propose
alternate solution over
converged fabric to meet
the desired requirement.

RFP for Assam State Data Center Page 41 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

1.1.38. Table 4: Storage and Backup Solution

Make:

Model:

Page Value
S. Specification Compliance Reference Add
Minimum Specification
No. proposed (Y/N) in Data (if
Sheet any)
SAN Switch – 2 Nos.
Minimum 48 Active ports
upgradeable to 96 should be
1.
available. (each with minimum
port speed 16 Gbps
Two nos. of Fibre channel
2. switch should be provided in
high availability mode.
Minimum15 meter each and
accessories for connecting
3. Servers /Devices to SAN with
optical mode 4 or higher
standard cables.
Should have capability of ISL
4.
trunking of minimum 8 ports.

Switch should have FC ports for


5.
the SAN connectivity.

All the ports should operate and


6. auto-negotiate to 16/8Gbps FC
Speeds

Should have dual Fans and Hot


7.
plug power supplies.
All the components like Power
Supply, SFPs, and cards should
8. be hot swappable field
replaceable units allowing non-
disruptive maintenance.
Should have Management Tools
9. for administration and
configuration.
Switch shall support in built
diagnostics, power on self-test,
10.
command level diagnostics,
online and offline diagnostics.
Should support Port security
11.
and Port Zoning.
Should support Secure Shell
12.
(SSH) (SSL) and encryptions.
Should support multilevel
security on console access
13. prevent unauthorized users
from altering the switch
configuration

RFP for Assam State Data Center Page 42 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
S. Specification Compliance Reference Add
Minimum Specification
No. proposed (Y/N) in Data (if
Sheet any)
Should support Fibre Channel
trace route and Fibre Channel
14.
Ping for ease of troubleshooting
and fault isolation
The switch should be rack
15.
mountable.
Should support features such as
Quality of Service (QoS) to help
16. optimize application
performance in consolidated,
virtual environments.
Switch shall support diagnostics
features such as port mirroring,
17.
Syslog, Online system health,
Port- level statistics etc.
18 Any other specification
SAN – 1 Nos.
Unified Storage Solution with
NSPoF (No single point of
failure) Architecture. The
Storage solution should support
NAS & SAN as an integrated
offering with high availability at
each level. The architecture
19. should allow modular upgrades
of hardware and software for
investment protection. The
system must support 12Gbps
SAS Disk Drives (Latest Drive
interface) and SATA/FATA/NL-
SAS Disk Drives (latest Drive
interface).
System to have minimum Two
controllers with NSPoF
20.
Architecture (NO single point of
failure architecture).

Cache: 128 GB DRAM Protected


21. for Disk IO Operations. Cache
should be scalable upto 256 GB.

Host interface: Minimum 4 FC


host ports 16 Gbps across
22. controllers and should be
scalable to 08 FC host ports
across controllers for future use.
Solution to support 16Gbps FC,
23. 04 x 10 Gig ports , Min 2 x IP
ports for replication

RFP for Assam State Data Center Page 43 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
S. Specification Compliance Reference Add
Minimum Specification
No. proposed (Y/N) in Data (if
Sheet any)
Drive interface: Minimum 16 x
12 Gbps SAS lanes or min of 192
Gbps of aggr. Backend
24. bandwidth. It should be scalable
to 32x12Gbps backend
bandwidth by
upgrading/adding controllers.
Should support various RAID
25 levels (0, 1, 6, 10/DP or
equivalent)
Fans and power supplies: Dual
26.
redundant, hot- swappable
SAN/NAS support: Solution
27. should be compatible of
SAN/NAS environment

Storage subsystem shall


support 300 GB or higher
10K/15K RPM FC/SAS drives
& 1TB/2TB or higher MDL-
28.
SAS/NL-SAS/SATA/equivalent
7.2K drives in the same device
array. It should support 800 GB
or higher SSD drives

System should have the


capability of global hot spares
that can be automatically be
used to replace a failed drive
anywhere in the system. Storage
29. system should be configured
with required Global Hot-
spares for the different type and
no. of disks configured, as per
the system architecture best
practices.
All the necessary software to
configure and manage the
storage space, RAID
configuration, logical drives
allocation, virtualization,
30. snapshots for configured
capacity etc. Offered storage
shall support dynamic
migration of Volume from one
RAID set to another set while
keeping the application online
Redundant power supplies,
31. batteries and cooling fans, data
path and storage controller.

RFP for Assam State Data Center Page 44 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
S. Specification Compliance Reference Add
Minimum Specification
No. proposed (Y/N) in Data (if
Sheet any)
Multi-path & Load balancing
software for at- least 100 SAN
32. connected servers shall be
provided for current and future
use.
The storage array must have
complete cache protection
mechanism either by de-
33. staging data to disk/flash or
providing complete cache data
protection with battery backup
for up-to 72 hours or more.
The storage shall be supplied
with 80TB usable capacity (in
Ratio of around 15% SSD, 30%
SAS {10K/15K RPM}, 55%
MDL-SAS/NL- SAS/SATA
{Min. 7.2KRPM} of net usable
data capacity after
RAID5/equivalent for SAS and
SSD disks and
34.
RAID6/equivalent for MDL-
SAS/NL-SAS/SATA disks after
removing the drives required
for (a) Parity/Mirror, (b) Hot
spares. The storage is to
support SAS, SATA or
equivalent (7.2K, 10K RPM)
and SSD disks on the proposed
controller.
The system should scale up to
300TB usable capacity in the
35.
same proportion as explained in
above point.
The storage array should
support array based remote
replication using FCIP or IP
36.
technology. The storage array
should support Synchronous
and Asynchronous replication.

The storage array should


support Operating System
37.
Platforms & Clustering
including: Linux/Windows/

Storage should support non-


disruptive online firmware
38.
upgrade for both Controllers
and disk drives.

RFP for Assam State Data Center Page 45 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
S. Specification Compliance Reference Add
Minimum Specification
No. proposed (Y/N) in Data (if
Sheet any)
The storage array should
support hardware based data
39. replication at the array
controller level across all
models of the offered family.
The storage should provide
automatic rerouting of I/O
40.
traffic from the host in case of
primary path failure.
Should provision for LUN
41. masking, fiber zoning and SAN
security.

Should support online logical


42.
volume expansion.

Proposed array must be


43.
supplied with Thin provisioning

Should provide de- duplication


44.
functionalities.

Storage should support inbuilt


45.
automated tiering feature.

Should support hot- swappable


/ hot - expandable physical
46.
drive raid array expansion with
the addition of extra hard disks

Should be able to support


48. clustered and individual servers
at the same time.

Should be able to take


"snapshots" of the stored data.
49. Solution proposed should be for
the complete supported
capacity of the storage system

RFP for Assam State Data Center Page 46 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
S. Specification Compliance Reference Add
Minimum Specification
No. proposed (Y/N) in Data (if
Sheet any)
Should be configured with
"snapshots and clone" for the
50.
offered capacity on both SAN
and NAS.
Vendor should also offer
51. storage performance
monitoring.
Should support the
functionality of proactive
52. monitoring of Disk drive and
Storage system for all possible
hard or soft failure.
Tape Library – 1 No.

Tape Library: 04 x LTO 7 FC


53.
drives scalable to 8 drives

Interface: Fiber Channel


54.
Interface

Should be able to back up the


55. production data on SSD in 8
hours window.

Each Cartridges should have


minimum 3TB native capacity
56.
and minimum 6TB per
cartridge in compressed mode.

At least 50 LTO 7 Media


cartridges with 2 Cleaning
57.
Cartridges, Barcode labels shall
also be provided

Archival Software

The software shall support


defined policies that are based
58. on a variety of standard file
attributes such as age of file last
access time /

RFP for Assam State Data Center Page 47 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
S. Specification Compliance Reference Add
Minimum Specification
No. proposed (Y/N) in Data (if
Sheet any)

The software shall set high and


low watermark levels for
purging data from high
59.
performance storage based
upon a percentage of disk space
in use.

60. Any other Specification

Backup Software
The proposed Backup Solution
should be available on various
OS platforms such as Windows,
Linux platforms and be capable
of supporting SAN based
61 backup / restore from various
platforms including Linux, and
Windows. It should able to
integrate with virtualization
software and should able to take
back-up of virtual servers.

Proposed backup solution shall


have GUI across heterogeneous
62
platform to ensure easy
administration.

The proposed Backup Solution


has in-built frequency and
63 calendar based scheduling
system and supports high
availability of the Backup
Server, Media Server on
Windows, Linux etc
The proposed backup Solution
supports the capability to write
multiple data streams to a
single tape device or multiple
64
tape devices in parallel from
multiple clients to leverage the
throughput of the Drives using
Multiplexing technology.

RFP for Assam State Data Center Page 48 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
S. Specification Compliance Reference Add
Minimum Specification
No. proposed (Y/N) in Data (if
Sheet any)

The proposed backup solution


should be capable of taking
back up of SAN environment as
well as LAN based backup.
66
Three location de-duplication
technology for application
source, backup server, and
target device.

The proposed backup solution


shall be offered as per solution
67
for SAN based back up as well
as LAN based backup.

The proposed solution also


supports advanced Disk staging.
It should support cloud services
68
backup and cloud backup with
minimum of 128/256 bit
encryption

The proposed Backup Solution


has in-built media management
and supports cross platform
Device & Media sharing in SAN
69
environment. It provides a
centralized scratched pool thus
ensuring backups never fail for
media

Backup Software is able to


rebuild the Backup
70 Database/Catalog from tapes in
the event of catalog
loss/corruption.
The proposed Backup Software
shall offer OPEN File Support
71
for Windows, Linux based
servers.
Backup clients should be
updated automatically using the
72
client push or/ and update
feature.
The proposed Backup Solution
should support online backup
73 solution for different type of
Databases such as Oracle, MS
SQL, Sybase, MYSQL/ PostGRE

RFP for Assam State Data Center Page 49 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
S. Specification Compliance Reference Add
Minimum Specification
No. proposed (Y/N) in Data (if
Sheet any)
SQL etc. on various OS.

The Proposed backup solution


74 shall provide granularity of
single file restore.
The Proposed backup solution
shall be designed in such a
75 fashion so that every
client/server in a SAN can share
the robotic tape library.

Backup Solution shall be able to


76
copy data across firewall.

Backup solution should also


provide report writer that
allows designing of report
77 templates which can be used to
generate meaningful reports in
CSV / HTML / XML / Text
format / PDF.
.
Backup software shall also
78 support Rest APIs to integrate
with any management solutions
or equivalent on open source.
79 Any other

RFP for Assam State Data Center Page 50 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Below diagram depicts an indicative schematic of SAN Architecture for Assam SDC and is
presented for reference purpose only.

RFP for Assam State Data Center Page 51 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

1.1.39. Table 5: Internet Router

Make:

Model:

Page
Specification Value
S. Compliance Reference
Minimum Specification proposed by Add (if
No. (Y/N) in Data
bidder any)
Sheet
Hardware Architecture
1. Rack mountable

Should support IPv4, IPv6,


2.
MPLS etc. from Day 1

3. Modular Chassis

Router throughput should


be minimum 10Gbpsof
4.
routing, 2 Gbps of IPsec
performance.

Power supply for 230 V AC


5. 50 Hz with Redundant
power supply

Interface / Slots
8 X 100/1000 base TX
Ethernet interfaces for LAN
and WAN & 2 SFP
6.
(single/multi- mode as per
design) for Fiber
Connectivity

Should support minimum 2


7. free service/ module/
equivalent slots

The router should support


wide variety of interfaces
including E1, E3, STM-1,
8.
STM-4, STM-16 and
Ethernet 10Mbps to
10Gbps WAN interfaces.

Minimum 4 nos. of 10 Gbps


Ethernet Fiber interfaces
populated with 2 nos. of
10G single mode
9.
transceiver and 2 nos. of
10G multimode
transceiver/cable as per
design requirement

RFP for Assam State Data Center Page 52 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page
Specification Value
S. Compliance Reference
Minimum Specification proposed by Add (if
No. (Y/N) in Data
bidder any)
Sheet
10. Console port 1 number
Security

OS with support for


11.
advanced security features

Should support GRE and IP


Sec, 3DES, AES VPN for
12.
configuration of VPN
tunnels from day 1.

Support for IPSEC Site-to-


Site and Remote Access
13. VPNs from day 1. Should
provide hardware assisted
IPSec 3DES encryption.

NAT, PAT, Application


14.
Identification and Control

15. Access control – Multilevel

Support ACL’s to provide


16.
supervision and control.

Multiple Privilege Levels


17.
for managing & monitoring

Support for Remote


18. Authentication User
Service (RADIUS) and AAA

Support for Standard


19. Access Lists to provide
supervision and control.

Controlled SNMP Access


using ACL on router to
20.
ensure SNMP access only
to identified NMS/EMS

PPP CHAP support. PAP


21.
(optional)
DoS prevention through
22. TCP Intercept, ACL
Filtering
Routing Protocols
23. Static Routes
24. OSPFv2 and v3.

RFP for Assam State Data Center Page 53 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page
Specification Value
S. Compliance Reference
Minimum Specification proposed by Add (if
No. (Y/N) in Data
bidder any)
Sheet
BGP, IS-IS, IPv6 ICMP,
25.
IPv6 QOS, IPv6 Multicast

26. Route redistribution


Protocols
27. Load Balancing Protocol
28. IPv4, IPv6
29. MPLS L2 & L3
30. VRRP or equivalent

Shall have IPv6 features:


DHCPv6 Client & Server,
IPv6 QoS, IPv6 Multicast
support, , Multicast VPN,
31.
PIM SSM (Source Specific
Multicast), IPv6 PIMv2
Sparse Mode, IPv6 PIMv2
Source-Specific Multicast

MPLS Features: MPLS


VPN, MPLS mVPN
32. (Multicast VPN), DiffServ
Tunnel Modes, MPLS TE,
DiffServ- Aware TE

Congestion
Weighted Random Early
33. Detection, Random Early
Detection
Weighted Fair
34. Queuing/Class based
queuing
35. Priority Queuing
IP Multicasting
IGMP v1, v2, v3, PIM-SM,
PIM-DM or MOSPF with
36.
multicast route of at least
16000
Management

Accessibility using Telnet,


37.
SSH, Console access.

Software upgrades using


38.
FTP, TFTP, etc.
SNMP Support for v1, v2 ,
39.
v3
Debug & Diagnostics

RFP for Assam State Data Center Page 54 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page
Specification Value
S. Compliance Reference
Minimum Specification proposed by Add (if
No. (Y/N) in Data
bidder any)
Sheet
Display of input and output
40. error status on all
interfaces
Display of Dynamic ARP
41.
table
Display of physical layer
line status signals like
42.
DCD, DSR, DTR, RTS, CTS
on all interfaces

Should support SLA


43.
monitoring.

Trace-route, Ping, extended


44.
PING
Others

From day 1-Support for 8


45. lakh IPv4 routes. Support
for 8 lakh IPv6 routes.

Any other component to


46. fulfill the proposed design
requirement.

1.1.40. Table 6: Application Switches

Application switches shall be implemented in the DMZ/MZ and shall be connected to the Core
LAN Switch, Internal /External Firewall, and SLB as per design requirement.

Make:

Model:

Page Value
Specification
S. Compliance Reference Add
Minimum Specification proposed by
No. (Y/N) in Data (if
bidder
Sheet any)
Rack Mountable: Mountable in
standard 19 inch rack,
minimum 48 port SFP+ ,
4x40G Fiber Ports, all 10Gig
1.
and 40Gig ports should be
populated will necessary
transceivers (multimode) and
cables

RFP for Assam State Data Center Page 55 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
S. Compliance Reference Add
Minimum Specification proposed by
No. (Y/N) in Data (if
bidder
Sheet any)
1 x console port for CLI based
2.
configuration
3. Min 1.2Tbps switching fabric
4. Should have IEEE 802.3ad
Layer3 - with following support
5. (OSPFv2, OSPFv3, VRRP or
equivalent, DHCP)
6. Support Port Mirroring
7. Support Port Trunking
8. Link Aggregation
IEEE 802.1Q VLAN
9.
encapsulation
10. Minimum 4000 VLAN
11. Support port security
12. Traffic shaping and policing
MAC Address security and
13. should support minimum
95000 MAC addresses
Management
Easier Software upgrades
14. through network, using FTP,
TFTP, etc.
Accessibility using Telnet, SSH,
15.
Console access
Configuration management
through CLI, GUI based
16. software utility and using web
interfaces. GUI tools shall be
provided
Event and system history
17. logging functions shall be
available
Support for Syslog Server
18.
required
Switch should CPU utilization
19. monitoring and Port
description
SSH v2, SNMP
v1/v2c/v3,IGMP, RMON I,
20.
VLANs, GUI, Web based
interface,
Compatibility of network
21. management with auto
discovery & management.
Manageability on per port
22.
basis.
Per-port broadcast, multicast,
unicast storm control to
23. prevent faulty end stations
from degrading overall systems
performance.
24. Static Routing IPv4 & IPv6
25. OSPF v2, OSPFv3

RFP for Assam State Data Center Page 56 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
S. Compliance Reference Add
Minimum Specification proposed by
No. (Y/N) in Data (if
bidder
Sheet any)
26. VRRP or equivalent
27. Spanning tree protocol
IPv4 & IPv6 with full
28.
functionality
Security:
29. DC security components
Authentication, authorization,
30.
and accounting (AAA)
31. BPDU guard and root
Should have support for
32.
RADIUS/TACACS+/equivalent
MAC address based port level
33.
filtering
Virtualization:
802.1Qbg VEPA / 802.1Qbr /
Hypervisor embedded vSwitch
/ VNLINK/VXLAN Or
34.
equivalent for Server
Networking support in bare
metal/para- virtualization
Standards:
IEEE 802.1d Spanning-Tree
36.
Protocol
IEEE 802.1p class-of-service
37.
(CoS) prioritization
UL 60950-1, EN 60825-1/EN
38
55022 Class A/FCC Class A
38. IEEE 802.1Q VLAN
39. IEEE 802.1s
40. IEEE 802.1w
Quality of Service:
The switches should support
the aggregate QoS model by
enabling classification,
policing/metering & marking
41.
functions on a per-port basis at
ingress and
queuing/scheduling function at
egress
The switches should support
QoS classification of incoming
42. packets for QoS flows based on
Layer 2, Layer 3, and Layer 4
fields.
The switches should support
identification of traffic based
43.
on Layer 3 ToS field – DSCP
values.
44. 8 QoS profiles
Support for rate limiting with
45.
granularity of traffic flows
46. TFTP & SNTP/NTP Support

RFP for Assam State Data Center Page 57 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
S. Compliance Reference Add
Minimum Specification proposed by
No. (Y/N) in Data (if
bidder
Sheet any)
L3 features
PIM Sparse Mode / Dense
47. Mode/ Bi- directional PIM,
IGMP v1, v2, / v3
Power Supply
Should have internal
48.
redundant power supplies
All necessary power cords,
adapters, data cables,
connectors, CDs, manuals,
49. brackets accessories, wire
managers, etc. should be
provided to install switch in the
Data Centre.
Additional
Should support VXLAN or
73
other virtualization techniques
Should support Data Centre
74
bridging
Should support
75 OpenFlow/Open Day
light/Open Stack controller

RFP for Assam State Data Center Page 58 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

1.1.42. Table 7: Internet and Intranet Switches

Make:

Model:

Page Value
Specification
S. Compliance Reference Add
Minimum Specification proposed by
No. (Y/N) in Data (if
bidder
Sheet any)
The switch should have
24x10Gig ports/slots,
populated with 4 nos. of 10
Gig Single Mode transceiver
1
& 12 nos. of 10 Gig
multimode transceivers.
Should have minimum 2GB
DRAM.
The switch should support
2
line rate throughput.
The switch should support
802.1d Spanning Tree ,
3
802.1w RSTP , 802.1s
(MSTP)
The switch should support
IEEE 802.3ad Link
4 Aggregation Control Protocol
(LACP) supporting upto 8
groups and 8 ports per group
The switch should support
5 atleast 1000 VLANs
simultaneously
The switch should support
Port-based and 802.1Q tag-
6
based VLANs, Private VLAN,
etc.
The switch should support
7
Jumbo frames of 9000 bytes
The switch should support
8
16000 MAC addresses
IPv4 and IPv6 Static Route
9
and multicast routing.
The switch should support
10 layer 3 interface on physical
port, LAG, VLAN interface
The switch should support
11
Dual IPv6 and IPv4 stack
The Switch should support
IPv4 DHCP Server serving IP
12
addresses for multiple DHCP
pools/scopes
The switch should Support
13
DHCP options
Dynamic Routing protocol
14 support like OSPF, BGP, IS-
IS and MPLS etc. from day 1.
The switch should provides
15
Layer 2 isolation between

RFP for Assam State Data Center Page 59 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
S. Compliance Reference Add
Minimum Specification proposed by
No. (Y/N) in Data (if
bidder
Sheet any)
devices in the same VLAN,
even on multiple uplinks.
Should have port security
16
feature
The switch should support
17
atleast 4 hardware queues
The switch should support
scheduling based on (i) Strict
18 priority and weighted round-
robin and (ii) DSCP and class
of service (802.1p/CoS)
The definition of class of
service should be Port based;
802.1p VLAN priority based;
IPv4 and IPv6; IP
19
precedence/type of service
(ToS)/DSCP based;
Differentiated Services
(DiffServ);
The switch should allow rate
limiting based on Ingress
20 policer; egress shaping and
rate control; per VLAN, per
port, and flow based.
The QoS capabilities should
21
be hardware based
The switch should be
22 configurable through
command line interface
The switch should support
SNMP versions 1, 2c, and 3
23 with support for traps and
SNMP version 3 user-based
security model
Should have SPAN or
24
equivalent feature
The following features
should also be supported
Traceroute; multiple/single
IP management; SSH;
25
RADIUS; port mirroring;
TFTP upgrade; DHCP client;
cable diagnostics; ping;
syslog.
The Switch should be
26 Common Criteria EAL3 or
NDPP certified.

RFP for Assam State Data Center Page 60 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

1.1.43. Table 8: Access Switches

Make:

Model:

The Access Switches will be required for LAN connectivity of NOC Area, Staging Room, Meeting
Room etc. These switches will be connected to External Firewall/Core Switch as per design
requirement.

Page
Specification Value
S. Compliance Reference
Minimum Specification proposed by Add (if
No. (Y/N) in Data
bidder any)
Sheet
1 Hardware Specification
The switch should have
minimum 48 x 10/100/1000
Base-T Ports and 2 x 10 Gig
2 ports with suitable
transceivers populated as
per proposed design
requirement.
3 Redundant Power supply
Should have fan for proper
4
cooling.
At least 100 Gbps switching
5
fabric.
6 Layer-2 Features
IEEE 802.1Q VLAN
7 encapsulation. At least 1000
VLANs should be supported.
Support for Automatic
Negotiation of Trunking
8
Protocol, to help minimize
the configuration & errors.
IEEE 802.1d, 802.1s,
9
802.1w, 802.3ad,
Spanning-tree root guard
feature to prevent other edge
10
switches becoming the root
bridge.
11 IGMPv3. IGMP filtering.
Link Aggregation Protocol
12
(LACP)
Per-port broadcast,
multicast, and storm control
13
to prevent faulty end
stations
14 Network security features
15 Port security
Port-based ACLs for Layer 2
interfaces to allow
16 application of security
policies on individual switch
ports.

RFP for Assam State Data Center Page 61 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page
Specification Value
S. Compliance Reference
Minimum Specification proposed by Add (if
No. (Y/N) in Data
bidder any)
Sheet
SSH and SNMP to provide
network security by
17 encrypting administrator
traffic during Telnet and
SNMP sessions.
Bidirectional data support
18
on the Mirrored port.
RADIUS/TACACS+
authentication to enable
centralized control of the
19
switch and restrict
unauthorized users from
altering the configuration.
20 DHCP snooping
21 Quality of Service (QoS) & Multicast
Standard 802.1p CoS and
22
DSCP
Strict priority queuing
23
mechanisms
24 IPv4 & IPv6 Unicast Routes
25 Static
26 Management
Command Line Interface
(CLI) support for
27
configuration &
troubleshooting purposes.
For enhanced traffic
management, monitoring,
and analysis, upto four
28
RMON groups (history,
statistics, alarms, and
events) must be supported.
Domain Name System
(DNS) support to provide IP
29
address resolution with user-
defined device names.
FTP/ Trivial File Transfer
Protocol (TFTP) to reduce
the cost of administering
30
software upgrades by
downloading from a
centralized location.
Network Timing Protocol
(NTP) based on RFC 1305 to
31 provide an accurate and
consistent timestamp to all
intranet switches.
SNMP v1, v2c, and v3 and
Telnet interface support
delivers comprehensive in-
32 band management, and a
CLI-based management
console provides detailed
out-of-band management.

RFP for Assam State Data Center Page 62 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

1.1.44. Table 9: Core Switches

Make:

Model:

Page
Specification Value
S. Compliance Reference
Specification proposed by Add (if
No (Y/N) in Data
bidder any)
Sheet
Modular with Distributed
1
architecture from day 1.
2 19’’ rack mountable
Active switching bandwidth
3
should be minimum 5.5 Tbps
Min 48x40Gig Fiber ports
with transceivers
(multimode) and necessary
4
cables from day 1, scalable
upto minimum of 64 nos. of
40 Gig ports
Wire speed performance on
5
each offered interfaces.
The solution should provide
IPV4 and IPV6 compliant
6
without any performance
degradation.
Port to Port latency less than
7
10 micro sec.
Should support minimum
8
16MB buffer.
The switch should support
9
40 Gig and higher interfaces.
Should have redundant
10
Power Supply.
Layer 2 Features for Solution:
Layer 2 switch ports and
11
VLAN trunks
IEEE 802.1Q VLAN
12
encapsulation
Support for at least 4000
13
VLANs.
14 802.1s
15 802.1w
16 Port trunking capability.
17 Port mirroring capability
Support for 95,000 or more
18
MAC addresses
The core musts support static
19 MAC address assignment for
interface.
The core must support per
20
vlan MAC address filtering.

RFP for Assam State Data Center Page 63 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page
Specification Value
S. Compliance Reference
Specification proposed by Add (if
No (Y/N) in Data
bidder any)
Sheet
The core must support
21 Jumbo frames up to 9216
bytes
Layer 3 features:
22 VRRP or equivalent
23 Static IP routing
24 IP routing protocols
25 Open Shortest Path First
26 Should support DHCP
Standards:
IEEE 802.1D Spanning-Tree
27
Protocol
IEEE 802.1w rapid
28 reconfiguration of spanning
tree
IEEE 802.1s multiple VLAN
29
instances of spanning tree
IEEE 802.1p class-of- service
30
(CoS) prioritization
IEEE 802.1Q VLAN
31
encapsulation
32 IEEE 802.3ad
UL 60950-1, EN 60825-1/
33 EN 55022 Class A/FCC Class
A
34 The core should support DCB
The core must support IEEE
35 802.1Qbb Priority-based
Flow Control (PFC).
The core must support IEEE
802.1Qaz Enhanced
36
Transmission Selection
(ETS).
The core must support Data
Center Bridging Exchange
37
Protocol (DCBX) – part of
the ETS standard
The core must support iSCSI
38 or equivalent application
TLV for DCBX
High Availability:
Shall support Redundant
39
Power supply
Shall support On-line
insertion and removal for
40
cards/modules/transceivers,
Power Supply and Fan tray.
Shall support storage
41 requirements of multiple
images and configurations.

RFP for Assam State Data Center Page 64 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page
Specification Value
S. Compliance Reference
Specification proposed by Add (if
No (Y/N) in Data
bidder any)
Sheet
System should support
42
NSSU/ISSU or equivalent.
Must support Layer 2 QoS:
The core must support 6
43 hardware unicast queues per
port per line card.
The core must support IEEE
44
802.1p remarking.
The core must support IEEE
45
802.1p, DSCP trust (ingress).
The core must support the
following classification
criteria:
- Interface
46 - MAC address
- Ether type
- IEEE 802.1p
- VLAN
Security Features:
Must support the following
Access Control Lists (ACLs):
- Port-based ACL (PACL) –
Ingress and Egress
47
- VLAN-based ACL (VACL) –
Ingress and Egress
- IP-based ACL– Ingress and
Egress
The core must support min
49 of 1,200 ACL entries in
hardware.
The core must support the
ability to
50
add/remove/change/insert
ACL entries
Shall have support for CLI,
51
Telnet and SNMPv1,2,v3
52 Shall support SSH
Should support multiple
levels of administration roles
53
to manage and monitor the
device.
Should support Network
54
Time Protocol.
Should be able to send and
55 receive Syslog and SNMP
traps from devices.
Additional

RFP for Assam State Data Center Page 65 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page
Specification Value
S. Compliance Reference
Specification proposed by Add (if
No (Y/N) in Data
bidder any)
Sheet
The proposed Switch must
have virtualization feature in
the physical device itself,
56
allowing the physical switch
to be operated as multiple
logical devices.

Should support Data Centre


57
bridging

Should support VXLAN or


58 other virtualization
techniques

Should support Open Flow/


59 Open Day Light/ Open Stack
controller

Any other components


required to fulfill the
60
proposed design
requirement.

1.1.45. Table 10: External Firewall

Make:

Model:

Page
Specification Value
Compliance Reference
S.No Specification proposed by Add (if
(Y/N) in Data
bidder any)
Sheet
1 FCC Class A, CE, VCCI, CB
2 Modular or Fixed
Solution should be
appliance based 64 bit
Multi-core Processing
3
Technology with minimum
32GB RAM scalable to 64
GB of RAM
Minimum storage
4
minimum 100GB SSD
Dual Power with AC
5
Option
Minimum 4 x 10G SFP+
6
Interfaces

RFP for Assam State Data Center Page 66 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page
Specification Value
Compliance Reference
S.No Specification proposed by Add (if
(Y/N) in Data
bidder any)
Sheet
Minimum 8 x 1G SFP
7
Interfaces
Minimum 8 x
8 10/100/1000 copper
Interfaces
Dedicated HA ports in
9 addition to requested data
ports
Minimum NG Firewall
application throughput in
real world/production
environment (measured
10
with traffic mix) – 10
Gbps. The bidder shall
submit the performance
test report.
Minimum NG Threat
prevention throughput in
real world/production
environment (by enabling
and measured with IPS,
Anti-Virus, Anti-
11 Spyware/Anti-Bot and all
other security threat
prevention feaand and
traffic mix)– 3 GBPS.
The bidder shall submit
the performance test
report.
Minimum IPsec VPN
12
throughput – 3 Gbps
Minimum tunnels (SSL,
13 IPSec, and IKE with
XAUTH) – 2000
Minimum sessions –
14
2,00,00,000
Concurrent Sessions –
15
2,00,000
The device / solution
16 should support concurrent
decrypted sessions
Active/Active,
17
Active/Passive
The proposed firewall
shall support application
18
control and threat
inspection support in:
19 - Tap Mode
- Transparent mode (IPS
20
Mode)
21 - Layer 2
22 - Layer 3
- Should be able operate
23
mix of multiple modes

RFP for Assam State Data Center Page 67 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page
Specification Value
Compliance Reference
S.No Specification proposed by Add (if
(Y/N) in Data
bidder any)
Sheet
The proposed firewall
shall support network
traffic classification which
identifies applications
24
across all ports
irrespective of
port/protocol/evasive
tactic.
The proposed firewall
shall be able to handle
(alert, block or allow)
25
unknown/unidentified
applications like unknown
UDP & TCP
The proposed firewall
shall be able to create
custom application
signatures and categories
26 using the inline packet
capture feature of the
firewall without any third-
party tool or technical
support.
The proposed firewall
shall be able to implement
Zones, IP address, Port
numbers, User id, Service
27
and threat protection
profile under the same
firewall rule or under
different set of polices
The proposed firewall
shall delineate different
parts of the application
such as allowing Facebook
28
chat but blocking its file-
transfer capability inside
the chat application base
on the content.
The proposed firewall
shall be able to protect the
user from the malicious
content upload or
download by application
such as Facebook chat or
29
file sharing by enforcing
the total threat protection
for known and unknown
malicious content such as
virus, malware or a bad
URLs.

RFP for Assam State Data Center Page 68 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page
Specification Value
Compliance Reference
S.No Specification proposed by Add (if
(Y/N) in Data
bidder any)
Sheet
Intrusion prevention
signatures should be built
based on the vulnerability
itself, A single signature
30
should stop multiple
exploit attempts on a
known system or
application vulnerability.
Should block known
31 network and application-
layer vulnerability exploits
The proposed firewall
shall perform content
32 based signature matching
beyond the traditional
hash base signatures
The proposed firewall
shall have on box Anti-
Virus/Malware, Anti
33 Spyware signatures and
should have minimum
signatures update window
of every one hour
All the protection
signatures should be
34
created by vendor base on
their threat intelligence
Should perform stream-
based Anti-Virus
inspection and not store-
35 and-forward traffic
inspection to keep the
maximum firewall
performance
Should be able to perform
36 Anti-virus scans for SMB
traffic
Should support DNS sink
holing for malicious DNS
request from inside hosts
to outside bad domains
and should be able to
37 integrate and query third
party external threat
intelligence data bases to
block or sinkhole bad IP
address, Domain and
URLs
Should be able to call 3rd
party threat intelligence
data on malicious IPs,
URLs and Domains to the
38
same firewall policy to
block those malicious
attributes and list should
get updated dynamically

RFP for Assam State Data Center Page 69 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page
Specification Value
Compliance Reference
S.No Specification proposed by Add (if
(Y/N) in Data
bidder any)
Sheet
with latest data

Vendor should
automatically push
dynamic block list with
latest threat intelligence
39 data base on malicious
IPs, URLs and Domains to
the firewall policy as an
additional protection
service
This should be a cloud
base unknown malware
analysis service with
40
guaranteed protection
signature delivery time not
more than 15 minutes
Advance unknown
malware analysis engine
should be capable of
machine learning with
41 static analysis and
dynamic analysis engine
with custom-built virtual
hypervisor analysis
environment
Advance unknown
malware analysis engine,
detecting VM-aware
42 malware to detect and
protect from virtual
sandbox evading advance
unknown malware
Cloud base unknown
malware analysis service
should be certified with
SOC2 or any other Data
privacy compliance
43
certification for customer
data privacy protection
which is uploaded to
unknown threat emulation
and analysis
Cloud base unknown
malware analysis service
should be able to perform
dynamic threat analysis on
44 such as EXEs, DLLs, ZIP
files, PDF documents,
Office Documents, Web
pages that include high-
risk embedded content

RFP for Assam State Data Center Page 70 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page
Specification Value
Compliance Reference
S.No Specification proposed by Add (if
(Y/N) in Data
bidder any)
Sheet
like JavaScript, Adobe
Flash files

The proposed next


generation security
45 platform should be able to
detect and prevent zero
day threats
The solution must follow
multi-faceted prevention
strategy that combines
46
proactive protection that
eliminates threats before
they reach users
Same Hardware platform
should be scalable to
provide URL filtering and
47 web protection and should
maintain same
performance/throughputs
mention in primary scope
The proposed firewall
shall have the database
located locally on the
48
device or in the attached
management server /
appliance
The proposed firewall
49 shall support custom URL-
categorization
The proposed firewall
50 shall support customizable
block pages
The proposed firewall
shall support block and
continue (i.e. allowing a
user to access a web-site
which potentially violates
51
policy by presenting them
a block page with a
warning with a continue
option allowing them to
proceed for a certain time)
The proposed firewall
shall support logs
populated with end user
52 activity reports for site
monitoring (locally or via
separate management
solution)
The proposed firewall
53
shall support Drive-by-

RFP for Assam State Data Center Page 71 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page
Specification Value
Compliance Reference
S.No Specification proposed by Add (if
(Y/N) in Data
bidder any)
Sheet
download control

The proposed firewall


shall support URL
54 Filtering policies by AD
user, group, machines and
IP address/range
Should support full-path
categorization of URLs
only to block re categories
55
the malicious malware
path not the full domain or
website
Should support zero-day
malicious web site or URL
blocking update less than
15 minutes for URL DB
56 update for zero-day
malware command and
control, spyware and
phishing websites access
protection
Should support URL or
URL category base
protection for user
57 cooperate credential
submission protection
from phishing attack with
malicious URL path
The proposed firewall
shall be able to identify,
decrypt and evaluate SSL
58
traffic in an outbound
connection (forward-
proxy)
The proposed firewall
shall be able to identify,
59 decrypt and evaluate SSL
traffic in an inbound
connection
The proposed firewall
shall be able to identify,
decrypt and evaluate SSH
60
Tunnel traffic in an
inbound and outbound
connections
The NGFW shall support
the ability to have a SSL
inspection policy
differentiate between
61
personal SSL connections
i.e. banking, shopping,
health and non-personal
traffic

RFP for Assam State Data Center Page 72 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page
Specification Value
Compliance Reference
S.No Specification proposed by Add (if
(Y/N) in Data
bidder any)
Sheet
SSL decryption must be
supported on any port
used for SSL i.e. SSL
62
decryption must be
supported on non-
standard SSL port as well
The proposed firewall
63 must be able to operate in
routing/NAT mode
The proposed firewall
must be able to support
64
Network Address
Translation (NAT)
The proposed firewall
must be able to support
65
Port Address Translation
(PAT)
The proposed firewall
shall support Dual Stack
66 IPv4 and IPv6 (NAT64,
NAT66/NPTv6 or
equivalent)
Should support Dynamic
IP reservation, tunable
67
dynamic IP and port
oversubscription
L2, L3, Tap and
68
Transparent mode
Should support on firewall
69 policy with User and
Applications
Should support SSL
70
decryption on IPv6
Should support SLAAC
71 Stateless Address Auto
configuration
The proposed firewall
72 must support the following
routing protocols:
73 Static
OSPFv2 and v3 with
75
graceful restart
BGP v4 with graceful
76
restart
77 Policy-based forwarding
78 PIM-SM
Should support the
79 following authentication
protocols:
80 - LDAP
- Radius (vendor specific
81
attributes)
- Token-based solutions
82
(i.e. Secure-ID)
83 - Kerberos

RFP for Assam State Data Center Page 73 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page
Specification Value
Compliance Reference
S.No Specification proposed by Add (if
(Y/N) in Data
bidder any)
Sheet
The proposed firewall’s
SSL VPN shall support the
84
following authentication
protocols
85 - LDAP
86 - Radius
- Token-based solutions
87
(i.e. Secure-ID)
88 - Kerberos
- Any combination of the
89
above
Should support on device
and centralized
90 management with
complete feature parity on
firewall administration
Should have separate real
time logging base on all
Traffic, Threats, User IDs,
URL filtering, Data
filtering, Content filtering,
91
unknown malware
analysis, Authentication,
Tunneled Traffic and
correlated log view base on
other logging activities
Should support the report
generation on a manual or
92
schedule (Daily, Weekly,
Monthly, etc.) basis
Should allow the report to
be exported into other
93
format such as PDF,
HTML, CSV, XML etc.
Should have built in report
templates base on
94
Applications, Users,
Threats, Traffic and URLs
Should be able to create
95 report base on SaaS
application usage
Should be able to create
96
reports base user activity
Should be able to create
custom report base on
97
custom query base any
logging attributes
There shall be provision
for logging, reporting,
management etc. either
98 through on-device
arrangement or through
external management
server on premise.

RFP for Assam State Data Center Page 74 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page
Specification Value
Compliance Reference
S.No Specification proposed by Add (if
(Y/N) in Data
bidder any)
Sheet
The device or management
99 server shall be able to keep
logs for minimum 1 year.

RFP for Assam State Data Center Page 75 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

1.1.46. Table 11: Internal Firewall

Make:

Model:

Valu
Page
Specificatio e
S.N Complianc Referenc
Specification n proposed Add
o e (Y/N) e in Data
by bidder (if
Sheet
any)
Physical attributes
Proposed Firewall should be
ASIC/non ASIC based in nature
and/or should be open
1
architecture based on multi-core
CPU's to protect & scale against
dynamic latest security threats.
The appliance hardware should
be a multi-core CPU architecture
2
with a hardened 64 bit operating
system to support higher memory
3 Should be rack mountable
4 Modular Chassis / Appliance
5 Redundant power supply
Interfaces
2x40 Gig and 8x10 Gig SFP+
4.
ethernet ports
Console Port or equivalent - 1
5.
number
Throughput
Minimum 40Gbps of firewall
6.
throughput
Memory
7. Minimum RAM 64 GB
Routing Protocols
9. Static Routes
11. OSPF v2 &v3
Protocols
12. TCP/IP, PPTP or IPSec
RTP/L2TP/L2TPOverIPSec/IPSe
13.
c
14. IPSec /GRE, DES, 3DES, AES
15. EAP-TLS/RTP/equivalent
16. FTP, HTTP, HTTPS
17. SNMP, SMTP
18. DHCP, DNS
19. IPv6 enabled
IPv6-enabled inspection services
for applications based on
20.
HTTP/HTTPS, SSHv2, FTP,
SMTP, ICMP, TCP, and UDP
Allows secure deployment of
next-generation IPv6 networks,
21.
as well as hybrid environments
that require simultaneous, dual

RFP for Assam State Data Center Page 76 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Valu
Page
Specificatio e
S.N Complianc Referenc
Specification n proposed Add
o e (Y/N) e in Data
by bidder (if
Sheet
any)
stack, support of IPv4 and IPv6

QoS
Should support for QoS features
22.
for defining the QoS policies
Other Support
802.1Q, NAT, PAT, IP Multicast
support, Remote Access VPN,
Time based Access control lists,
23.
support VLAN, Layer 2 Firewall,
Virtual Firewall,
Radius/TACACS+
24. SNMP v1, v2 and v3
IPS functionality
Should protect against DoS /
25 DDoS / SYN- flood/ TCP-flood
/UDP-flood

Must have “Zero-day” protection


26 against DoS / DDoS and worm
attacks based on traffic behavior.

Capable of applying the security


27
policies based on VLAN ID,
28 Source/Destination subnets

Should protect against SSL based


29
attacks
Flexibility to create new policies
32 or modify existing policies in real
time
Block attacks in real time, Drop
Attack Packets, Packet Logging.
33
Block malicious network activity
and Prevent stealthy attacks.
Reset Connections, Action per
34
Attack
Support for detailed intrusion
35
alarms
Extensive protocol monitoring:
should support monitoring of
39 protocols such as TCP/IP, ICMP,
FTP, UDP, SMTP, HTTP, SNMP,
DNS, RPC, NetBIOS, Telnet etc.
40 Log File, Syslog support
Should support 24/7 Security
41
Update Service
Should support automatic Real
42
Time signature update
Should support Provision to add
43
static own attack signatures

RFP for Assam State Data Center Page 77 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Valu
Page
Specificatio e
S.N Complianc Referenc
Specification n proposed Add
o e (Y/N) e in Data
by bidder (if
Sheet
any)
The detection engine must be
capable of detecting and
preventing a wide variety of
44 threats (e.g., malware, network
probes/reconnaissance, VoIP
attacks, buffer overflows, P2P
attacks, zero-day threats, etc.).
Virtualization
Firewall should support at least 5
45
virtual firewalls from day 1

1.1.47. Table 12: Server Load Balancer

Make:

Model:

Page Value
Specification
Compliance Reference Add
S.No Specification proposed by
(Y/N) in Data (if
bidder
Sheet any)
1 Hardware
2 19" Rack Mountable
Minimum 8 nos. of 1 Gig and
3 minimum 4 nos. of 10 Gig
ports ethernet ports
Minimum Layer 7 throughput
4
of 10 Gbps
Minimum 1 million Layer 4
5 http request/sec scalable to 2
million
Minimum 200000 Layer 7
6
connections per second
Minimum 2000 SSL
7
connections per second
8 RAM - Minimum 16 GB
Minimum one Management
9
interface (console, SSH, telnet)
10 Web based GUI (HTTPS)
11 Redundant AC Power Supply
12 Application Delivery
Load Balancing methods -
Round Robin, Least
13 Connections, Weighted RR,
Weighted LC, Fastest
Response, etc.
IPv4 and IPv6 dual stack from
14
day one
Layer 4 and Layer 7 Server
15
Load Balancing
16 High Availability - Active

RFP for Assam State Data Center Page 78 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
Compliance Reference Add
S.No Specification proposed by
(Y/N) in Data (if
bidder
Sheet any)
Active, Active Standby
configuration
17 Global Server Load Balancing
18 Next Hop Load distribution
19 Database Load Balancing
Support TCP and UDP
20
applications
Perform ‘TCP Multiplexing’,
21
‘TCP Optimization’ functions
22 Virtualization
Minimum 5 virtual instances
and scalable upto 15 instances
with additional software
license on same platform. The
23
proposed solution shall have
capability to dedicate
hardware resources including
CPU, memory, network
Contains a complete and
separated environment of the
24 following: a) Resources, b)
Configurations, c)
Management.
25 Web Application Firewall
Handle OWASP Top 10 attacks
26 and WASC Web Security
Attack Classification
WAF should support for IPv4
27
and IPv6 traffic
28 Support DNSSEC functionality
29 Others
30 SNMP v2 and v3 support
31 Integration with SIEM
Support for LDAP/TACACS+
32
/RADIUS

1.1.48. Table 13: Cloud Management Software

Name:

Version:

Page
Specification
S. Minimum Compliance Reference Value Add
proposed by
No. Specification (Y/N) in Data (if any)
bidder
Sheet
Compute

RFP for Assam State Data Center Page 79 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page
Specification
S. Minimum Compliance Reference Value Add
proposed by
No. Specification (Y/N) in Data (if any)
bidder
Sheet
The Software should
have the capability to
create & manage
multiple Virtualization
technologies available,
1
seamlessly. It should
also be able to
integrate with
commercialy available
public cloud platforms
The Solution should
allow Virtual Machines
consume RAM
dynamically in such a
way that if some of the
VMs in Physical
2 machine are not
utilizing the RAM, this
RAM can be utilized by
some other VM in the
same physical machine
which has a
requirement
The Solution should be
able to use power
saving features like, in
case of off-peak hours,
3 if not all servers are
required to be powered
on, the solution should
shut down to save
power.
The cloud solution
should support
unlimited VM licenses
and should also
support requisite
4
number of agent
licenses / bare metal
licenses for cloud
management, as per
solution proposed
The total system of
SDC should not fail
5 due to license /support
renewal or license
expired.
Storage
The Solution should
also integrate with
FC,FCoE and iSCSI
SAN and infrastructure
6
from leading Vendors
so as to leverage high
performance shared
storage to centralize

RFP for Assam State Data Center Page 80 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page
Specification
S. Minimum Compliance Reference Value Add
proposed by
No. Specification (Y/N) in Data (if any)
bidder
Sheet
Virtual Machine file
storage for greater
manageability,
flexibility and
availability

The Solution should


have the ability to
integrate with thin &
7
thick provision disks to
avoid allocating all
storage space upfront
Network
The Solution should
allow configuring each
Virtual Machine with
one or more virtual
8 NICs. Each of those
network interfaces can
have its own IP
address and even its
own MAC address
The Solution should
allow for creating
virtual
switches/bridges that
9 connect virtual
machines the solution
should support all
leading plugins or as
proposed by bidder.
The Solution should
support configurations
of 802.1 q VLANs
10 which are compatible
with standard VLAN
implementations from
other vendors
Solution should take
11 advantage of NIC
Teaming Capabilities
The Solution should
deliver above listed all
12
network capabilities
with all leading OEMs
The Solution should
have the capability to
integrate with DR
management software
13 for for moving Virtual
Machines from
Primary site to the
Secondary site in case
of future DR

RFP for Assam State Data Center Page 81 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page
Specification
S. Minimum Compliance Reference Value Add
proposed by
No. Specification (Y/N) in Data (if any)
bidder
Sheet
requirement.

Security Capabilities
The Solution should
offer Automated and
Approval based
14 Upgrades for Virtual
Machines delivered
through cloud
infrastructure
The Solution should be
able to integrate
existing malware
15
protection solution in
SDC for Virtual
Machine
The Solution must
offer Identity,
Authentication and
Role based access to
16 User Departments
Infrastructure -
Machines (Virtual),
Application or
Common Services
The Solution must
offer Policy based
administration by
17 putting User
Department’s IAAS in
logical groups and
apply relevant policies.
The Solution should
have the ability to not
just enforce policies
18
but also track and
report
nonconformance
The Solution should
generate reports on
non-conformance and
19 escalation for
privileged access by
unauthorized roles/
identities
The Solution should
support VLAN
20 isolation by supporting
multiple networks per
resource pool

RFP for Assam State Data Center Page 82 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page
Specification
S. Minimum Compliance Reference Value Add
proposed by
No. Specification (Y/N) in Data (if any)
bidder
Sheet
The Solution should
support secure
communication
21
between guest VMs
and Hypervisor and
intra-VMs.
The Solution should
offer ability to Copy,
convert, or migrate an
image within similar
22
hypervisor and within
two nos. of different
hypervisors from
separate OEMs.
23 The Solution must
offer ability to utilize
Service Provisioning Capabilities
existing/offered
Service Portal
24 Intrusion detection
Capabilities
System / Intrusion
The Solutionsystem
Prevention shouldto
provide a simple
seamlessly extendtointo
use
intuitive Web based
Virtualization
25
experience
environment for SDC
Cloud Administrator
and User Departments
The Solution should
have self-service
capabilities to allow
26
Users Departments to
log service requests - in
SDC
The Solution should
offer Service catalog
listing availability of
Cloud infrastructure
like Virtual Machines,
32
Physical Machines,
Applications ,
Common Services
offered by State Private
cloud
The Solution should
provide comprehensive
service
catalog/template with
capabilities for service
33 design and lifecycle
management, a web-
based self-service
portal for users to
order and manage
services

RFP for Assam State Data Center Page 83 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page
Specification
S. Minimum Compliance Reference Value Add
proposed by
No. Specification (Y/N) in Data (if any)
bidder
Sheet
The solution should
provide an on-
boarding mechanism
for the new user
Department on the
cloud infrastructure
that automatically
creates the department
profile, the department
34 profile administrators,
allocates specific
resources for the
department like
storage pools, server
pools, S/W packages,
network pools
(including VLANs,
DNS, IP address
spaces, etc...)
The Solution should
enforce password
policies and allow to
36
personalize the look &
feel and logo on the
user-interface panels
The Solution should be
able to offer choice of
various hardware
profiles, custom
37
hardware profile,
Selection of operating
systems, VLAN,
Storage
The Solution should
automate provisioning
of new and changes to
existing infrastructure
38
(Virtual, Physical,
Application or
Common Services)
with approvals
The Solution should
allow creation of
library hosting /
template creation of
39 various Operating
System, Databases and
middleware that can be
selected while creating
new virtual servers
The Solution should
track ownership and
utilization of virtual
40
machines, Physical
machines, and
common services

RFP for Assam State Data Center Page 84 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page
Specification
S. Minimum Compliance Reference Value Add
proposed by
No. Specification (Y/N) in Data (if any)
bidder
Sheet
The Solution should
allow for implementing
workflows for
provisioning,
41 deployment,
decommissioning all
virtual and physical
assets in the cloud
datacenter
The Solution should
allow easy inventory
tracking all the
physical & virtual
42 assets in the Private
Cloud. It should
provide capabilities to
track usage and non-
compliance situations.
The Solution should
have the ability to
manage Virtual Assets
43
across the major
multiple virtualization
platforms
The Solution should be
able to dynamically
allocate and balance
computing capacity
across collections of
hardware resources
aggregated into one
45
unified resource pool
with optional control
over movement of
virtual machines like
restricting VMs to run
on selected physical
hosts.
The Solution should
have shown-Back (to
check the usage
patterns and reporting
for the user
department) and the
46
same solution should
have the capability to
be updated into
Charge-Back whenever
this functionality is
required by the SDC
The Solution should
offer usage report by
tenant, by region, or by
47
virtual machine
reporting usage of
memory consumption,

RFP for Assam State Data Center Page 85 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page
Specification
S. Minimum Compliance Reference Value Add
proposed by
No. Specification (Y/N) in Data (if any)
bidder
Sheet
CPU consumption,
disk consumption

The Solution should


have web based
49
interface for
administration
The Solution should
have the ability
generate customize
50
report as well as the
native ability to export
to common formats
User Department Requirement
The User Departments
should be able to view
Department’s
infrastructure as
52 Services e.g. : group his
servers by- application
LOB servers, All web
servers, all Small
servers etc.
The User Departments
should be able to select
between a managed
infrastructure or an
53 unmanaged
infrastructure. (e.g.
who will manage the
Patched updation on
virtual machines)
The Solution should
allow User
54 Departments to
delegate user services
to others on their team
The User Department
should be able to
allocate, monitor,
report and upgrade
55
allocated capacity, as
required within the
boundary of their
capacity
The Solution should
allow selecting various
Operating System as
well as option of
57 Installing additional
software's on the
provisioned Virtual
Machines to User
Department while

RFP for Assam State Data Center Page 86 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page
Specification
S. Minimum Compliance Reference Value Add
proposed by
No. Specification (Y/N) in Data (if any)
bidder
Sheet
Requesting for
provisioning of new
virtual servers from
self-service GUI

The User Department


should be able to
report Department’s
58 allocated Quota, Used
Quota and balance
Quota of infrastructure
capacity
The User Department
should be able to
generate consumption
reports for
59
Department’s cloud
infrastructure (Virtual,
Physical, Application
or Common Services)
SDC Private Cloud Administrator Requirement
Administrators should
be able to
automatically scale
and/or manage
resources unilaterally.
The solution should
60 allow the Data Center
owner to unilaterally
provision compute,
network, storage,
memory as needed
automatically /
manually
Private Cloud
Administrators should
be able to easily
configure, deploy, and
61
manage services
through a highly
intuitive service-
centric interface
Private Cloud
Administrators should
easily be able to
commission &
decommission VMs
62 Private Cloud
Administrators /
Application Owners
should be able to
create, manage,
services using a web-

RFP for Assam State Data Center Page 87 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page
Specification
S. Minimum Compliance Reference Value Add
proposed by
No. Specification (Y/N) in Data (if any)
bidder
Sheet
based interface that
presents a customized
view of resources based
on your role in the
organization.

Capacity Management
The Solution should
identify idle,
underutilized capacity
to provide inputs to the
64
capacity management
function such that
informed decisions can
be taken
The Solution should
support to identify and
65 determine optimum
sizing and placement
of virtual machines
The Solution should
provide forecast
66
reports demonstrating
forecasted utilization
The Solution should
provide a mechanism
to automatically assess
high volumes of
workloads and
68
determines optimal
placement on virtual
machines across the
enterprise’s shared
resource pools
Automation, Orchestration and Monitoring
Process Automation
The Solution should
have capabilities to
72 create workflows to
automate common
admin challenges
The Solution should
have the ability to
73 develop highly
customized workflows
and easy user interface.
The Solution should
74 have web based
interface
Integration Capabilities

RFP for Assam State Data Center Page 88 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page
Specification
S. Minimum Compliance Reference Value Add
proposed by
No. Specification (Y/N) in Data (if any)
bidder
Sheet
The Solution should be
able to create processes
75 across multiple
vendors’ software and
hardware
The Orchestration
Solution should be
open and interoperable
and has rich
76 integration capabilities
that support interfaces
from command line
interface and web
services
The Solution should
provide resource-level
operations across x86
compute resources,
hypervisors, storage
resources, and network
77
resources. It should
support provisioning
for multiple platforms
including
Linux/Windows// OS,
on x86 (32 and 64 bit)
The Solution should
provide capability for
orchestrating tasks
78 across systems for
consistent,
documented,
compliant activity
The Solution should be
able to move identified
79
workloads to another
private cloud
Monitoring Capabilities
Hypervisor should
have capability to hot
add cpu and memory
92
without the need of
reboot; so as scale out
capabilities.

1.1.49. Table 14: Virtualization

Name:

Version:

RFP for Assam State Data Center Page 89 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
S. Minimum Compliance Reference Add
proposed by
No. Specification (Y/N) in Data (if
bidder
Sheet any)
The Virtualization
software must be based
on hypervisor
1.
technology). The vendor
should offer suitable
management software.
The solution should able
to run various guest
2. operating systems like
Windows, Linux, etc. and
any other open source.
The solution should have
the capability for creating
3. virtual machines
templates/image to
provision new servers
The solution should
continuously monitor
utilization across virtual
4. machines and should
intelligently allocate
available resources among
virtual machines.
The Virtualized Machines
should be able to boot
5.
from iSCSI / FCoE and
fiber channel SAN
The Virtualized
Infrastructure should be
able to consume Storage
6. across various protocols
like DAS, NAS, and SAN.
It should support thin
provisioning.
The solution should allow
for taking snapshots of
7. the virtual machines to be
able to revert back to an
older state if required.
The solution should cater
for the fact that if one
server fails all the
9. resources running on that
server shall be able to
migrate to another set of
servers as available.
It should provide support
10. for cluster services
between virtual machines.
The solution should
provide patch
management capabilities
11. such that it should be able
to update patches on its
own hypervisor and
update guest operating

RFP for Assam State Data Center Page 90 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
S. Minimum Compliance Reference Add
proposed by
No. Specification (Y/N) in Data (if
bidder
Sheet any)
system

The solution should


provide the monitoring,
prioritizing and reserving
capabilities for storage,
processor, network,
12.
memory so as to ensure
that the most important
virtual machines get
adequate resources even
in the times of congestion.
The solution should
support Live Migration of
13.
Virtual Machine from One
host to another.
The Solution Should
deliver above listed all
14. Hypervisor capabilities
using standard server
infrastructure.
The solution should have
the ability to manage
16. virtual switches / bridge
can span across or within
cloud infrastructure
The solution should
provide network traffic-
management controls to
allow flexible partitioning
of physical NIC
bandwidth between
different network-traffic
17. types and allow user-
defined network resource
pools, enabling multi-
tenancy deployment, and
to bridge virtual and
physical infrastructure
QoS with per resource
pool
.
The solution should provide
20.
reports for performance and
utilization of virtual machines.

The solution should support


22. migration of Linux and
Windows VM's from Physical to
virtual.

RFP for Assam State Data Center Page 91 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
S. Minimum Compliance Reference Add
proposed by
No. Specification (Y/N) in Data (if
bidder
Sheet any)
The management
software should generate
automated notifications
23. and alerts, and can trigger
automated workflows to
remedy and pre-empt
problems.
The management
software should have
provision to capture the
blueprint of a known,
validated configuration -
including networking,
24.
storage and security
settings - and deploy it to
many hosts, simplifying
setup for automated host
configuration and
compliance monitoring.

1.1.50. Table 15: Enterprise Endpoint Protection

Name:

Version:

Page
Specification Value
S. Compliance Reference
Minimum Specification proposed by Add (if
No. (Y/N) in Data
bidder any)
Sheet
Should restrict e-mail
bound Virus attacks in real
1.
time without compromising
performance of the system
Should be capable of
2. providing multiple layers of
defense
Should be capable of
installation on both the
gateway as well as mailing
3. servers. Inbound and
outbound monitoring on all
data transfer mechanisms
and all e-mail systems
Should be capable of
detecting and cleaning
4.
virus infected attachments
as well
Should support scanning
5. for ZIP, RAR compressed
files, and TAR archive files

RFP for Assam State Data Center Page 92 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page
Specification Value
S. Compliance Reference
Minimum Specification proposed by Add (if
No. (Y/N) in Data
bidder any)
Sheet
Should support online
upgrade, where by most
product upgrades and
6.
patches can be performed
without bringing messaging
server off-line.
Should use multiple scan
7. engines during the
scanning process
Should support in-memory
8. scanning so as to minimize
Disk IO.
Should support Multi-
9.
threaded scanning
Should support scanning of
a single mailbox or a one off
scan. Should protect email
server and intercept
malware before it reaches
user inboxes. Detect, clean,
and block malware from
Email servers. Secure
mobile devices, data, and
networks. Simplify
provisioning and de-
provisioning. Prevent loss
of sensitive data by
restricting use of removable
media. Manage policies,
10. compliance, and reporting
from a single, centralized
console. Instantly see and
take action to adjust
security health of
endpoints.
Pinpoint which critical
assets are vulnerable to
which threats. Get instant,
actionable data correlation
on emerging threats to
quickly identify whether
proper protection is in
place. Reduce time spent
patching and diagnosing
issues.
Should support scanning by
11.
file type for attachments
Should support scanning of
12.
nested compressed files
Should be capable of
specifying the logic with
which scan engines are
13.
applied; such as the most
recently updated scan
engine should scan all

RFP for Assam State Data Center Page 93 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page
Specification Value
S. Compliance Reference
Minimum Specification proposed by Add (if
No. (Y/N) in Data
bidder any)
Sheet
emails etc.

Should support heuristic


scanning to allow rule-
14.
based detection of
unknown viruses
Updates to the scan engines
should be automated and
15.
should not require manual
intervention
All binaries from the
vendor that are
downloaded and
16. distributed must be signed
and the signature verified
during runtime for
enhanced security
Updates should not cause
17. queuing or rejection of
email
Updates should be capable
18. of being rolled back in case
required
Should support content
filtering based on sender or
domain filtering. Should
provide enterprise-class
19.
anti-malware, APT and
botnet protection with
integrated day-zero threat
protection.
Stop rootkits and stealthy
attacks with protection
below the OS. Prevent
unwanted applications and
20. malware from installing
and executing with minimal
impact on system
performance, users, and
administrators.
Host Intrusion Prevention
and Endpoint Firewall.
21. Guard against unknown,
zero-day threats and new
vulnerabilities.
Reduce patch urgency.
Defend against new and
emerging threats across all
22. vectors with real-time
intelligence gathered by
millions of sensors
worldwide.

RFP for Assam State Data Center Page 94 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page
Specification Value
S. Compliance Reference
Minimum Specification proposed by Add (if
No. (Y/N) in Data
bidder any)
Sheet
Should provide content
filtering for message body
and subject line, blocking
23.
messages that contain
keywords for inappropriate
content
File filtering should be
supported by the proposed
24. solution; file filtering
should be based on true file
type.
Common solution for anti-
spyware and anti-virus
infections; and anti-virus
25. and anti-spyware solution
should have a common web
based management
console.
Should support various
types of reporting formats
26.
such as CSV, HTML and
text files
Should provide support for
27.
Windows and Linux
Should support Data Leak
28.
Prevention or equivalent
Should support Virtual
29.
Machines
30. Any Other
HIPS functionality
HIPS should perform
rootkit detection, time-
based alerting and active
response. It should help to
31
detect attacks, software
misuse, policy violations
and other forms of
inappropriate activities.
HIPS should be able to
monitor multiple systems,
with one system being the
32
HIPS server and the others
the HIPS agents that report
back to the server.
Must have “Zero-day”
protection against DoS /
DDoS and worm attacks
based on traffic behavior.
33 Also it should mitigate Zero
day http floods and brute
force attack & vulnerability
scanning attempts based on
traffic behavior analysis
34 Time to Time Signature

RFP for Assam State Data Center Page 95 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page
Specification Value
S. Compliance Reference
Minimum Specification proposed by Add (if
No. (Y/N) in Data
bidder any)
Sheet
updates
Monitoring and prevention
35
from Intrusion attack
Verifies success or failure of
36
an Server
37 Monitors specific system
Detects attacks that
38 network-based systems
miss
Well-suited for encrypted
39
and switched environments
Near-real-time detection
40
and response
The offered product series
must have achieved EAL
(Evaluation Assurance
Level) Certification of EAL3
or higher in the Common
41
Criteria for Information
Technology Security
Evaluation (ISO/IEC
15408) for computer
security certification
42 Any Other

RFP for Assam State Data Center Page 96 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

1.1.51. Table 16: Security Incident and Event Management Tool

Name:

Version:

Page Value
Specification
S. Compliance Reference Add
Minimum Specification proposed by
No. (Y/N) in Data (if
bidder
Sheet any)
The solution should offer
Single View of All the Data
1.
captured from devices across
sites/geographies.
The solution should be able to
collect raw logs in real-time to
a Central log database from
any IP Device including:
a. Networking
devices(router/switches/voice
gateways)
b. Security devices (IDS/IPS,
2.
AV, Patch Management,
Firewall/DB Security
solutions)
c. Operating system
(Linux/Windows OS etc.)
d. Enterprise Virtualization
Platforms(Enterprise
Databases)
The solution should be able to
collect the logs in an agent/
agent less manner and store
the same in real-time to a
3.
Central log database from any
IP Device. The raw logs should
be time stamped, compressed
to optimize storage utilization.
The solution should collect the
entire log sent by the devices.
This will help in maintaining
digital chain of custody.
These logs can be modified by
4. a malicious indented user. In
order to make these logs
tamper proof solution must
store events in compressed
archives that are temper proof
encoded.
The solution should provide
tools for developing collection
and parsing capabilities for
5. home-grown or any other
unsupported /unknown IP
applications for current and
future and future requirement
The system should provide for
6. integration with third party
ticketing systems for escalated

RFP for Assam State Data Center Page 97 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
S. Compliance Reference Add
Minimum Specification proposed by
No. (Y/N) in Data (if
bidder
Sheet any)
incidents that need escalation.

The tool should provide


flexible dashboard interface
customized to user preferences
7. allowing the examination of a
specific event or a holistic view
of the systems within the
enterprise.
The tool should have the
capability to fetch logs from
the solution in real time or
desired period
8.
(hours/days/specific period
etc) to ensure comprehensive
trend and historical analysis
and reporting.
The solution should allow
filtering log data based on log
message payload like source
9.
and destination IP, ports,
usernames, workstation
address, domain etc.
The Solution must provide
remediation of the incidents
by prioritizing incidents based
upon the security policies and
10. generating tickets for a quick
response to security threats
associated with the affected
assets. It should also be track
these changes.
Monitor one complete picture
of security activity Drive
instant corrective action, such
11. as issuing new configurations,
implementing new policies,
and deploying software
updates
The SIEM Correlation solution
should be able to handle a
minimum of 1,000 Sustained
EPS and should be scalable up
to 5000 Sustained EPS over a
12.
period of 5 years. The SIEM
solution should support
RADIUS and Active Directory
and Common Access Card for
Authentication.
SIEM solution must be
capable of collecting security
13. logs from Applications and
give complete view of
Vulnerabilities in Applications,

RFP for Assam State Data Center Page 98 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
S. Compliance Reference Add
Minimum Specification proposed by
No. (Y/N) in Data (if
bidder
Sheet any)
either through integrated
solution or third party tool

1.1.52. Table 17: Workstation for Monitoring

Make:

Model:

Page
Specification Value
S. Minimum Compliance Reference
proposed by Add (if
No. Specification (Y/N) in Data
bidder any)
Sheet
CPU: x86with the latest
1.
configuration
Motherboard: Compatible
2.
with the above
Bus Architecture:
Integrated onboard
graphics, Two PCI, One
3.
PCI Express 1/4, One PCI
Express 16 slots,
Integrated Audio
2 GB DDR2 SDRAM, 1
4. DIMM slot should be
free.
320 GB SATAII hard disk
with minimum 16 Mb
5.
cache and 7200 rpm &
Pre Failure alert.
USB or PS/2 104 Keys
6.
keyboard
USB or PS/2 Two button
7. scroll optical mouse with
pad
Ports are 1 Serial, 1
Parallel, 4 USB 2.0 (min.
8.
2 at front), VGA,
Microphone, Headphone.
10/100/1000 Mbps
9.
Network card.
Pre-loaded latest OS or
latest licensed software
10. with latest updates and
Restore/ Recovery CD/
Self Mechanism

RFP for Assam State Data Center Page 99 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page
Specification Value
S. Minimum Compliance Reference
proposed by Add (if
No. Specification (Y/N) in Data
bidder any)
Sheet
15” TFT Monitor with
11. MPR II/TCO 03
certification
Dust Cover for CPU,
12. Monitor, Keyboard,
Mouse
13. Any other

1.1.53. Table 18: IP KVM Switches

Make:

Model:

Page
Specification Value
S. Compliance Reference
Minimum Specification proposed by Add (if
No. (Y/N) in Data
bidder any)
Sheet
It should have a minimum
1. of 16 ports scalable &
upgradeable.

It should support 2 remote


2.
users and 1 user at the rack

It should have support for


3.
Virtual Machines

Remote Access appliance


4. should have the following
functionalities

It should take control of


a)
servers at BIOS Level

It should facilitate both in-


b)
band & out-of band access
It should be able to
integrate with intelligent
c) power strips, so as to be able
to reset power of remote
device at port level.
Remote access of both
Servers and serial devices
d) such as routers (through
same or different
appliances).
It should have facility to
e) integrate with secure
management device

RFP for Assam State Data Center Page 100 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page
Specification Value
S. Compliance Reference
Minimum Specification proposed by Add (if
No. (Y/N) in Data
bidder any)
Sheet

f) Gigabit Ethernet ports.

Virtual Media Support of


g) multiple media including
'ISO image' files

Dual (redundant) Power


5.
supply

6. Dual Ethernet with Failover

PC selection – On screen
7.
Display menu hot key

19 inch Rack mountable


8.
design

9. KVM access over IP

Browser based Management


available at both remote and
local ( Supported Browsers
10.
= Internet Explorer for MS-
Windows, Firefox for MS-
Windows and Linux )
Support for minimum
11. resolution of 1600*1200 or
above

Single window access to all


12.
equipment.
Equipment access logs and
event history and send
13.
email alerts based on logs
details as triggers
Logging should be
14. centralized in one Syslog
server.

Absolute Mouse
15.
Synchronization.

16. Any other

IP KVM Control Center

The management
17. appliance should
provide unified, secure

RFP for Assam State Data Center Page 101 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page
Specification Value
S. Compliance Reference
Minimum Specification proposed by Add (if
No. (Y/N) in Data
bidder any)
Sheet
access to KVM, serial
and power ports of
Data Centre devices via
a Web browser.
It should provide
policy and security
management of users
and devices connected
to KVM, other
embedded solutions
18.
like HP iLO/RILOE,
IPMI, Dell DRAC4,
IBM RSA II, as well as,
other in-band software
solutions such as RDP,
VNC, XDMCP and SSH
It should be able to
assign specific node
19.
access to a specific
user.
It should allow the
administrators to
access, manage and
view all equipment,
20.
manage users and
access permissions
from a single remote
device.
It should support
Virtual Media Deny,
21.
View and Control
access policies.
Should be able to
create unlimited user
22. and minimum 10
concurrent users
should be allowed.
It should log user
activity (login/logout,
connect/ disconnect)
and configuration
changes at both
Appliance and
managed devices, and
23. status changes of the
connected appliances.
All of the above can be
forwarded to a network
management system or
enterprise notification
system via SNMP or
Syslog.
Powerful security
features that enable
24.
integration with Active
Directory external

RFP for Assam State Data Center Page 102 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page
Specification Value
S. Compliance Reference
Minimum Specification proposed by Add (if
No. (Y/N) in Data
bidder any)
Sheet
authentication tools

Flexible session time-


25.
outs

"Strong" user name


26. and password
authentication
Network Interfaces
allows: TCP/IP,
27.
HTTP/HTTPS, SSL,
DNS, LDAP/LDAPS
Auto-discovery with
28. device-availability
status, and alarms
An array of flexible
logging and reporting
29. options with audit
trails for diagnostics
and troubleshooting
View and manage
active user sessions
30.
and active ports in real
time
OS Support: Linux /
31. Windows OS 32 / 64
bit.

32. Any Other

1.1.54. Table 19: Passive Component

Make:

Model:

RFP for Assam State Data Center Page 103 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
S. Compliance Reference Add
Minimum Specification proposed by
No. (Y/N) in Data (if
bidder
Sheet any)
All passive componets should
have minimum 20 years of
1
channel performance and
component warranty.
OEM Should be ISO 9001 &
2
14000 certified organization
All cables & components offered
should be ROHS mentioned in
3
Data
Sheet.
LC-MPO 24 Core Optical
Fiber Cassettes - MPO OM4
4
FOR NETWORK & SERVER
RACK
Type: MPO cassettes shall house
OM4 Multi Mode, 2 Nos 12-Fiber
Cassette. Pre-terminated
a cassettes with 2/3 MPO trunk
connections (2 x 12 fibers) at rear
-6/12 x LC Quad/Duplex (24
fibers) connection in the front
Component should be compliant
with TIA/EIA 942, ISO/IEC
24764 and
EN 50173-5 data centre
b
standards. COC can be provided.
Attenuation as per Data Center
norms for LC Connector at front
and MPO/MTP Connector at rear
Standard: MPO cassettes shall
c meet the most recent revision of
TIA/EIA-568-C.3 standard.
Connectors: Cassettes shall have
12 LC Duplex connectors on the
d
front and two (12-fiber) MPO
connections on the back.
24 Core LC-MPO Fan-out
5 Cable, OM4 Multi Mode 5
mtr Fiber patch cord
Pre-Terminated 24 Core LC-
a MPO Fan out OM4 LSZH Cable
Length 5 meter.
Patch cord should be LSZH, LC-
b
MPO type
1G/10G, LC-LC, OM4 Multi
6 Mode 3 mtr fiber patch cord
( TYPE - II)
Optical Fiber duplex patch cords
a
shall comprise of OM4 Fiber.
Patch cord should be LSZH, LC-
b
LC type

RFP for Assam State Data Center Page 104 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
S. Compliance Reference Add
Minimum Specification proposed by
No. (Y/N) in Data (if
bidder
Sheet any)
The Fiber Patch Cord shall be
duplex type and factory
terminated with Connectors
c
terminated at each end for
connecting SFP modules of
supplied Switches with LIU.
Shall support 1 Giga, 10 Giga, 40
d Gig and higher speed fiber
connectivity
7 Optical Fiber Trunk Cable
Type: The optical fiber cable used
in construction of the optical fiber
a trunk cables shall contain 12/24
(OM4) fibers, 50/125 OM4 with
LSZH Jacket.
Standard: Trunk Assemblies shall
be tested to comply with the most
b recent revision of TIA/EIA-568-
C.3 and ISO/IEC 11801
standards.
Termination: The trunk cables
shall be factory terminated in the
appropriate number of 12-fiber,
c
[MPO-style] connectors both end.
Each [MPO-style] connector shall
terminate 12 fibers.
Polarity: Trunk cable polarity
shall be available in straight/pair-
flipped. Each trunk cable shall
d
have protective devices to prevent
damage to the connector ends
during installation
Unloaded Fiber Enclosure
8
for MPO Cassettes
Type : 1U/2U, 19 Inch Drawer
Style rack mountable metallic
enclosure Unloaded with
a
minimum 4 slots for MPO
cassettes.

Horizontal cable Manager –


9
Single Sided
Assembly – Metallic with cable
a
manager covers
Cable management accessories
b
for EIA standard 1U/2U height
Unshielded Twisted Pair,
10 Category 6A, TIA / EIA 568-
C-2
23 AWG Annealed bare solid
a copper, CAT-6A U/UTP Cable,
Channel optimized to 500 Mhz.

RFP for Assam State Data Center Page 105 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
S. Compliance Reference Add
Minimum Specification proposed by
No. (Y/N) in Data (if
bidder
Sheet any)
Meets EIA/TIA 568-C.2 Category
6A specifications. Cat 6A, 4
Connector Channel Performance
b
ETL Certificate need to be submit
to validate the cable channel
performance.
Worst Case Cable Skew : 45
c
nsec/100 meters
Characteristic Impendence :
d
100±6 Ù@ 1-500 Mhz
e Insulation : HDPE/PE
Solid Cable should be compliance
f
to RoHS.
2/3/4 Connector ETL Verified
test report as per ANSI/TIA-
g
568-C.2 Category 6A should be
provided. LSZH jacket.
Standard length: minimum 305
h
Mtrs (1000 ft.)
UTP Jacks Type -
Unshielded Twisted Pair,
11
Category 6A, TIA
/ EIA 568-C.2
Made from high-impact, flame-
retardant, UL- RATED 94v 0
a
thermoplastic – ABS or
equivalent
b DC Resistance: 69 milli ohms.
DC Resistance imbalance : 20
c
milli ohms.
Insulating resistance 500 Mega
d
ohms minimum.

e Spring Contact : gold over nickel


The performance exceeds
f EIA/TIA 568-C.2 Category 6A
component specifications
The outlet is of IDC (insulation
g Displacement Contact) punch
type
UL Listed or GHMT certified as
h
per Cat6A
i ROHS compliant
UTP Jack Panels Type - 24-
port Unloaded, Unshielded
12
Twisted Pair, Category
6A, TIA / EIA 568-C.2
Unloaded, 24-Port & should be
a capable for Un-
shielded/scheilded jack mounting

RFP for Assam State Data Center Page 106 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
S. Compliance Reference Add
Minimum Specification proposed by
No. (Y/N) in Data (if
bidder
Sheet any)
The keystone modules are fire-
retardant, moulded plastic
b modules UL94 VO rated,
consisting of horizontal index
strips for ease of re- termination.
110 IDC Termination 180 degree
Punch type/ tool less, allowing
c
wires between 22 – 24 AWG
sizes.
Meets or Exceeds EIA/TIA – 568
d – C-2 Category 6A connecting
hardware specification.
RJ45 (8P8C) T568A/T568B
e
colour coding termination.
Cable Guide way to guide the
f
cable on the rear side
g 1U /2U size for 24/48 Ports.
h UL Listed specifications
Jack Panel should be RoHS
i
Complaint.
13 Faceplates
a Type - 1-port, White surface box
b Material ABS /UL94 V-0
Workstation/Equipment
14
cords
Type - Unshielded Twisted Pair,
a
Category 6A, TIA / EIA 568-C.2
Patch cords shall be of multi
b strand copper cable with UL
Listed.
With Matching colored snag-less,
c
elastomer polyolefin boot

d Terminals with gold over nickel

Patch cord has a characteristic


e
impedance of 100 +/- 3 Ohms
Patch cord has extra long boot to
f
maintain the bend radius.
Assembled with short body RJ45
g
to minimize untwist pair length.
h Material : ROHS compliant
TECHNICAL
14 SPECIFICATION FOR
CABLE DUCTS
General Requirements :-
Cable ducts are intended for the
support and accommodation of
cables and possibly other devices
a
in Electrical/Control/
Instrumentation/Communication
systems.

RFP for Assam State Data Center Page 107 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
S. Compliance Reference Add
Minimum Specification proposed by
No. (Y/N) in Data (if
bidder
Sheet any)
Design and Fabrication of
15
Cable Trays / Ladders:-
The Cable duct shall be fabricated
according to the design specified
by IEC 61537 and certified for 90
minutes of Fire Protection (E90)
as per DIN 4102-12. It should be
a tested for Safe Working Load
(SWL). The relevant details of
SWL and the load chart with
respect to SWL, supporting
distance and the deflection is
explained below.
The minimum support distance
should be 2 meters, and no
b
supports permitted for
installation in less than 2meters.
The Cable duct shall be made of
Steel, Pregalvanized sheet (275
gsm) and then Epoxy powder
coated with 60-80 microns with
c bright colors, preferable
RAL1023. No Thermoplastic/
Polyester material permitted for
straight lengths/ covers in the
entire installation.
The Cable duct should have all
the accessories which can be
mounted readily, preferably
modular features which is plug
and play with no special tools /
d
fasteners for drop-offs, mounting
of connectors readily installable
on the straight lengths, and easy
to manage the changing needs in
future.
The Cable duct must be strong
enough to withstand the installed
loads by itself without the need of
e
covers. Covers should be an
optional accessory to be used
wherever it is required only.
The straight lengths of ducts and
covers should be available in
multiples of 2m or 3m only, and
for widths in multiples of 100
f mm, Eg. 200mm and 300 mm
(4”, 8” and 12”). The sides/ height
of the Ducts should be
50mm±10mm (2”) or 100±10mm
(4”)

RFP for Assam State Data Center Page 108 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
S. Compliance Reference Add
Minimum Specification proposed by
No. (Y/N) in Data (if
bidder
Sheet any)
A provision to readily remove and
add the cables for expansion /
maintenance should be provided
without disturbing the support
system. The same straight lengths
g
should be supported from one –
side (cantilever type) or simply
supported from both sides,
depending on the installation
needs.
The Safe working load (SWL) for
upto 200 mm wide cable ducts
should be 60 kg/m when
h supported at 2m span, and above
200mm wide cable ducts is 35
kg/m when supported at 2m
span.
The CE-marking of products is
placed on the product or on the
i
packaging according to Low
Voltage Directive 2014/35/EU.
16 EMC directive 2004/108/EC
The Cable Support System is
a neutral according to the EMC
directive 2004/108/EC
17 Additional
Proper bend radius controlled
a drop kit to be provided for each
individual

1.1.55. Table 20: Racks

Make:

Model:

Page
Specification Value
S. Minimum Compliance Reference
proposed by Add (if
No. Specification (Y/N) in Data
bidder any)
Sheet

RFP for Assam State Data Center Page 109 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page
Specification Value
S. Minimum Compliance Reference
proposed by Add (if
No. Specification (Y/N) in Data
bidder any)
Sheet
Intelligent Server Rack
42U minimum 750 mm
1
wide x minimum 1075
mm deep
Lightweight Aluminum
2
extruded frames
Modular construction
3 offer easy mounting for
all IT equipment.
4 Accessory for mounting
Complete cable
5
management system
Will accommodate all 19-
inch rack mountable
6
servers with mixed server
depth solutions
Extensive cable entry
7 through multiple cable
glands in roof and base
Two drop-in ribbed and
8
lockable side panel
Perforated split doors
9
front and rear,
Door open/close lighting
10
sensors
Quick-Release hinges on
11
all doors
Rack should have the
capability to control fans
13
automatically to adjust
temperature at times
Blank inserts available to
14 replace cable glands in
the roof, base
Manufactured (where
15 applicable) to IEC 60297,
EIA-310-D,
Sufficient numbers of
blanking panels to
16 prevent air leakage
through spaces between
servers
17 Load rating: 1250kg static
Metered PDUs for active
18 monitoring of electrical
parameters
Power cord locking
19 mechanism for accidental
removal
Base frame with
20 provision for fixing to the
floor

RFP for Assam State Data Center Page 110 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page
Specification Value
S. Minimum Compliance Reference
proposed by Add (if
No. Specification (Y/N) in Data
bidder any)
Sheet
Roof includes two large
cable access slots for high
density cabling and brush
strips for air
21 containment. Roof to
have spring loaded pints
for easy roof removal and
installation with cable in
place.
Installation, testing and
22 commissioning with
necessary accessories

RFP for Assam State Data Center Page 111 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Make:

Model:

Minimum Specification Compliance Page Value Add


S.
Specification proposed by (Y/N) Reference (if any)
No.
bidder in Data
Sheet

1. Length 10, 20,


30 and 40 feet

2. Conductor 23 /
24 AWG 7 / 32,
stranded copper

3. Cable Type UTP


CAT 6A
ANSI/TIA/EIA
568-B.2-1

4. Plug Protection
Anti-snag
feature

5. Warranty
Minimum 20-
year component
warranty

6. Cable Type Cat


6A

7. Preferably
molded

8. Terminals
Phosphor
Bronze with gold
plating

9. Jacket PVC

10. Jacket: The


cable jacket shall
comply with
Article 800 NEC
for use as a non-
plenum cable.
The 4 pair UTP
cable shall be UL

RFP for Assam State Data Center Page 112 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Minimum Specification Compliance Page Value Add


S.
Specification proposed by (Y/N) Reference (if any)
No.
bidder in Data
Sheet
and c (UL)
Listed Type CM
(non-plenum).

11. End point


connector:
Factory fitted
RJ-45 plugs at
both ends

12. Insulation Flame


Retardant

13. Any Other

Table 19: Server Racks 42U

Make:

Model:

Minimum Specification Compliance Page Value Add


S.
Specification proposed by (Y/N) Reference (if any)
No.
bidder in Data
Sheet

1. 19” 42U racks


shall be used in
the Data Centre
for hosting the
department
applications of
Government of
Assam. All the
racks should be
mounted on the
floor with castor
wheels with
brakes (set of 4
per rack)

2. Floor Standing
Server Rack - 42U
with Heavy Duty
Extruded Frame
for rigidity. Top

RFP for Assam State Data Center Page 113 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Minimum Specification Compliance Page Value Add


S.
Specification proposed by (Y/N) Reference (if any)
No.
bidder in Data
Sheet
cover with FHU
provision. Top &
Bottom cover with
cable entry gland
plates. Heavy
Duty Top and
Bottom frame of
MS. Two pairs of
19" mounting
angles with 'U'
marking. Depth
support channels -
3 pairs. with an
overall weight
carrying Capacity
of 500Kgs.

3. The racks should


conform to EIA-
310 Standard for
Cabinets, Racks,
Panels and
Associated
Equipment and
accommodate
industry standard
19” rack mount
equipment.

4. Front and Back


doors should be
perforated with
at-least 63% or
higher
perforations.

5. All racks should


be OEM racks
with Adjustable
mounting depth,
Multi-operator
component
compatibility,
Numbered U
positions, Powder
coat paint finish
and Protective
grounding

RFP for Assam State Data Center Page 114 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Minimum Specification Compliance Page Value Add


S.
Specification proposed by (Y/N) Reference (if any)
No.
bidder in Data
Sheet
provisions.

6. All racks should


have mounting
hardware 2 Packs,
Blanking Panel.

7. Keyboard Tray
with BB Slides
(Rotary Type) (1
no. per Rack)

8. Stationery Shelf
627mm Network
(2 sets per Rack)

9. All racks must be


lockable on all
sides with unique
key for each rack

10. Racks should be


compatible with
floor-throw as
well as top-throw
data centre
cooling systems.

Server Racks should have the following things in addition to the above mentioned
hardware:

11. PS/2 Interface


adapter

12. USB Interface


adapter

13. Racks should have


Rear Cable
Management
channels, Roof
and base cable
access

14. Wire managers


Two vertical and
four horizontal

RFP for Assam State Data Center Page 115 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Minimum Specification Compliance Page Value Add


S.
Specification proposed by (Y/N) Reference (if any)
No.
bidder in Data
Sheet

15. Power
distribution Unit
Power
Distribution Unit
- Vertically
Mounted,
32AMPs with 25
Power Outputs.
(20 Power outs of
IEC 320 C13
Sockets & 5
Power outs of
5/13Amp
Sockets),
Electronically
controlled circuits
for Surge & Spike
protection, LED
readout for the
total current being
drawn from the
channel, 32AMPS
MCB, 3KVAC
isolated input to
Ground & Output
to Ground (1 No
per Rack)

16. 2 sets of power


outputs from 2
different sources

17. Door
The Racks must
have steel
(solid/grill/mesh)
front/rear doors
and side panels.
Racks should NOT
have glass
door/panels

18. Both the front and


rear doors should
be designed with
quick release
hinges allowing

RFP for Assam State Data Center Page 116 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Minimum Specification Compliance Page Value Add


S.
Specification proposed by (Y/N) Reference (if any)
No.
bidder in Data
Sheet
for quick and easy
detachment
without the use of
tools.

19. Fan trays - Fan


90CFM 230V AC,
4" dia (4 Nos. per
Rack)

20. Fan Housing Unit


4 Fan Position
(Top Mounted) (1
no. per Rack) -
Monitored -
Thermostat based
- The Fans should
switch on based
on the
Temperature
within the rack.
The temperature
setting should be
factory settable.
This unit should
also include -
humidity &
temperature
sensor

21. Depth 1000 mm

22. Metal extruded


profile

23. Side panel


Detachable side
panels (set of 2
per Rack)

24. Width 19”


equipment
mounting, extra
width is
recommended for
managing
voluminous cables

RFP for Assam State Data Center Page 117 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Minimum Specification Compliance Page Value Add


S.
Specification proposed by (Y/N) Reference (if any)
No.
bidder in Data
Sheet

25. Any Other

1.1.57. Table 21: DNS

Make:

Model:

Page
Specification Value
S. Minimum Compliance Reference
proposed by Add (if
No. Specification (Y/N) in Data
bidder any)
Sheet
Support integration
with other network
1.
services like DHCP,
directory etc.
Should support DNS
2. zone storage in
Directory.
Should support
conditional DNS
forwarders e.g.
3.
forwarding based on
a DNS Domain name
in the query.
Should allow clients
to dynamically
4. update resource
records secure and
non-secure.
Should Support
incremental zone
5.
transfer between
servers.
Should provide
6. security features like
access control list.
Should support
several new resource
7. record (RR) types
like service location
(SRV) etc.
Should support
Round robin on all
8.
resource record (RR)
types.
Should be IPv6
9.
enabled

RFP for Assam State Data Center Page 118 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page
Specification Value
S. Minimum Compliance Reference
proposed by Add (if
No. Specification (Y/N) in Data
bidder any)
Sheet
10. Any Other

1.1.58. Table 22: Directory Services

Make:

Model:

Page
Specification Value
S. Compliance Reference
Minimum Specification proposed by Add (if
No. (Y/N) in Data
bidder any)
Sheet
Should be compliant with
1.
LDAP v3
Support for integrated
LDAP compliant directory
2. services to record
information for users and
system resources
Should provide integrated
authentication mechanism
3.
across operating system,
messaging services
Should provide directory
services for ease of
4.
management and
administration/replication
Should provide support for
5. Group policies and software
restriction policies
Should support security
features, such as Kerberos,
6.
Smart Cards, Public Key
Infrastructure (PKI), etc
Should provide support for
7.
X.500 naming standards
Should support Kerberos
8. for logon and
authentication
Should support that
password reset capabilities
9. for a given group or groups
of users can be delegated to
any nominated user
Should support that user
account creation/deletion
10. rights within a group or
groups can be delegated to
any nominated user

RFP for Assam State Data Center Page 119 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page
Specification Value
S. Compliance Reference
Minimum Specification proposed by Add (if
No. (Y/N) in Data
bidder any)
Sheet
Should support directory
services integrated DNS
11. zones for ease of
management and
administration/replication.
12. Any Other

RFP for Assam State Data Center Page 120 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

1.1.59. Table 23: EMS


Name:

Version:

Page Value
Specification
Minimum Compliance Reference Add
S. No. proposed by
Specification (Y/N) in Data (if
bidder
Sheet any)
Basic Requirements
Solution should be
inclusive with hardware,
1. OS, patches, database and
any other licenses for their
monitoring etc.
The solution should be
scalable to meet the
requirement for the entire
2. project period. And the
cost for scalability for the
period of the project
should be built-in.
Should be SNMP v1, v2, v3
3.
and MIB-II compliant.
Should be ITIL 2011
compliant in at-least
incident, problem, change,
knowledge, Service Level,
4.
service asset (hardware,
software) and
configuration
management.
Filtering of events should
be possible, with advance
sort option based on
5. components, type of
message, time etc.
Automated trend analysis
of unstructured data.
Should support Web /
6.
Administration Interface.
Should provide
accessibility to database of
7
the EMS via the
Application GUI
Solution should be open,
distributed, and scalable
8.
and open to third party
integration.
Should provide fault and
performance management
9.
for multi-vendor TCP/IP
networks
10. Any Other
Security
Should be able to provide
11. secured windows based
consoles as well as secured

RFP for Assam State Data Center Page 121 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
Minimum Compliance Reference Add
S. No. proposed by
Specification (Y/N) in Data (if
bidder
Sheet any)
web-based consoles for
accessibility to EMS.
Should have web browser
interface with user name
12.
and Password
Authentication.
Administrator/ Manager
13. should have privilege to
create/modify/delete user.
14. Any Other
Polling Cycle
Support discriminated
15.
polling.
Should be able to update
device configuration
16.
changes such as re-
indexing of ports.
17. Any Other
Fault Management
Should be able to get fault
information in real time
and present the same in
18. alarm window with
description, affected
component, time stamp
etc.
Should be able to get fault
information from
19. heterogeneous devices —
routers, switches, servers
etc.
Event related to Servers
should go to a common
enterprise event console
20.
where a set of automated
tasks can be defined based
on the policy.
Should have ability to
correlate events across the
21.
entire infrastructure
components of SDC.
Should support automatic
event correlation in order
22.
to reduce events occurring
in SDC.
Should support advanced
filtering to eliminate
23.
extraneous data / alarms
in Web browser and GUI.
Should be configurable to
suppress events for key
24. systems/devices that are
down for routine
maintenance or planned

RFP for Assam State Data Center Page 122 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
Minimum Compliance Reference Add
S. No. proposed by
Specification (Y/N) in Data (if
bidder
Sheet any)
outage.

Should be able to monitor


on user-defined thresholds
for warning/ critical states
25.
and escalate events to
event console of enterprise
management system.
Should be able to
document connectivity
26. changes that were
discovered since the last
update.
Should provide out of the
box root cause analysis
27. with multiple root cause
algorithms inbuilt for root
cause analysis.
Should have self-
certification capabilities so
that it can easily add
28.
support for new traps and
automatically generate
alarms
Should provide sufficient
reports pertaining to asset
and change management,
alarms and availability of
29.
critical network resources
as well as network
response times for critical
links
The tool shall integrate
network, server and
database performance
information and alarms in
a single console and
provide a unified reporting
30. interface for network and
system components. The
current performance state
of the entire network and
system infrastructure shall
be visible in an integrated
console.
Should provide an
integrated performance
view for all the managed
systems and networks
along with the various
31. threshold violations
alarms in them. It should
be possible to drill-down
into the performance view
to execute context specific
reports

RFP for Assam State Data Center Page 123 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
Minimum Compliance Reference Add
S. No. proposed by
Specification (Y/N) in Data (if
bidder
Sheet any)
Should provide the
following reports for
troubleshooting,
diagnosis, analysis and
32.
resolution purposes like
Trend analysis, utilization,
forecasting reports or
equivalent etc.
Should be able to auto-
calculate resource
utilization baselines for
the entire managed
33.
systems and networks and
allow user to set
corresponding upper and
lower threshold limits
34. Any Other
Discovery
Should provide accurate
discovery of layer 3 and
35. heterogeneous layer 2
switched networks for
Ethernet
Manual discovery can be
36. done for identified
network segment
37. Any Other
Presentation
Should be able to discover
links with proper colour
38. status propagation for
complete network
visualization.
Should support dynamic
object collections and auto
discovery. The topology of
39.
the entire Network should
be available in a single
map.
Should give user option to
create his /or her map
40.
based on certain group of
devices or region.
Should provide custom
visual mapping of L2 and
41.
L3 devices connectivity
and relationships.
42. Any Other
Agents
Should monitor various
operating system
43. parameters such as
processors, memory, files,
processes, file systems etc.

RFP for Assam State Data Center Page 124 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
Minimum Compliance Reference Add
S. No. proposed by
Specification (Y/N) in Data (if
bidder
Sheet any)
where applicable on the
servers to be monitored.

Provide performance
threshold configuration
for all the agents/monitors
to be done from a central
GUI based console that
provide a common look
and feel across various
44.
platforms in the
enterprise. These
agents/monitors could
then dynamically
reconfigure them to use
these threshold profiles
they receive.
45. Any Other
System Monitoring
Should be able to
monitor/ manage large
46. heterogeneous systems
environment
continuously.
Should monitor / manage
47.
following
a) Event log monitoring
Virtual and physical
b)
memory statistics
c) Paging and swap statistics
d) Operating System
e) Memory
f) Logical disk
g) Physical disk
h) Process
i) Processor
j) Paging file
k) IP statistics
l) ICMP statistics
m) Network interface traffic
n) Cache
o) Active Directory Services
48. Should be capable of
view/start/stop the
Unix / Linux
services on windows
49. Should
servers monitor with
statistics
CPU Utilization, CPU
a)
Load Averages

RFP for Assam State Data Center Page 125 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
Minimum Compliance Reference Add
S. No. proposed by
Specification (Y/N) in Data (if
bidder
Sheet any)
System virtual memory
b) (includes swapping and
paging)
c) Disk Usage
No. of Inodes in each file
d)
system
e) Network interface traffic
Critical System log
f)
integration
Infrastructure Services
IIS / Tomcat / Web server
50.
statistics
51. HTTP service
52. HTTPS service
53. FTP server statistics
54. POP/ SMTP Services
55. ICMP services
Database Services –
Monitor various critical
relational database
56. management system
(RDBMS) parameters such
as database tables / table
spaces, logs etc.
57. Any Other
Reporting
Should able to generate
73. reports on predefined /
customized hours.
Should be able to present
the reports through web
74. and also generate “pdf” /
CSV / ASCII reports of the
same.
Should provide user
flexibility to create his /or
her custom reports on the
75.
basis of time duration,
group of elements, custom
elements etc.
Should provide
information regarding
76. interface utilization and
error statistics for physical
and logical links.
Should create historical
performance and trend
77.
analysis for capacity
planning.
Should be capable to send
78. the reports through e-mail
to pre-defined user with

RFP for Assam State Data Center Page 126 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
Minimum Compliance Reference Add
S. No. proposed by
Specification (Y/N) in Data (if
bidder
Sheet any)
pre-defined interval.

Should have capability to


exclude the planned-
79.
downtimes or downtime
outside SLA.
Should be able to generate
80.
all sorts of SLA Reports.
Should be able to generate
web-based reports,
historical data for the
81. systems and network
devices and Near Real
Time reports on the local
management console.
Should be able to generate
the reports for Server,
Application, infrastructure
82.
services and Network
devices in SDC
environment
83. Any Other
Availability Reports
Availability and Uptime –
84. Daily, Weekly, Monthly
and Yearly Basis
85. Trend Report
86. Top N report
87. Custom report
88. MTBF and MTTR reports
89. Any Other
Performance Reports
Device Performance –
90.
CPU and Memory utilized
91. Interface errors
Server and Infrastructure
92.
services statistics
Trend report based on
93.
Historical Information
94. Top N report
95. Custom report
96. SLA Reporting
Computation of SLA for
97.
entire SDC Infrastructure
Automated Daily, Weekly,
98. Monthly, Quarterly and
Yearly SLA reports
99. Any Other
Data collection

RFP for Assam State Data Center Page 127 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
Minimum Compliance Reference Add
S. No. proposed by
Specification (Y/N) in Data (if
bidder
Sheet any)
For reporting, required
100. RDBMS to be provided
with all licenses.
Should have sufficient
Storage capacity should to
101. support all reporting data
for the period of the
Project
102. Any Other
Integration
Should be able to receive
and process SNMP traps
103. from infrastructure
components such as
router, switch, servers etc.
Should be able integrate
104. with Helpdesk system for
incidents.
Should be able to send e-
mail or Mobile –SMS to
105.
pre-defined users for pre-
defined faults.
Should trigger automated
actions based on incoming
106. events / traps. These
actions can be automated
scripts/batch files.
107. Any Other

Network Management
The Network Management
function must monitor
performance across
108.
heterogeneous networks
from one end of the
enterprise to the other.
It should proactively
analyze problems to
109.
improve network
performance.
It should provide traffic
110.
management capabilities
The Network Management
function should create a
111.
graphical display of all
discovered resources.
The Network Management
function should have
extensive reporting
112. facility, providing the
ability to format and
present data in a graphical
and tabular display

RFP for Assam State Data Center Page 128 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
Minimum Compliance Reference Add
S. No. proposed by
Specification (Y/N) in Data (if
bidder
Sheet any)
The Network Management
function should collect
and analyze the data. Once
collected, it should
automatically store data
gathered by the NMS
113. system in a database. This
enterprise-wide data
should be easily accessed
from a central location
and used to help with
capacity planning,
reporting and analysis.
The Network Management
function should also
collect traffic statistics on
114.
client/server sessions,
which cross the LAN on
which it is running.
The Network Management
function should also
provide information on
performance of Ethernet
segments, including
115.
capacity utilization and
error statistics for the
segment and the top
contributing hosts, WAN
links and routers.
Alerts should be shown on
the Event Management
map when thresholds are
exceeded and should
subsequently be able to
116. inform Network
Operations Center (NOC)
and notify concerned
authority using different
methods such as pagers,
emails, etc.
It should be able to
automatically generate a
notification in the event of
117.
a link failure to ensure
proper handling of link
related issues.
The Systems and
Distributed Monitoring
118. (Operating Systems) of
EMS should be able to
monitor:
Processors: Each
processor in the system
a) should be monitored for
CPU utilization. Current
utilization should be

RFP for Assam State Data Center Page 129 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
Minimum Compliance Reference Add
S. No. proposed by
Specification (Y/N) in Data (if
bidder
Sheet any)
compared against user-
specified warning and
critical thresholds.
File Systems: Each file
system should be
monitored for the amount
b) of file system space used,
which is compared to
user-defined warning and
critical thresholds.
Log Files: Logs should be
monitored to detect faults
in the operating system,
the communication
subsystem and in
c)
applications. The function
should also analyze the
files residing on the host
for specified string
patterns.
System Processes: The
System Management
function should provide
real-time collection of data
from all system processes.
This should identify
d) whether or not an
important process has
stopped unexpectedly.
Critical processes should
be automatically restarted
using the System
Management function.
Memory: The System
Management function
e) should monitor memory
utilization and available
swap space.
Event Log: User-defined
events in the security,
f) system, and application
event logs must be
monitored.
119. Any Other
SLA Monitoring
EMS should integrate with
the application software
component of portal
120. software that measures
performance of system
against the following SLA
parameters:
a Response times of Portal;
b Uptime of data centre;

RFP for Assam State Data Center Page 130 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
Minimum Compliance Reference Add
S. No. proposed by
Specification (Y/N) in Data (if
bidder
Sheet any)
Meantime for restoration
c
of Data Centre etc;
EMS should compile the
performance statistics
from all the IT systems
involved and compute the
121. average of the parameters
over a quarter, and
compare it with the SLA
metrics laid down in the
RFP.
The EMS should compute
the weighted average score
of the SLA metrics to help
122.
in arriving at the quarterly
service charges payable to
the Agency.
The SLA monitoring
component of the EMS
should be under the
control of the authority
123. that is nominated to the
mutual agreement of
Director the partner so as
to ensure that it is in a
trusted environment.
124. Any Other
Reporting
The Reporting and
Analysis tool should
provide a ready-to-use
view into the wealth of
data gathered by
Management system and
service management tools.
It should consolidate data
from all the relevant
125. modules and transform it
into easily accessible
business-relevant
information. This
information should be
presented in a variety of
graphical formats that can
be viewed interactively
(slice, dice, drill-down,
drill through).
The tool should allow
customers to explore the
real-time data in a variety
of methods and patterns
126.
and then produce reports
to analyze the associated
business and service
affecting issues.

RFP for Assam State Data Center Page 131 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
Minimum Compliance Reference Add
S. No. proposed by
Specification (Y/N) in Data (if
bidder
Sheet any)
The presentation of
reports should be in an
easy to analyze graphical
form enabling the
administrator to put up
easily summarized reports
to the management for
127. quick action
(Customizable Reports).
The software should be
capable of supporting the
needs to custom make
some of the reports as per
the needs of the
organization.
Provide Historical Data
Analysis: The software
should be able to provide a
time snapshot of the
required information as
128.
well as the period analysis
of the same in order to
help in projecting the
demand for bandwidth in
the future.
129. Any Other
Enterprise Management
Management layer should
provide ability to
130. determine which part of
application is creating
performance issue
Ability to determine
131. network roundtrip times
of your user groups
Ability to do usage trend
132.
analysis
Effective service level
management: Service
levels are important
measures of business
performance. The
management layer should
provide the right measures
for the service level
agreements for business
133.
continuity and operational
efficiency. It should
monitor service
availability, performance,
usage, measure availability
and performance from
representative key user
locations, determine root
cause and impact of

RFP for Assam State Data Center Page 132 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
Minimum Compliance Reference Add
S. No. proposed by
Specification (Y/N) in Data (if
bidder
Sheet any)
service failures on overall
service level agreement.

Application performance
management: The
management framework
should help in enhancing
134. system performance and
reliability of the system to
ensure improvement in
the overall operational
efficiency.
Proactive monitoring: The
management framework
should provide for
135.
proactive, unattended
monitoring of the
database system
Configuration and patch
management:
Management platform
must provide a tool which
tracks and analyzes
hardware, database, OS
and application server
software configurations
136. and lowers the cost of
complex operations such
as applying software
patches, enforcing
operational policies and
cloning core IT
infrastructure systems
(such as databases and
application servers).
Heterogeneous platform
Monitoring support: The
management platform
must provide support to
monitor multiple middle
137. tier application servers,
multiple database servers,
multiple directories
servers, multiple
Operating Systems and
multiple firewalls.
138. Any Other
ITIL based Helpdesk System
The Helpdesk system
139.
should provide flexibility

RFP for Assam State Data Center Page 133 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
Minimum Compliance Reference Add
S. No. proposed by
Specification (Y/N) in Data (if
bidder
Sheet any)
of logging incident
manually via windows
GUI and web interface.
The web interface console
of the incident tracking
140. system would allow
viewing, updating and
closing of incident tickets.
The trouble-ticket should
be generated for each
141. complaint and given to
asset owner immediately
as well as part of email.
Helpdesk system should
allow detailed multiple
levels/tiers of
142.
categorization on the type
of security incident being
logged.
It should provide
classification to
differentiate the criticality
143.
of the security incident via
the priority levels, severity
levels and impact levels.
It should maintain the
SLA for each item/service.
The system should be able
144.
to generate report on the
SLA violation or regular
SLA compliance levels.
It should be possible to
sort requests based on
145. how close are the requests
to violate their defined
SLAs.
It should support work
146. shifts for SLA & automatic
ticket assignment
It should support the
holiday definition & SLA
clock should stop on
holiday or non-working
147.
days. SLA clock should
stop after the analyst shift
is over case of non 24x7
support environment.
It should allow the
helpdesk administrator to
define escalation policy,
148. with multiple levels &
notification, through easy
to use window GUI /
console.

RFP for Assam State Data Center Page 134 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
Minimum Compliance Reference Add
S. No. proposed by
Specification (Y/N) in Data (if
bidder
Sheet any)
System should provide a
Knowledge base to store
149.
history of useful incident
resolution.
It should have an
updateable knowledge
base for technical analysis
150.
and further help end-users
to search solutions for
previously solved issues.
It should be able to
provide web-based
knowledge tools that
provides the flexibility to
search based on filter
151. noise words methods, list
the commonly used
security knowledge article
methods and deduction
methods using a series of
questions and answers.
It should the web-based
knowledge tool would
allow users to bookmarks
152.
their favorite security
knowledge articles for
quick references.
It should be possible to
specify an expiration date
to a document so that if
the same becomes
153.
irrelevant for an
organization it will be
unpublished
(removed/expired).
The knowledge tools
should provide grouping
access on different
154.
security knowledge
articles for different group
of users.
Provide seamless
integration to generate
155. events/incident
automatically from NMS /
EMS.
It should be able to
provide detail asset
information on hardware
156. and software inventory
through seamless
integration with asset
management software.

RFP for Assam State Data Center Page 135 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
Minimum Compliance Reference Add
S. No. proposed by
Specification (Y/N) in Data (if
bidder
Sheet any)
Each incident could be
able to associate multiple
activity logs entries
157. manually or automatically
events / incidents from
other security tools or
EMS / NMS.
Allow categorization on
158. the type of incident being
logged.
Provide classification to
differentiate the criticality
159. of the incident via the
priority levels, severity
levels and impact levels.
Provide audit logs and
reports to track the
160.
updating of each incident
ticket.
Proposed incident
161. tracking system would be
ITIL 2011compliant.
It should be possible to do
any customizations or
162. policy updates in flash
with zero or very minimal
coding or down time.
It should integrate with
Enterprise Management
System event management
163. and support automatic
problem registration,
based on predefined
policies.
It should be able to log
164. and escalate user
interactions and requests.
It should support tracking
of SLA (service level
agreements) for call
165.
requests within the help
desk through service
types.
It should be capable of
assigning call requests to
technical staff manually as
well as automatically
166.
based on predefined rules,
and should support
notification and escalation
over email, web etc.
It should provide status of
registered calls to end-
167.
users over email and
through web.

RFP for Assam State Data Center Page 136 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
Minimum Compliance Reference Add
S. No. proposed by
Specification (Y/N) in Data (if
bidder
Sheet any)
The solution should
provide web based
168. administration so that the
same can be performed
from anywhere.
It should have customized
Management Reports for
169. senior executives with live
reports from helpdesk
database.
It should have an
integrated CMDB for
strong Change
170. Management capabilities.
Should integrate with
existing Helpdesk
deployed.
CMDB should auto
171. populate the relationship
between CI.
172. Any other

RFP for Assam State Data Center Page 137 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

1.1.60. Table 24: Security architecture

Minimum Specification Compliance Page Value


S.
Specification proposed by (Y/N) Reference Add (if
No.
bidder in Data any)
Sheet
All passwords must
1.
expire after a
specified number of
days or sooner at
user’s discretion.
Reuse of passwords
2.
must be separated
by a pre-
determined
number of
alternate
passwords, not to
be less than 10
User ID’s not used
3.
within a specified
period of time must
be automatically
locked out (length
of lock out period
to vary between
existing and new
user ID’s)
All the Systems
4.
should run most
up-to-date anti-
virus software to
avoid malicious
programs to cause
damage to the
systems
The software
5.
solution must
ensure that users
create “strong”
passwords.
The application
6.
should allow Role
Based Security
Access to the
application pages
and features. The
user should belong
to a role based on
functional role in

RFP for Assam State Data Center Page 138 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Minimum Specification Compliance Page Value


S.
Specification proposed by (Y/N) Reference Add (if
No.
bidder in Data any)
Sheet
the system and
should have access
only to execute the
stated operations.
The application
7.
should be
configurable to
provide role based
security
If a user ID enters
8.
an invalid
password for more
than 5 times the
user id must be
locked out and
suspended until
reset by an
administrator. Also
the system should
not allow any
malicious programs
to execute at the
server.
The user profile
9.
variables like user
id, session id,
operational status
has to be persisted
in each client
session and server
should be able to
track the user at
any instance. Each
access to the server
has to be logged
and should be
based on digital
certificates.

10.
The data transfer to
and from the
server should be
secure/encrypted

The User groups


11.
with appropriate
roles have to be
classified based on

RFP for Assam State Data Center Page 139 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Minimum Specification Compliance Page Value


S.
Specification proposed by (Y/N) Reference Add (if
No.
bidder in Data any)
Sheet
the privileges that
are sought to be
granted and users
need to be assigned
to the roles as
appropriate. The
supervisor has to
be given
appropriate
privileges to assign
people to roles.
Access to all
application
modules and
related
functionality will be
based on these
privileges.

12.
Bidder may provide
any kind of
alternate solution
for secondary
authentication.
Estimated
number of users is
75 and which
may increase to
200 users.

Digital certificates
13.
for all servers, data
encryption
protocols to be
supported (SSL).
Assessing various
14.
touch points with
external
systems/networks
and associated
risks and risk
mitigation
measures should
provided in the
proposed solution
All machines
15.
within the SDC
Project Security
boundary will

RFP for Assam State Data Center Page 140 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Minimum Specification Compliance Page Value


S.
Specification proposed by (Y/N) Reference Add (if
No.
bidder in Data any)
Sheet
participate in an
IPSEC network,
with machine
certificates
installed on
identified
hardware.
All browser based
16.
access for the
transactions
performed from
outside the
integrated projects
Security boundary
must use Secure
Socket Layer.
All agencies
17.
external to the
project will need to
access the system
via security
firewall(s), except
CSCs, which will
have IPSEC
enabled network.
Information stored
18.
in the databases
must be protected
from unauthorized
access.
Any access to
19.
Database should
only be via
application
authorization.
Any administrative
20.
access to Database
should only be via
application
authorization
which should
follow
authentication of
personnel by a
suitable
mechanism such as
use of single-finger
biometric

RFP for Assam State Data Center Page 141 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Minimum Specification Compliance Page Value


S.
Specification proposed by (Y/N) Reference Add (if
No.
bidder in Data any)
Sheet
technology.
Backup/Restore:
21.
Backups should be
secured against
malicious use by
unintended users.

22. Any Other

Digital Certificates

Capability to create
23.
and manage a
Certification
Authority.

24.
It would be
responsibility of CA
for domain based
certificates;
Not DCO’s
responsibility.

Use of digital
25.
certificates for 128-
bit encryption and
higher and digital
signatures.
Location and
26.
Security Matrix

27. Any Other

RFP for Assam State Data Center Page 142 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

1.1.61. Table 25: Compliance to ISO 27001 Standards of Security

Page Value
Specification
S. Compliance Reference Add
Minimum Specification proposed by
No. (Y/N) in Data (if
bidder
Sheet any)
The technology solution should
comply with ISO27001
standards and the DCO has to
get the certificate of the same
within three quarters” from the
date of start of successful
1. operations of the State Data
Centre. Subsequently periodic
surveillance audits must be
carried out”. The cost incurred
for obtaining and maintaining
the certification shall be borne
by the DCO.
Security certification process
2. shall include Audit of Network,
Server and Application
3. Security mechanisms.
Assessment of authentication
4. mechanism provided in the
application /components /
Modules Assessment of data
5.
encryption mechanism.
Assessment of data access
6. privileges, retention periods
and archival mechanisms.
Final output of this process
would be a comprehensive
audit report including all the
7.
Network, Server and
Application security features
incorporated in the project.
Manageability Requirements of
8. the project will be tested and
certified for the following:
Remote Monitoring of Status
a) and Statistics of all high-level
components
Management capability to
b) start/ stop/ restart services &
systems.
Auto discovery of all
c) components manageable
through SNMP
Auto discovery of all other
d)
system components.
Ability to track changes in
e) configurations of the system
components to help track
9. Service/ System disruptions.
Final output of this process
10.
would be a manageability

RFP for Assam State Data Center Page 143 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
S. Compliance Reference Add
Minimum Specification proposed by
No. (Y/N) in Data (if
bidder
Sheet any)
compliance document for the
system deployed.
11. Any Other

RFP for Assam State Data Center Page 144 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Response sheet for Physical Infrastructure

1.1.62. Table 26: Format for Electrical Work

S. Job details Solution Page No. on


No. provided which details
(Y/N) can be found

1 Proposed Main electrical panel in Data Center

2 Proposed Power cabling

3 Proposed Solution for UPS Distribution Board

4 Proposed Solution for UPS point wiring

Proposed Solution for Power Cabling for Utility


5
component and Utility Points etc

6 Proposed Online UPS

7 Proposed Separate Earth Pits for the component

8 Are two power strips provided per rack?

9 Does each strip have a minimum of 15 sockets?

Is there a built-in mechanism of tripping in case of a


10
short circuit?

Are all equipments on single power input supported


11
by a Static Switch (STS)?

12 Any other work

RFP for Assam State Data Center Page 145 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

1.1.63. Table 27: UPS

Critical Load

Page
Specification Value
S. Compliance Reference
Minimum Specification proposed by Add (if
No. (Y/N) in Data
bidder any)
Sheet
UPS Topology &
Architecture:
The specification defines the
electrical characteristics and
requirements for a
continuous duty, highly
reliable, solid state type true
on-line fully digital signal
processor (DSP)
controlled double
conversion design, IGBT
based Inverter and IGBT
based Rectifier (UPS)
Modular Uninterruptible
Power Supply systems. The
1. UPS shall provide high
quality AC power for
sensitive electronic
equipment loads. The UPS
controls & operation shall
be Fully automatic through
the use of Digital Signal
Processing. All operating
and protection parameters
shall be firmware controlled,
thus eliminating a need for
manual adjustments. The
logic shall include system
test capability to facilitate
maintenance and
troubleshooting.
2 x 200 KVA True On-Line
Double Conversion UPS
2. System in parallel
redundant mode with
individual battery banks.
UPS Rating:
200 KVA - Each UPS
3. module shall be rated at
maximum 50 kVA@ unity
output power factor
Input Standard Voltage,
380 /400 / 415 V 3 Phase, 3
or 4 wire, ranging from
4. -15% +20% from nominal at
100% load and
-30%, +20% from nominal
at 50% load
Input Frequency, 50 Hz,
5.
+10% or -10%

RFP for Assam State Data Center Page 146 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page
Specification Value
S. Compliance Reference
Minimum Specification proposed by Add (if
No. (Y/N) in Data
bidder any)
Sheet
Output Steady State
6. Voltage, 380 / 400 / 415 V
with +1% / -1% regulation
Output Frequency, 50 Hz,
7.
+0.25Hz to 0.5Hz
Output Transient Voltage
Stability, < 5% or –5% for a
load change from 0% to
8. 100%. Transient voltage
recovery shall be 25ms to
within +/- 1% of steady
state.
Overload – 125% for 10
9. minutes and 150% for 60
seconds
Efficiency at full rated load
(AC-AC) = Not less than
10.
94% and in Energy Saver
Mode = Not Less than 99 %
Total Harmonic Content –
With Linear Load < 2% for
11.
100 % linear load and with
3:1 Crest factor load < 5%
Input Current Harmonics
should be <5% and Input
12. Power Factor should be
>0.99). No filters are to be
used.
DC ripple (with & without
13.
Battery connected) < 1%

SNMP Network Adapter and


UPS
Power Management System:
SNMP adapters shall
provide a
communications interface
between the UPS module
and
14. Network management
systems.
This capability shall allow
the
unit to be monitored
remotely
over an Ethernet network
using standard web
browser.

Digital Front Panel


15.
Display:

RFP for Assam State Data Center Page 147 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page
Specification Value
S. Compliance Reference
Minimum Specification proposed by Add (if
No. (Y/N) in Data
bidder any)
Sheet
The UPS control panel shall
be a digital front panel
display that features a
Graphical colour backlit
LCD display. The LCD shall
display UPS status,
metering, battery status,
alarm/event queue, active
alarms and UPS
configurations. The front
panel display shall show a
system mimic diagram with
an outlined power path,
current operating mode and
event logs.
Automatic restarting of
16. component following a
power outage
UPS Control Panel:
The UPS control panel shall
provide the following
functions from front panel
push buttons:
EVENTS: Displays the list
of Active System Events and
a historical log of system
events. Historical logs shall
include a detailed time
stamped list of the latest
500 events.
METERS: Display
performance meters for the
system such as input
parameters, output
parameters or bypass
parameters including;
17. voltage, current and
frequency. In addition, the
battery display shall show
runtime remaining. The
UPS shall provide
microprocessor controlled
diagnostics capable of
displaying fault alarms
along with metering
parameters in the event of a
UPS failure. The data shall
be viewed via an LCD
display located at the
control panel.
SETUP: Allow settings,
date and time information
serial communication port
configuration and display of
firmware revision numbers.

RFP for Assam State Data Center Page 148 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page
Specification Value
S. Compliance Reference
Minimum Specification proposed by Add (if
No. (Y/N) in Data
bidder any)
Sheet
The UPS interface panel
shall provide the following
signals and communication
features in a Class 2
environment:

Alarm contact: A dry


contact for annunciating a
summary alarm shall be
provided for customer use.
This contact shall be capable
of supplying N/O or N/C
states and shall be rated for
operation at a minimum of
10 Amps at 240VAC or
18. 14VDC.
Building alarms: Two
inputs shall be provided for
monitoring the status of
external dry contacts.
Building alarms shall be set
up through the UPS
configuration mode function
on the RS232 (EIA / TIA-
232) port.
External EPO contacts:
Shall be provided to connect
an external remote
emergency power off switch
to shutdown the UPS and
de-energize the critical load.
PROTECTIONS:
UPS shall have the following
inherent protection Input
Over & Under Voltage
Rectifier Overvoltage & Over
current Rectifier Over
temperature Output
Overvoltage &Undervoltage
Surge & Spike suppression.
19. HRC fuses for filter
capacitors & Control Circuit
Battery current limit
Current limit for Power
Devices DC over voltage
&Undervoltage
Semiconductor fuses at
inverter output Overload
&Shortcircuit
Over temperature for the
inverter

RFP for Assam State Data Center Page 149 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page
Specification Value
S. Compliance Reference
Minimum Specification proposed by Add (if
No. (Y/N) in Data
bidder any)
Sheet
Communications Bay:
The UPS shall be equipped
with field configurable
communications bays that
will accommodate two (2)
communication devices with
upgrade facility to increase
the quantity of
communication devices up
to four (4).The UPS shall be
able to be monitored locally
or across a network.
20. Monitoring of UPS status
may also be performed
through isolated dry contact
Form C relays.
Simultaneous monitoring of
multiple UPSs shall be
possible from one central
location. The UPS should be
able to integrate into any
industry standard Building
Management System (BMS)
and Network Management
System (NMS).

Galvanic Isolation: Input


isolation Transformer of
250KW with each 200 KVA
UPS for providing galvanic
isolation between input &
output is required. The
isolation transformer should
be at the input of the UPS
such that the load is
galvanically isolated in
Bypass mode also. When
scaling up UPS capacity
from 200 KVA to 500 KVA
21.
capacity in future,
additional Isolation
Transformer of same
capacity should also be
installed. The Isolation
Transformer should be
external to the UPS and
placed inside a suitable
enclosure with powder
coated paint and provided
with cast iron wheels at
bottom and hooks for lifting
the unit.

22. Energy Saver Feature:

RFP for Assam State Data Center Page 150 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page
Specification Value
S. Compliance Reference
Minimum Specification proposed by Add (if
No. (Y/N) in Data
bidder any)
Sheet
The UPS shall continuously
monitor the voltage and
frequency of the bypass
source. When the source
parameters are within
acceptable limits, the UPS
will utilize a
minimal/optimal
combination of its internal
subsystems to ensure
acceptable power is always
delivered to the critical load,
at a system efficiency of 99%
or greater, over the range of
10% to 100% load. It shall
incorporate a “High Alert
Mode” to automatically
(without user intervention)
provide maximum power
conditioning any time.
When Energy Saver System
is utilized, the UPS must
attenuate ANSI C62.41-type
line transients to within IEC
and ITIC limits. The Energy
Saver System shall be able
to distinguish between
upstream (utility) faults and
downstream (load) faults,
and react appropriately to
protect and support the
critical load, without
interruption.
ON-SITE FULL LOAD /
CAPACITY TEST:
The UPS should have
provision for enabling the
user to test the entire power
flow under full load stress
23.
without the requirement of
an external load. Bidder
should illustrate detailed
principle and technique
proposed to be used in this
regard.
Ventilation:
The UPS shall be designed
for forced-air cooling. Air
inlets shall be on the front of
the unit. Air outlets shall be
24. on the top. Maximum 0.5 m
of clearance over the UPS
outlets should be required
for proper air circulation.
Air filters shall be
commonly available sizes.

RFP for Assam State Data Center Page 151 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page
Specification Value
S. Compliance Reference
Minimum Specification proposed by Add (if
No. (Y/N) in Data
bidder any)
Sheet
Acoustical Noise :
25. <65 dB (A) of noise, typical,
measured at 1 meter from
the operator surface.
Compact Footprint.
Cross sectional area of
UPS module should be
less than 1 sq. mtr.
• No back or side
clearance or access shall be
required for the system.
The back and side enclosure
covers shall be capable of
being located directly
adjacent to a wall.
• Cable entry:
Standard cable entry for the
UPS cabinet shall be
through either the enclosure
bottom or top. 
• Front access: All
serviceable subassemblies
shall be modular and
capable of being replaced
from the front of the UPS
26. (front access only required).
Side or rear access for
installation, service, repair
or maintenance of the UPS
system shall not be
required.
• Service area
requirements: The system
should require no more than
three feet of front service
access room and should not
require side or rear access
for service or installation.
• Enclosures: The
UPS shall be housed in free-
standing double front
enclosures (safety shields
behind doors) equipped
with levelling feet. The
enclosures shall be designed
for computer room
applications.
ENVIRONMENTAL
REQUIREMENTS
• Operating
27. Temperature: 0 deg C to
+40 deg C without derating
• Storage Temperature:
- 25 deg C to + 60 deg C 

RFP for Assam State Data Center Page 152 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page
Specification Value
S. Compliance Reference
Minimum Specification proposed by Add (if
No. (Y/N) in Data
bidder any)
Sheet
• Relative Humidity: 5%
- 95% non-condensing.
• Elevation: 1000 m
(3300 ft) above sea level
Standards &
Certifications
The UPS shall be designed
and manufactured in
compliance with the
following applicable
standards:
Safety: IEC 62040-1-1,
IEC 60950-1
EMC: IEC 62040-2
Performance: IEC
28. 62040-3
Markings : CE
Quality: ISO 9001, ISO
14001, OHSAS
18001/equivalent
Environmental:
RoHS/WEEE/equivalent
Compliant
Copies of above
certifications are to be
submitted along with
the technical bid.

RFP for Assam State Data Center Page 153 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

1.1.64. Table 28: Format for civil work

S. Job details Solution Page No. on


No. provided which details
(Y/N) can be found
1 Proposed Cement Concrete Work
Proposed Solution for Cutting and chipping of
2
existing floors
3 Proposed Solution for Trench works
4 Proposed Solution for Masonry works
5 Proposed Solution for Hardware and Metals
6 Proposed Solution for Glazing
7 Proposed Paint work
8 Proposed Solution for Anti-Static Flooring
9 Proposed Solution for modular false Ceiling
10 Proposed Solution for Storage
11 Proposed Furniture & fixture
12 Proposed Solution for Partitioning
13 Proposed Doors and Locking
14 Proposed Solution for Fire proofing all surfaces
15 Proposed Solution for Insulating
16 Any other work

RFP for Assam State Data Center Page 154 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

1.1.65. Table 29: PVC Conduit

Make:

Model:

Minimum Specification Compliance Page Value


S.
Specification proposed by (Y/N) Reference Add
No.
bidder in Data (if
Sheet any)
The conduits for all
1.
systems shall be high
impact rigid PVC
heavy-duty type and
shall comply with
I.E.E regulations for
nonmetallic conduit
1.6 mm thick as per IS
9537/1983.
All sections of conduit
2.
and relevant boxes
shall be properly
cleaned and glued
using appropriate
epoxy resin glue and
the proper connecting
pieces, like conduit
fittings such as Mild
Steel and should be so
installed that they can
remain accessible for
existing cable or the
installing of the
additional cables.
No conduit less than
3.
20mm external
diameter shall be
used. Conduit runs
shall be so arranged
that the cables
connected to separate
main circuits shall be
enclosed in separate
conduits, and that all
lead and return wire
of each circuit shall be
run to the same
circuit.
All conduits shall be
4.
smooth in bore, true
in size and all ends

RFP for Assam State Data Center Page 155 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Minimum Specification Compliance Page Value


S.
Specification proposed by (Y/N) Reference Add
No.
bidder in Data (if
Sheet any)
where conduits are
cut shall be carefully
made true and all
sharp edges trimmed.
All joints between
lengths of conduit or
between conduit and
fittings boxes shall be
pushed firmly
together and glued
properly.
Cables shall not be
5.
drawn into conduits
until the conduit
system is erected,
firmly fixed and
cleaned out. Not more
than two right angle
bends or the
equivalent shall be
permitted between
draw or/and junction
boxes. Bending radius
shall comply with
I.E.E regulations for
PVC pipes.
Conduit concealed in
6.
the ceiling slab shall
run parallel to walls
and beams and
conduit concealed in
the walls shall run
vertical or horizontal.
The chase in the wall
7.
required in the
recessed conduit
system shall be neatly
made and shall be of
angle dimensions to
permit the conduit to
be fixed in the manner
desired. Conduit in
chase shall be hold by
steel hooks of
approved design of
60cm center the
chases shall be filled
up neatly after

RFP for Assam State Data Center Page 156 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Minimum Specification Compliance Page Value


S.
Specification proposed by (Y/N) Reference Add
No.
bidder in Data (if
Sheet any)
erection of conduit
and brought to the
original finish of the
wall with cement
concrete mixture 1:3:6
using 6mm thick
stone aggregate and
course sand.

8. Any other

1.1.66. Table 30: Wiring

Make:

Model:

Minimum Specification Compliance Page Value


S.
Specification proposed by (Y/N) Reference Add
No.
bidder in Data (if
Sheet any)
PVC insulated copper
1.
conductor cable shall
be used for sub circuit
runs from the
distribution boards to
the points and shall be
pulled into conduits.
They shall be stranded
copper conductors
with thermoplastic
insulation of 650 /
1100 volts grade.
Color code for wiring
shall be followed.
Looping system of
2.
wiring shall be used,
wires shall not be
jointed. No reduction
of strands is
permitted at
terminations. No wire
smaller than 3.029 sq.
mm. shall be used.
Wherever wiring is
3.
run through trunking

RFP for Assam State Data Center Page 157 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Minimum Specification Compliance Page Value


S.
Specification proposed by (Y/N) Reference Add
No.
bidder in Data (if
Sheet any)
or raceways, the wires
emerging from
individual
distributions shall be
bunched together with
cable straps at
required regular
intervals.
Identification ferrules
indication the circuit
and D.B. number shall
be used for sub main,
sub circuit wiring the
ferrules shall be
provided at both end
of each sub main and
sub-circuit.
Where, single phase
4.
circuits are supplied
from a three phase
and a neutral
distribution board, no
conduit shall contain
wiring fed from more
than one phase in any
one room in the
premises, where all or
part of the electrical
load consists of lights,
fans and/or other
single phase current
consuming devices, all
shall be connected to
the same phase of the
supply.
Circuits fed from
5.
distinct sources of
supply or from
different distribution
boards or M.C.B.s
shall not be bunched
in one conduit. In
large areas and other
situations where the
load is divided
between two or three
phases, no two single-
phase switches

RFP for Assam State Data Center Page 158 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Minimum Specification Compliance Page Value


S.
Specification proposed by (Y/N) Reference Add
No.
bidder in Data (if
Sheet any)
connected to
difference phase shall
be mounted within
two meters of each
other.
All splicing shall be
6.
done by means of
terminal blocks or
connectors and no
twisting connection
between conductors
shall be allowed.
Metal clad sockets
7.
shall be of diameter
cast non-corroding
zinc alloy and deeply
recessed contact
tubes. Visible
scraping type earth
terminal shall be
provided. Socket shall
have push on
protective cap.
All power sockets
8.
shall be piano type
with associate’s switch
of same capacity.
Switch and socket
shall be enclosed in a
M. S. sheet steel
enclosure with the
operating knob
projecting. Entire
assembly shall be
suitable for wall
mounting with
Bakelite be connected
on the live wire and
neutrals of each
circuit shall be
continuous
everywhere having no
fuse or switch
installed in the line
excepting at the main
panels and boards.
Each power plug shall
be connected to each

RFP for Assam State Data Center Page 159 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Minimum Specification Compliance Page Value


S.
Specification proposed by (Y/N) Reference Add
No.
bidder in Data (if
Sheet any)
separate and
individual circuit
unless specified
otherwise. The power
wiring shall be kept
separate and distinct
from lighting and fan
wiring. Switch and
socket for light and
power shall be
separate units and not
combined one.
Balancing of circuits
9.
in three phases
installed shall be
arranged before
installation is taken
up. Unless otherwise
specified not more
than ten light points
shall be grouped on
one circuit and the
load per circuit shall
not exceed 1000 watts
The earth continuity
insulated copper wire
in Green color shall be
run inside the conduit
to earth the third pin
or socket outlets,
earth terminal of light
fixtures, fan etc. as
required. Lights
points shall be either
of single control, twin
control or multiple
points controlled by a
single switch / MCB
as per scheduled of
work. Bare copper
wire shall be provided
with each circuit from
DB as specified in the
item of work and
terminated in earth
bar of DBs and switch
boxes with proper
lugs as required

RFP for Assam State Data Center Page 160 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Minimum Specification Compliance Page Value


S.
Specification proposed by (Y/N) Reference Add
No.
bidder in Data (if
Sheet any)
maximum number of
PVC insulated 650 /
1100 grade copper
conductor cable which
can be drawn in a
conduit.

10. Any other

1.1.67. Table 31: Earthing

All electrical components are to be earthen is to by connecting two earth tapes from the frame of
the component ring will be connected via several earth electrodes. The cable arm will be earthen
through the cable glands. Earthling shall be in conformity with provision of rules 32, 61, 62, 67 &
68 of Indian Electricity rules 1956 and as per IS- 3043. The entire applicable IT infrastructure in
the Data Center shall be earthed.

Minimum Specification Compliance Page Value


S.
Specification proposed by (Y/N) Reference Add
No.
bidder in Data (if
Sheet any)
Earthing should be
1.
done inside the Data
Centre for the entire
power system and
provisioning should
be there to earth UPS
systems, Power
distribution units, AC
units etc. so as to
avoid a ground
differential. State
shall provide the
necessary space
required to prepare
the earthing pits.
All metallic objects on
2.
the premises that are
likely to be energized
by electric currents
should be effectively
grounded.
The connection to the
3.
earth or the electrode
system should have
sufficient low

RFP for Assam State Data Center Page 161 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Minimum Specification Compliance Page Value


S.
Specification proposed by (Y/N) Reference Add
No.
bidder in Data (if
Sheet any)
resistance in the range
of 0 to 25 ohm to
ensure prompt
operation of
respective protective
devices in event of a
ground fault, to
provide the required
safety from an electric
shock to personnel &
protect the equipment
from voltage gradients
which are likely to
damage the
equipment.
Recommended levels
4.
for equipment
grounding conductors
should have very low
impedance level less
than 0.25 ohm.
The Earth resistance
5.
shall be automatically
measured on an
online basis at a pre-
configured interval
and corrective action
should be initiated
based on the
observation. The
automatic Earthing
measurements should
be available on the
UPS panel itself in the
UPS room.
There should be
6.
enough space between
data and power
cabling and there
should not be any
cross wiring of the
two, in order to avoid
any interference, or
corruption of data.
The earth connections
7.
shall be properly
made. A small copper
loop to bridge the top

RFP for Assam State Data Center Page 162 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Minimum Specification Compliance Page Value


S.
Specification proposed by (Y/N) Reference Add
No.
bidder in Data (if
Sheet any)
cover of the
transformer and the
tank shall be provided
to avoid earth fault
current passing
through fastened
bolts, when there is a
lighting surge, high
voltage surge or
failure of bushings.
The DCO would be
8.
responsible for
providing separate
Earthing for Servers,
UPS & Generators as
per the standards

9. Any other

1.1.68. Table 32: Cable Work

Page
Specification Value
S. Compliance Reference
Minimum Specification proposed by Add (if
No. (Y/N) in Data
bidder any)
Sheet
Cable ducts should be of
such dimension that the
cables laid in it do not
touch one another. If found
necessary the cable shall be
fixed with clamps on the
1. walls of the duct. Cables
shall be laid on the
walls/on the trays as
required using suitable
clamping/ fixing
arrangement as required.
Cables shall be neatly

RFP for Assam State Data Center Page 163 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page
Specification Value
S. Compliance Reference
Minimum Specification proposed by Add (if
No. (Y/N) in Data
bidder any)
Sheet
arranged on the trays in
such manner that a crisis
crossing is avoided and
final take off to switch gear
is easily facilitated.

All cables will be identified


close to their termination
point by cable number as
per circuit schedule. Cable
numbers will be punched
on 2mm thick aluminum
strips and securely
fastened to the. In case of
control cables all covers
shall be identified by their
wire numbers by means of
PVC ferrules. For trip
2.
circuit identification
additional red ferrules are
to be used only in the
switch gear / control
panels, cables shall be
supported so as to prevent
appreciable sagging. In
general distance between
supports shall not be
greater than 600mm for
horizontal run and 750mm
for vertical run.
Each section of the rising
mains shall be provided
3. with suitable wall straps so
that same the can be
mounted on the wall.
Raceways to be provided
for overhead cabling with
4.
complete list of accessories
with the proposal
Neoprene rubber gaskets
shall be provided between
the covers and channel to
5. satisfy the operating
conditions imposed by
temperature weathering,
durability etc.
Necessary earthing
arrangement shall be made
alongside the rising mains
6.
enclosure by Mean of a GI
strip of adequate size
bolted to each section and

RFP for Assam State Data Center Page 164 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page
Specification Value
S. Compliance Reference
Minimum Specification proposed by Add (if
No. (Y/N) in Data
bidder any)
Sheet
shall be earthed at both
ends. The rising mains
enclosure shall be bolted
type.

The space between data


and power cabling should
be as per standards and
there should not be any
7.
crisscross wiring of the
two, in order to avoid any
interference, or corruption
of data.
8. Any other

1.1.69. Table 33: AC (In-row Cooling)

Page Value
Specification
S. Compliance Reference Add
Minimum Specification proposed by
No. (Y/N) in Data (if
bidder
Sheet any)
1 SCOPE OF WORK
These specifications describe
requirements for a In-Row Air
conditioner and associated
services for the proposed Assam
State Datacenter. The
Datacenter is being planned on
a scalable model with initial
deployment of 2 (two) sets of
separate containment each
comprising of minimum 10
racks. The cooling requirements
are to be met with in-row based,
refrigerant (DX) type, cooling
system which shall be designed
to maintain temperature and
A relative humidity conditions
within the row(s) of racks. It
shall be floor mounted,
optimized for maximum cooling
capacity in a minimum
footprint. The system shall be
designed to ensure even air
distribution to the entire face
area of the coil. The unit shall
modulate cooling capacity and
airflow based on requirements.
The cooling system should be
mounted on the side of the rack.
The warm server air is to be
drawn in through a perforated
rear door and the cooled air is

RFP for Assam State Data Center Page 165 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
S. Compliance Reference Add
Minimum Specification proposed by
No. (Y/N) in Data (if
bidder
Sheet any)
to be blown back via a
perforated door in front of the
perforated doors of the server
rack

2 GENERAL
The AC Units should have high
sensible heat ratios, to match
high sensible loads of
Computer/Server
Rooms/Switch room. A
Microprocessor controlled
A package AC system with R-
410a/R407C refrigerant shall be
suitable to take thermal and air
qty. inputs from the server and
adjust its operation accordingly
so as to achieve highest levels of
performance and efficiency.
The Indoor unit shall comprise
of Digital
/Inverter/Fixed/Tandem Scroll
Compressor, EC fans,
Evaporator DX Cooling Coil,
Microprocessor controllers,
Thermostatic valves, Driers,
b
Filter, Suction and Discharge
piping, Internal power and
Control wiring,
Humidifier(optional), Heaters,
HP/LP Cutouts, Power and
Control contactors and Other
Electrical accessories.
THE AIR-COOLED
PACKAGE UNIT SHALL BE
3
DESIGNED AS PER
FOLLOWING CONDITIONS
Unit return air temperature: 35
Deg C, 26% RH
Ambient air design
température: 21+/-1 Deg. C in
Cold aisle

RFP for Assam State Data Center Page 166 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
S. Compliance Reference Add
Minimum Specification proposed by
No. (Y/N) in Data (if
bidder
Sheet any)
Sensible Cooling Capacity: The
Gross total cooling capacity
required is 28.4 TR (100 KW) in
each containment, with
minimum cooling unit to rack
ratio of 1:2.5, i.e. minimum 4
cooling units for every 10 racks.
Air Flow Direction: Horizontal-
in front of the racks
Air inlet Temp & RH : Set point
± 1°C (DB) & Set point ± 5%
(Return Air)
Air Quantity: Modulating as per
server (80-100 cfm/kW min)
No. of Racks (per containment):
10 racks (in containment)
placed in 2 rows
No. of containment: 02
(initially)
Physical Design: The Units shall
be designed for max 70 DBA at
1.5 meter from the unit outlet
quiet operation with all moving
parts mounted on anti-vibration
mounting and carefully
balanced to ensure minimum
vibration.
4 Design Requirements
The environmental control
system shall be a factory
assembled unit. It shall be floor
mounted, optimized for
maximum cooling capacity in a
minimum footprint. It shall
have adjustable air supply
A diffusers, the unit shall be
capable to be mounted between
the racks or at the end of row.
The unit shall modulate cooling
capacity and airflow based on
requirements. These units are
to be supplied with 400 Volt, 3
phase, 50 Hz power supply.
Cooling / Refrigeration
5
Circuit
One refrigeration circuit,
incorporating a high efficiency,
fully hermetic Fixed/Variable
Scroll compressor with heater,
safety valve, filter drier,
A moisture indicating sight glass
and an expansion valve. The
refrigeration system shall be of
externally equalised/direct
expansion type and each unit
must incorporate independent

RFP for Assam State Data Center Page 167 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
S. Compliance Reference Add
Minimum Specification proposed by
No. (Y/N) in Data (if
bidder
Sheet any)
evaporator coil circuit.

All refrigeration controls


including connection to units
shall be only with flare or quick
coupling connections to ensure
no hot works like brazing
activity is to be carried out
inside the server area. Further
incase major failure like
B internal coil leakage the unity
must be suitable to be
disconnected via quick
couplings and removed outside
the critical server area for
maintenance/repairs and can be
reinstalled without requirement
of any shutdown to operating
servers/racks.
Each compressor shall have
protection against high
condensing and low evaporating
C temperatures. The unit shall be
provided with additional
protection against high ambient
temperature.
Evaporator Coil
The evaporator coil shall be
constructed of copper tubes and
louvered aluminum fins, with
the frame and drip tray
fabricated from heavy
gauge/stainless steel. The
evaporator coil must be able to
handle high temperatures
across the coil ranging from air
inlet of 30 Deg C to 37 Deg C
and maintain a leaving
temperature with delta of
minimum 10 Deg C and
maximum 15 Deg C, further
since the application are high
sensible loads the evaporator
must be designed accordingly.
The coil with hydrophilic or
varnish coating will be
preferred to prevent any water
carry if used without sensible
loads only as a primary cooling
solution. Drip trays must be
double-angled for condensate

RFP for Assam State Data Center Page 168 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
S. Compliance Reference Add
Minimum Specification proposed by
No. (Y/N) in Data (if
bidder
Sheet any)
flow and easily removable for
cleaning. The construction of
the drip pan must be of
stainless steel/aluminum or
galvanized steel. The distance
between the fins should not be
less than 1.8 mm and the face
velocity shall not be more than
2.5 m/sec.

6 Fan section
Units shall be with Direct
Driven EC Fans, High
efficiency, external rotor
electronically commutated (EC)
motor with integrated
electronics, True soft start
A
characteristics (inrush current
lower than operating current),
Backward curve, corrosion
resistant fan wheel,
Maintenance free 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. The fans should
be aligned and balance statically
and dynamically. The fan speed
must be controlled based on the
room return air Temperatures
and also must have automatic
speed control without manual
intervention.
The operational logic of the
units to take into account that
incase of failure of one fan the
balance two fans will increase
speeds to makeup to best
B possible extent the loss of
airflow due to non availability of
one fan. All the fans to be
provided with individual and
independent air flow alarm
pressure switches which shall

RFP for Assam State Data Center Page 169 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
S. Compliance Reference Add
Minimum Specification proposed by
No. (Y/N) in Data (if
bidder
Sheet any)
shoot alarm to the unit
microprocessor incase of
airflow failure.
7 Cabinet and Frame
The frame and panels shall be
constructed of heavy gauge
corrosion resistant sheet steel
A
and have modular construction
with aluminum based railing
and hinged doors.
The cabinet shall be powder
B coated and have a textured
finish.
The cabinet Shall be provided
with acoustic / thermally
C insulated panels as required
with panel of minimum
thickness of 1.2mm
The front door shall be of
removable hinged construction
D
with provision of required
perforation for supply air.
Front door to be provided with
horizontal laminar airflow
E
design or with bi-directional
throws as per site requirements.
Unit shall be provided with
castors and levelling feet for an
F
easy unit placement into the
row of racks.
8 Air Filtration
The units shall be provided with
washable synthetic air filters
with metal frames which can be
removed from the unit and
A taken out of the server area for
cleaning and can be installed
back into the unit without
requiring any shut down of the
unit.
Filter clog pressure switch and
alarm is to be provided to
ensure maintenance and up
B keep of the equipment and also
to ensure no reduction in unit
capacity resulting from reduced
airflow.
9 Microprocessor Controller

RFP for Assam State Data Center Page 170 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
S. Compliance Reference Add
Minimum Specification proposed by
No. (Y/N) in Data (if
bidder
Sheet any)
Each floor Mounted Evaporator
unit must be equipped with
individual microprocessor
controls with individual display
and sensors. The controls shall
be a microprocessor
programmable logic controller.
The controls shall have separate
indication of operating modes
(cooling, heating, humidifying
A and dehumidifying), alarm
conditions (temperature high,
loss of sensor, compressor HP &
LP, wet floor, no air flow and
low humidifier water). The
display and indication shall be
visible on the front without
removing any external panels.
Local and remote alarms will be
triggered if an alarm condition
is reached.
The controller should allow
setting and monitoring of the
following space parameters:
• Air inlet Temperature
• Air supply Temperature
(remote sensors at rack inlet)
• Return Temperature set-
B point
• Supply Temperature set-
point
• Return Temperature band
• Supply Temperature band
• Humidity (inlet)
• Rack Min, Max and
Average temperature
Alarms: Following alarms
should be available:
• Loss of Sensor
• Compressor 1 High / Low
Pressure
• Wet floor
• No Air flow
• Filter clogs
• Temperature high / low
• Humidity high / low
• Clogged filter
• LP transducer fail
• Network failure
Following features to be
incorporated in the controller:
C
• Status Report of the latest
event-messages of the unit.

RFP for Assam State Data Center Page 171 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
S. Compliance Reference Add
Minimum Specification proposed by
No. (Y/N) in Data (if
bidder
Sheet any)
• The control should have an
auto-restart feature which will
return the unit to normal
operation resumption of mains
power.
• The unit controller must
have option of dual set point for
energy saving i.e. customer
must have the option to set two
independent set points for the
unit based on operational
requirements and energy saving
concepts.
10 Display & Monitoring:
In normal operating mode the
screen should display unit
A number, temperature and
relative humidity set points and
actual, operating status.
The unit must have a large
screen LCD display on
B controller with user friendly
menus and password
protections.
RS485 interface port for BMS
C compatibility with ModBus
RTU protocol is required.
11 Condenser
The condenser unit shall
include condenser fans &
motor, condenser cooling coil,
fan speed controller, Isolator
switch and non corrosive
A coating. The condenser should
be set for usages of
R410A/R407C refrigerant. The
condenser frame shall be made
up of a sturdy aluminum
structure.
12 Electrical Panel

RFP for Assam State Data Center Page 172 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
S. Compliance Reference Add
Minimum Specification proposed by
No. (Y/N) in Data (if
bidder
Sheet any)
Control cabinet to be as per
OEM design, with grounding
lug, combination magnetic
starters with overload relays,
circuit breakers and cover
interlock, and fusible control
circuit transformer. The
construction of the unit
electrical panel must be such to
also provide space for
microprocessor controller and
without opening of any panels
from the front of the unit the
microprocessor panel must
have direct access for operation.
Return air T/H sensor shall be
part of standard supply of the
A
unit. The electric panel
provided for the unit must be
equipped with main incoming
power isolation switch,
additionally the unit must be
provided with under voltage /
over voltage / phase reversal /
single phasing protection, all
three phase motors must be
operated only via 24V coil
voltage contactors and MPCB’s,
additionally step down
transformer must be provided
for power supply to the unit
controller. The electrical panel
must also be providing with
relay block for common alarm.
13 Electric Re-Heating
The heating resistors shall be of
rigid design for extended
operational life and normally
utilised to maintain room dry-
bulb conditions during a system
call for dehumidification. The
electric strip heaters/reheat
coils shall be of low watt
density, nickel-plated, stainless
steel fin tubular construction.
Multiple-stage heating shall be
preferred. The heating system
shall incorporate protection
from short circuits and shall
include dual safety protection
through loss of air and high
temperature controls.
14 Humidifier (Optional)

RFP for Assam State Data Center Page 173 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
S. Compliance Reference Add
Minimum Specification proposed by
No. (Y/N) in Data (if
bidder
Sheet any)
If design requires, the unit may
be fitted with an
electrode/canister type steam
humidifier. The humidifier shall
be with inlet/outlet valve, level
sensor, steam distributor and
electronic controls.
CONTAINMENT
15
SPECIFICATIONS
DESIGN BRIEF:
Data centre cooling design is to
be based on low operation cost,
modularity, high safety,
security, flexibility, with
minimum capital cost
A investment. The air
containment system is required
to prevent the mixing of cold air
and hot air. The Containment
shall be fabricated with Powder
coated galvanized iron Door
frames and Top cover with
toughened glass.
B CONSTRUCTION:
The containment shall be
constructed between any two
symmetrical rows of racks
facing each other in Hot/Cold
Aisle. The Frame for
containment shall be
constructed with 2 doors on
each side of the racks. These
sections should be powder
coated in color matching with
the Data Center interior. The
vertical columns will be
designed to be grouted on the
RCC Flooring as per the site
requirement. The 4 vertical
doors shall be connected to each
other with help of Cross
members. These Cross
members shall also be duly
Powder coated.
The entry and exit of the Aisle
shall be closed with GI powder
coated doors .Each door should
have glass of suitable size fixed
in the door for view purpose.
Both entry and exit doors
should have lock and key
arrangement. The Glass shall be
toughened clear glass/Plexiglass
to provide visibility in the aisle.

RFP for Assam State Data Center Page 174 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
S. Compliance Reference Add
Minimum Specification proposed by
No. (Y/N) in Data (if
bidder
Sheet any)
AC unit’s microprocessor
controller should be connected
to aisle temperature directly
and the PAC unit’s temperature
is to be maintained by supply
air control mechanics based on
supply air temperature sensor.
PAC units shall communicate
each other and shall work as
team to modulate the fans at
parts for high power savings.

1.1.70. Table 34: Comfort AC

Make:

Model:

Minimum Specification Compliance Page Value


S.
Specification proposed by (Y/N) Reference Add (if
No.
bidder in Data any)
Sheet
Capacity – 2
1.
Tonnage
Cooling Capacity –
2.
minimum 20000
BTU / Hr
Compressor –
3.
Hermetically Sealed
Scroll Type
Refrigerant – R 22
4.
Type
Power Supply –
5.
Three Phase, 380-
415 V, 50 Hz
Air Flow Rate –
6.
minimum 19 cu m /
min
Noise Level - < 50
7.
dB
Operation – Remote
8.
Control

9. Any other

1.1.71. Table 35: Fire Detection and Control Mechanism

RFP for Assam State Data Center Page 175 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Make:

Model:

Minimum Specification Compliance Page Value


S.
Specification proposed by (Y/N) Reference Add (if
No.
bidder in Data any)
Sheet
System Description
The Fire alarm
1.
system shall be an
automatic 1 to n
(e.g. 24) zone single
loop addressable
fire detection and
alarm system,
utilizing
conventional
detection and alarm
sounders
Detection shall be
2.
by means of
automatic heat and
smoke detectors
located throughout
the Data Center
(ceiling, false floor
and other
appropriate areas
where fire can take
place) with break
glass units on
escape routes and
exits

3. Any other

Control and indicating component


All controls of the
4.
system shall be via
the control panel
only.
All site-specific data
5.
shall be field
programmable and
stored in an integral
EEPROM. The use
of EPROM’s
requiring factory
‘burning’ and re-

RFP for Assam State Data Center Page 176 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Minimum Specification Compliance Page Value


S.
Specification proposed by (Y/N) Reference Add (if
No.
bidder in Data any)
Sheet
programming is not
acceptable.
All internal
6.
components of the
control panel shall
be fully monitored.
The control panel
7.
shall be capable of
supporting a multi
device, multi zone
2-wire detection
loop. Removal of 1
or more detection
devices on the loop
shall not render the
remaining devices
on the loop
inoperable.
The system status
8.
shall be made
available via panel
mounted LEDs and
a backlit 8 line x 40-
character
alphanumeric liquid
crystal display.
All user primary
9.
controls shall be
password protected
over 4 access levels
in accordance with
EN54 Part 2.
Essential controls,
such as Start / Stop
sounders and
Cancel fault buzzer,
etc. will be clearly
marked.
Cancel fault and
10.
display test
functions shall be
configurable to be
accessed from level
1 or level 2.
All system controls
11.
and programming
will be accessed via
an alphanumeric

RFP for Assam State Data Center Page 177 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Minimum Specification Compliance Page Value


S.
Specification proposed by (Y/N) Reference Add (if
No.
bidder in Data any)
Sheet
keypad. The control
panel will
incorporate form fill
menu driven fields
for data entry and
retrieval.
The control panel
12.
shall log a
minimum of 700
events comprising
of 100 event fire log
and 200 event fault,
disablement and
historic logs, giving
time, date, device
reference and status
of indication.
Fire, fault and
13.
disablement events
shall be logged as
they occur. Visual
and audible
conformation shall
be given on an array
of LEDs, the Liquid
Crystal Display and
the internal
supervisory buzzer.
The control panel
14.
shall have an
integral automatic
power supply and
maintenance free
sealed battery,
providing a standby
capacity of a
minimum 72 hours
and further 30
minutes under full
alarm load
conditions. The
system shall be
capable of full re-
charge within 24
hours following full
system discharge.
The performance of
the power supply

RFP for Assam State Data Center Page 178 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Minimum Specification Compliance Page Value


S.
Specification proposed by (Y/N) Reference Add (if
No.
bidder in Data any)
Sheet
and batteries shall
be monitored and
alarm rose, should a
fault be detected.
The system shall
protect the batteries
from deep
discharge.
All terminations
15.
within the control
panel with the
exception of the
230V mains
connection will be
via removable
terminal screw
fixing points.
The control panel
16.
will have a
programmable
maintenance
reminder to inform
the user that
maintenance of the
system is required.
This function shall
provide the user
with the option of a
monthly, quarterly,
annually or bi-
annually reminder
prompts. The
maintenance
reminder will be
indicated on the
control panel. This
message shall be
resettable by the
user and will not
require the
intervention of
specialist support.
The control panel
will provide
programmable free
text field as part of
the maintenance
reminder facility.

RFP for Assam State Data Center Page 179 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Minimum Specification Compliance Page Value


S.
Specification proposed by (Y/N) Reference Add (if
No.
bidder in Data any)
Sheet
The system will
17.
include a detection
verification feature.
The user shall have
the option to action
a time response to a
fire condition. This
time shall be
programmable up
to 10 minutes to
allow for
investigation of the
fire condition before
activating alarm
outputs. The
operation of a
manual call point
shall override any
verify command.

18. Any other

Manual Controls

19. Start sounders

20. Silence sounders

21. Reset system

22. Cancel fault buzzer

23. Display test

Delay sounder
24.
operation

25. Verify fire condition

Enter or modify
26.
device text label
Setup maintenance
27.
reminder
Assign or modify
28.
zones
Disable zones,
29.
device, sounders,
FRE contact,
auxiliary contacts

RFP for Assam State Data Center Page 180 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Minimum Specification Compliance Page Value


S.
Specification proposed by (Y/N) Reference Add (if
No.
bidder in Data any)
Sheet
Enable zones,
30.
device, sounders,
FRE contact,
auxiliary contacts

31. Action weekly test

32. Disable loop

33. Any other

Cable entries

34. The control


panel will
include the
necessary top
entry and rear
entry cable
entry points via
20mm
knockouts.

Manual call points (MCP)


MCP’s shall be
35.
addressable and of
the steady pressure
break glass type
manufactured to the
requirements of BS
5839: Part 2. A test
key shall be
provided to allow
the routine testing
of the unit to meet
the requirements of
BS 5839 Part 1
1988, without the
need for special
tools or the need to
unfasten the cover
plate.
The device shall be
36.
automatically
addressed by the
CIE on power up of
the loop without the
need of the

RFP for Assam State Data Center Page 181 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Minimum Specification Compliance Page Value


S.
Specification proposed by (Y/N) Reference Add (if
No.
bidder in Data any)
Sheet
insertion of a pre-
programmed
EPROM or setting
of DIL switches.
The device shall
incorporate a short
circuit isolation
device and a red
LED indicator.
The MCP shall be
37.
suitable for surface
or flush mounting.
When flush
mounted the device
shall be capable of
fixing to an industry
standard single
gang box.

38. Any other

Heat detectors

Heat detectors shall


39.
be of the fixed
temperature (58° C)
or rate of
temperature rise
type with a fixed
temperature
operating point.
Devices shall be
40.
compatible with the
CIE conforming to
the requirements of
EN54 Part 5 and be
LPCB approved.
The detectors shall
41.
have a single LED to
indicate the device
has operated and
shall fit a common
addressable base.

42. Any Other

Addressable detector bases

RFP for Assam State Data Center Page 182 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Minimum Specification Compliance Page Value


S.
Specification proposed by (Y/N) Reference Add (if
No.
bidder in Data any)
Sheet
All bases shall be
43.
compatible with the
type of detector heads
fitted and the control
system component
used. Each base shall
comprise all necessary
electronics including a
short circuit isolator.
The device shall be
44.
automatically
addressed by the CIE
on power up of the loop
without the need of the
insertion of a pre-
programmed EPROM
or setting of DIL
switches.
Detector bases shall fit
45.
onto an industry
standard conduit box.

46. Any Other

Commissioning

The fire detection and


47.
alarm system will be
programmable and
configurable via an
alpha numeric keypad
on the control panel.
The labeling of Device
48.
and Zone labels should
be part of the system.
Necessary Software to
49.
the control panel

50. Any Other

RFP for Assam State Data Center Page 183 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

1.1.72. Table 36: Fire Suppression Systems

Make:

Model:

Page Value
Specification
S. Compliance Reference Add
Minimum Specification proposed by
No. (Y/N) in Data (if
bidder
Sheet any)
Fire Suppression System
1.
should follow Kyoto Protocol.
Care should be taken that
none of the Greenhouse Gases
2. identified in the Kyoto
Protocol is used for fire
suppression application.
The minimum criterion for
the selection of the Clean
3.
Agent will be on the following
parameters
Zero Ozone Depleting
a)
Potential.
Global Warming Potential not
b)
exceeding one.
Atmospheric Lifetime not
c)
exceeding one week.
The clean agent fire
suppression system with FK-
5-1-12 and Inert Gas based
4.
systems are accepted as a
replacement of HCFC and
HFC as per Kyoto Protocol.
The Clean Agent considered
for the suppression system
must be suitable for manable
occupied areas with NOAEL
Level (No observable adverse
5. effect level) of 10% as
compared to the design
concentration to ensure high
safety margin for the human
who might be present in the
hazard area.
The minimum design
standards shall be as per
6.
NFPA 2001, 2004 edition or
latest revisions.
Care shall be given to ensure
proper early warning
detection system with
minimum sensitivity of 0.03%
per foot obscuration as per
7. NFPA 318 & NFPA 72 to
ensure that one gets a very
early warning to investigate
the incipient fire much before
the other detectors activate
the fire suppression system

RFP for Assam State Data Center Page 184 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

automatically.

All system components


furnished and installed shall
be warranted against defects
in design, materials and
workmanship for the full
8.
warranty period which is
standard with the
manufacturer, but in no case
less than five (5) years from
the date of system acceptance
Additionally, Portable
Extinguishers (CO2 or Halon
based Extinguishers are not
acceptable) shall be placed at
strategic stations throughout
the Data Centre.

OR

9. Fire suppression system shall


deploy NOVAC1230 /
INERGEN based gas
suppression systems with
cross-zoned detector systems
for all locations. These
detectors should be arranged
in a manner that they activate
the suppression system zone
wise to cater to only the
affected area.
Illuminated Signs indicating
the location of the
extinguisher shall be placed
high enough to be seen over
tall cabinets & racks across
the room. Linear heat
10. detection cable should be
placed along all wire
pathways in the ceiling. This
should not directly trigger the
suppression system—rather; it
should prompt the control
system to sound an alarm
The OEM (/ Bidder) shall give
a Certificate stating that their
NOVAC1230 / INERGEN
system is approved by UL /
11.
FM / VdS / LPC/CNPP for
use with Seamless Steel
Cylinders (Component as well
as System Approval).

RFP for Assam State Data Center Page 185 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

The OEM (/ Bidder) shall also


provide a Letter that the OEM
has NOVAC1230 / INERGEN
Flow Calculation software
suitable for Seamless Steel
12.
cylinder bided for as per the
Bill of materials and that such
Software shall be type
approved by FM / UL / VdS /
LPC.
The Storage Container offered
shall be of Seamless type,
meant for exclusive use in
NOVAC1230 / INERGEN
13.
systems, with
VdS/FM/UL/LPC/CNPP
component approval. Welded
cylinders are not permitted.
The Seamless storage cylinder
shall be approved by Chief
Controller of Explosives,
Nagpur and shall have NOC
14. from CCoE, Nagpur for
import of the same.
Documentary evidence to be
provided for earlier imports
done by the bidder.
The NOVAC1230 / INERGEN
valve should be Differential
Pressure Design and shall not
15.
require an Explosive /
Detonation type Consumable
Device to operate it.
The NOVAC1230 / INERGEN
Valve operating actuators
shall be of Electric (Solenoid)
type, and it should be capable
of resetting manually. The
16. Valve should be capable of
being functionally tested for
periodic servicing
requirements and without any
need to replace consumable
parts.
The individual NOVAC1230 /
INERGEN Bank shall also be
fitted with a manual
17.
mechanism operating facility
that should provide actuation
in case of electric failure.
The system flow calculation
be carried out on certified
software, suitable for the
Seamless Steel Cylinder being
18.
offered for this project. Such
system flow calculations shall
be also approved by VdS /
LPC/ UL / FM.

RFP for Assam State Data Center Page 186 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

The system shall utilize 42


Bar / High pressure (600 psi)
technology that allows for a
higher capacity to overcome
frictional losses and allow for
19. higher distances of the agent
flow; and also allow for better
agent penetration in enclosed
electronic equipment such as
Server Racks/ Electrical
Panels etc.
The designer shall consider
and address possible Fire
hazards within the protected
volume at the design stage.
The delivery of the
NOVAC1230 / INERGEN
20.
system shall provide for the
highest degree of protection
and minimum extinguishing
time. The design shall be
strictly as per NFPA standard
NFPA 2001.
The suppression system shall
provide for high-speed release
of NOVAC1230 / INERGEN
based on the concept of total
Flooding protection for
enclosed areas. A Uniform
21.
extinguishing concentration
shall be 7% (v/v) of
NOVAC1230 / INERGEN for
22 degree Celsius or higher as
recommended by the
manufacturer.
The system discharge time
shall be 10 seconds or less, in
22.
accordance with NFPA
standard 2001.
Sub floor and the ceiling void
23. to be included in the
protected volume.
The NOVAC1230 / INERGEN
systems to be supplied by the
bidder must satisfy the
various and all requirements
of the Authority having
24.
Jurisdiction over the location
of the protected area and
must be in accordance with
the OEM’s product design
criteria.
The detection and control
system that shall be used to
trigger the NOVAC1230 /
INERGEN suppression shall
25.
employ cross zoning of
photoelectric and ionization
smoke detectors. A single
detector in one zone activated,

RFP for Assam State Data Center Page 187 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

shall cause in alarm signal to


be generated. Another
detector in the second zone
activated, shall generate a
pre-discharge signal and start
the pre-discharge condition.

The discharge nozzles shall be


located in the protected
volume in compliance to the
limitation with regard to the
spacing, floor and ceiling
covering etc. The nozzle
locations shall be such that
the uniform design
concentration will be
26.
established in all parts of the
protected volumes. The final
number of the discharge
nozzles shall be according to
the OEM’s certified software,
which shall also be approved
by third party inspection and
certified such as UL / FM /
VdS / LPC.
The Cylinder shall be
equipped with differential
pressure valves and no
27. replacement parts shall be
necessary to recharge the
NOVAC1230 / INERGEN
containers.
NOVAC1230 / INERGEN
shall be discharged through
the operation of an Electric
(solenoid) operated device or
28.
pneumatically operated
device, which releases the
agent through a differential
pressure valve.
The bidder shall provide all
documentation such as
Cylinder Manufacturing
29.
Certificates. Test and
Inspection Certificates and
Fill Density Certificates.
The NOVAC1230 / INERGEN
discharge shall be activated by
an output directly from the `
NOVAC1230 / INERGEN’ Gas
Release control panel, which
will activate the solenoid
valve. NOVAC1230 /
30.
INERGEN agent is stored in
the container as a liquid. To
aid release and more effective
distribution, the container
shall be super pressurized to
600 psi (g) at 21°C with dry
Nitrogen.

RFP for Assam State Data Center Page 188 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

The releasing device shall be


easily removable from the
cylinder without emptying the
cylinder. While removing
31. from cylinder, the releasing
device shall be capable of
being operated, with no
replacement of parts required
after this operation.
Upon discharge of the system,
no parts shall require
replacement other than
gasket, lubricants, and the
NOVAC1230 / INERGEN
32.
agent. Systems requiring
replacement of disks, squibs,
or any other parts that add to
the recharge cost will not be
acceptable.
The manual release device
fitted on the NOVAC1230 /
INERGEN Cylinder(s) shall
be of a manual lever type and
a faceplate with clear
instruction of how to
mechanically activate the
33.
system. In all cases,
NOVAC1230 / INERGEN
cylinders shall be fitted with a
manual mechanical operating
facility that requires two-
action actuation to prevent
accidental actuation.
NOVAC1230 / INERGEN
storage cylinder valve shall be
provided with a safety rupture
disc. An increase in internal
pressure due to high
temperature shall rupture the
34. safety disc and allow the
content to vent before the
rupture pressure of the
container is reached. The #
contents shall not be vented
through the discharge piping
and nozzles.
NOVAC1230 / INERGEN
containers shall be equipped
35.
with a pressure gauge to
display internal pressure.
Brass Discharge nozzles shall
be used to disperse the `
NOVAC1230 / INERGEN’.
The nozzles shall be brass
with female threads and
36.
available in sizes as advised
by the OEM system
manufacturer. Each size shall
come in two styles: 180° and
360° dispersion patterns.

RFP for Assam State Data Center Page 189 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

All the Major components of


the NOVAC1230 / INERGEN
system such as the Cylinder,
Valves and releasing devices,
37.
nozzles and all accessories
shall be supplied by one single
manufacturer under the same
brand name.
Manual Gas Discharge
stations and Manual Abort
38. Stations, in conformance to
the requirements put forth in
NFPA 2001 shall be provided.
Release of NOVAC1230 /
INERGEN agent shall be
accomplished by an electrical
output from the NOVAC1230
/ INERGEN Gas Release
39. Panel to the solenoid valve
and shall be in accordance
with the requirements set
forth in the current edition of
the National Fire Protection
Association Standard 2001.
40. Any other

RFP for Assam State Data Center Page 190 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

1.1.73. Table 37: Access Control System

Make:

Model:

The system should be designed and implemented to provide following functionality:

Minimum Specification Compliance Page Value


S.
Specification proposed by (Y/N) Reference Add (if
No.
bidder in Data any)
Sheet
Controlled Entries
1.
to defined access
points
Controlled exits
2.
from defined access
points
Controlled entries
3.
and exits for visitors
Configurable system
4.
for user defined
access policy for
each access point
Record, report and
5.
archive each and
every activity
(permission granted
and / or rejected) for
each access point.
User defined
6.
reporting and log
formats
Fail safe operation
7.
in case of no-power
condition and
abnormal condition
such as fire, theft,
intrusion, loss of
access control, etc.
Day, Date, Time and
8.
duration based
access rights should
be user configurable
for each access point
and for each user.
One user can have
9.
different policy /
access rights for
different access
points

RFP for Assam State Data Center Page 191 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Minimum Specification Compliance Page Value


S.
Specification proposed by (Y/N) Reference Add (if
No.
bidder in Data any)
Sheet

10. Any other

RFP for Assam State Data Center Page 192 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

1.1.74. Table 38: IP CCTV System

Make:

Model:

A set of fixed cameras, integrated IP Speed dome cameras (fixed), pan / tilt / zoom (PTZ) cameras
and integrated dome (PTZ) cameras with remote control operation of focus and zoom.

Page Value
Specification
S. Compliance Reference Add
Minimum Specification proposed by
No. (Y/N) in Data (if
bidder
Sheet any)
A professional housing with
internal and external cooling
fans to protect both the
camera and lens from the
rigors of all environments and
at the same time it should be
1. designed and built for ease of
installation and maintenance.
Fan & Heater should be
installed inside the camera &
products should support up
to -10 degree to +60Degree
temperature

A complete IP CCTV control


facility that performs all the
2. functions with provision to
increase the total number of
inputs for each monitor site.

A complete system shall be


connected through
unshielded Twisted pair cable
( UTP cable - Cat 6A or
better) as appropriate for the
3.
purpose establishing video
and control of all cameras
(fixed), pan / tilt / zoom
(PTZ) cameras and integrated
dome (PTZ)

RFP for Assam State Data Center Page 193 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
S. Compliance Reference Add
Minimum Specification proposed by
No. (Y/N) in Data (if
bidder
Sheet any)

IP CCTV Cabinets as required


complete with all cable
termination facilities, cable
distribution system for video
4. and power system along with
any additional video
amplifiers and other video
equipment as may be
required.

End point amplifiers as may


5. be required to achieve
satisfactory system operation.

Test equipment covering all


tools, tackles and testing
equipment / kits as required
6. for preventive and first line
maintenance including test
monitors, camera adjustment
and testing facilities.

Complete range of accessories


7.
as required.

All necessary relay boxes


connectors, extension cables
8. and adapter boxes as required
at each of the ends of the IP
CCTV System as required.

RFP for Assam State Data Center Page 194 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
S. Compliance Reference Add
Minimum Specification proposed by
No. (Y/N) in Data (if
bidder
Sheet any)

For outdoor camera


installation STP cable should
be used upto 100 meter if
9.
distance is more use fiber
optics 4 core single mode
cable ,

10. Any other


General

All systems and components


shall have been thoroughly
11.
tested and proven in actual
use.

All systems and components


shall be provided with a one-
day turnaround repair
express and 24-hour parts
12. replacement. The
manufacturer on warranty
and non-warranty items shall
guarantee the repair and
parts expresses.

Specifications included in this


section are indicative and
considered as a minimum;
component and software that
13.
shall be acquired at the time
of implementing the project
shall be the latest versions
available in the market.

RFP for Assam State Data Center Page 195 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
S. Compliance Reference Add
Minimum Specification proposed by
No. (Y/N) in Data (if
bidder
Sheet any)

The system also should


provide advance motion
detection through software
14. clear & accurate indication of
an intruder or abnormal
movement within and around
the Facility.

15. Any other


System Capabilities

The system shall provide


visual images from the
cameras located throughout
the facility. The cameras
located shall be fed into the
16. Network Video Recorder
(NVR) located in the security
room. Recording Server
should be capable of
supporting high end video
analytics

The NVR shall consist of up to


32 channels Digital
17. Multiplexer with built-in
recording system into Hard
Disk.

The Main Security Control


Room which shall have the
Monitors and the Network
18.
video Management Server.
Along with viewing
workstation.

RFP for Assam State Data Center Page 196 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
S. Compliance Reference Add
Minimum Specification proposed by
No. (Y/N) in Data (if
bidder
Sheet any)

The IP CCTV should be


equipped with Digital
19. recording facility for later
scrutiny, with at least 30 days
of recording facility.

20. Any other


Technical Requirements – Cameras

The cameras shall be fixed,


integrated IP High Speed
dome (fixed) should be
integrated with Management
server & workstation and the
integrated Pan/Tilt/Zoom
camera type that can be
21. controlled from its monitor +
position, such that the
cameras can be panned,
tilted, zoomed and focused on
to any part or entire area
which they have been located
to bring under observation
from keyboard location.

RFP for Assam State Data Center Page 197 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
S. Compliance Reference Add
Minimum Specification proposed by
No. (Y/N) in Data (if
bidder
Sheet any)

The cameras shall be


complete with the latest state
of the art optical systems,
filters, light sensitive pickup
systems suitable for capturing
images with very low light
levels, Also should have High
End H.264 Compression used
in Camera with HD
Recording quality , Add on
100Mtrs IR Range for Night
22.
Vision and necessary
interlaced scanners, encoders,
decoders, associated
amplifiers, synchronization
facilities and any interfacing
adapters as required, with all
systems of that type suitable
for a compact, durable,
distortion free and clear
image processing type
camera.

The color cameras (Integrated


Pan/Tilt/Zoom dome) shall
have a minimum resolution of
470 lines and sensitivity of
0.08 lux (color) and 0.013 lux
23.
(monochrome). The outdoor
PTZ cameras shall be
day/night camera with a
minimum of 23 X optical
zoom and 12 X digital zoom

RFP for Assam State Data Center Page 198 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
S. Compliance Reference Add
Minimum Specification proposed by
No. (Y/N) in Data (if
bidder
Sheet any)

Indoor Pan Tilt Zoom Dome


Camera with 10X Optical
Zoom Facility Auto Focus,
Auto Panning, 220 Preset,
360° continuous Pan, 180°
Tilt Auto-Flip, 3 Group
Scan(16 Preset per Group),
23A AB Scan, Horizontal Speed
0.1-180°/s, Tilt Speed 0.1-
100°/s, Waterproof, Built-in
Surge and Lighting
Protection, Op. Temp.- -40°C
to 65°C, Intelligent LED
matching with Camera Focus,
IR Distance 50Mts

Outdoor : Outdoor 30X


Optical Zoom & 16X Digital
Zoom,

Auto Focus, Auto Panning,


220 Preset, 360° continuous
Pan, 180° Tilt Auto-Flip, 3
23B Group Scan(16 Preset per
Group), AB Scan, Horizontal
Speed 0.1-180°/s, Tilt Speed
0.1-100°/s, Waterproof, Built-
in Surge and Lighting
Protection, Op. Temp.- -40°C
to 65°C, Intelligent LED
matching with Camera Focus,
IR Distance 100Mts.

RFP for Assam State Data Center Page 199 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
S. Compliance Reference Add
Minimum Specification proposed by
No. (Y/N) in Data (if
bidder
Sheet any)

The Outdoor PTZ camera


shall have a minimum of 80 X
wide dynamic range, to
withstand complex light
variations in the
24. environment. ( Both Indoor
& Outdoor Camera supported
the WDR ( Wide Dynamic
Range )

Function

The preset accuracy for the


25. camera shall be +/- 0.1degree
maximum

The Outdoor PTZ camera


shall have a preset speed of
26.
360 degree /sec Pan and 200
degree /sec tilt.

The camera shall resume after


alarm to the previously
27. programmed state of alarm
after alarm
acknowledgement.

The outdoor PTZ camera shall


have auto flip feature,
28. whereby which the dome shall
rotate at 180 degree at the
bottom of the tilt travel.

The cameras shall have


automatic level control
complete with auto iris, and
29.
gain control of the amplifier
and shall be complete with
spot filter as required.

RFP for Assam State Data Center Page 200 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
S. Compliance Reference Add
Minimum Specification proposed by
No. (Y/N) in Data (if
bidder
Sheet any)

The cameras shall have


automatic shutter or 100%
closing iris to prevent
burning-in of image pickup
30. device when the camera is not
in use, both the shutter and
iris shall fully close upon
failure of power supply in
order to prevent damage.

The cameras shall have


standby circuitry for when the
camera is not selected on any
31. of the monitors. The beam
current of the camera pickup
device shall be switched off
automatically.

RFP for Assam State Data Center Page 201 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
S. Compliance Reference Add
Minimum Specification proposed by
No. (Y/N) in Data (if
bidder
Sheet any)

The cameras shall have


automatic circuitry which
relates the black level in the
signal to the darkest spot of
the picture (black level
control), limits the video
signal in case of scene high-
32. lights in order to prevent
overloading of the monitor
(White limiter), and prevents
the automatic sensitivity
control from reacting to
strong highlights (Peak white
eliminator). Auto Iris & Auto
Focus Facility in the camera

The cameras shall have the


features that shall prevent the
occurrence of internal
condensation or condensation
33. on the window, necessary
heaters/thermostats shall be
provided as required. Built in
Fan & Heater for according to
weather condition

The cameras shall be


equipped with Pan & Tilt
34. heads to allow for rotation
over a minimum 360 degree
Pan & 90Deree Tilt Facility.

RFP for Assam State Data Center Page 202 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
S. Compliance Reference Add
Minimum Specification proposed by
No. (Y/N) in Data (if
bidder
Sheet any)

The cameras shall be


provided with a local power
distribution junction box,
with local isolation switches
and fuses to isolate each of
the power circuits of the
35. camera related to main
camera power, and other
circuits related to Pan & Tilt
head, cooling fan, blower etc.
All systems should be in
integrated in one unit
(included pan, tilt & Zoom )

The camera housing shall


have a rain/sun shield and a
weather protection feature
with a minimum IP
36.
protection of IP66 for outdoor
mounted cameras. For indoor
cameras, the protection class
shall be IP45.

The aperture ratio (f-number)


of the lenses shall be selected
such that, a good picture is
37.
obtained at night. Auto
feature & can be selected the
day/ night mode

Power supply units, as


required for the cameras,
38.
shall provide 12V DC Power
Supply

39. Any other


Installation of camera

RFP for Assam State Data Center Page 203 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
S. Compliance Reference Add
Minimum Specification proposed by
No. (Y/N) in Data (if
bidder
Sheet any)

The camera and its


supporting structures
presence least obstruction of
40. view and least obstruction for
satisfactory movement and
operation of the camera due
to remote and local controls.

The cameras shall not be


mounted on vibrating
structures, where this is not
possible than special
41.
structures or other
facilities/measures for
reducing vibrations shall be
provided.

All the camera movements


along with Pan and Tilt, and
associated forces on
42.
structures are taken in to
account during the design and
installation of the cameras.

The installation presence the


43. least risk of accidental
damage.

The equipment and its


44. components are accessible for
maintenance.

The vibration of any object


45. shall be less than that
specified for the camera.

46. Any other


Monitors

RFP for Assam State Data Center Page 204 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
S. Compliance Reference Add
Minimum Specification proposed by
No. (Y/N) in Data (if
bidder
Sheet any)
The monitor shall be suitable
47.
for use as desktop units.

The monitors shall be high-


resolution video monitors

(Should support full HD


resolution). The monitor shall
48. have a bandwidth of at least
10 MHz (-3dB) and a
horizontal resolution in the
center of the picture
minimum 420 lines in the
case of color monitor.

The monitors shall have the


facilities to loop the video
49.
signal through the other
monitor.

Each monitor shall have local


control knobs and remote
control equipment and panel
for monitor controls
associated with power on/off
50.
switch standby on/off switch
and for adjustment
brightness, contrast,
horizontal hold, vertical hold
etc.

Monitor shall be suitable for


use as desktop units or can be
51.
rack mounted with suitable
racks as appropriate

52. Any other


HD Network video Recorder (NVR)

RFP for Assam State Data Center Page 205 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
S. Compliance Reference Add
Minimum Specification proposed by
No. (Y/N) in Data (if
bidder
Sheet any)

The HD NVR Network video


recorder shall have 400
53. images/sec viewing speed as
well as 40 images / sec
recording speed

The recorder shall have a


minimum of 32 video inputs.
54.
It shall also have looping
inputs for all 32 inputs

The recorder shall provide


PAL image & HD Image
Quality, the following
56. recording resolutions shall be
possible 320 x 288 / 640 x
288 / 640 x 576 / 352 x 288 /
704 x 288 / 704 x 576

The NVR shall have 6 high


57.
speed USB ports

The NVR shall be in a


position to
58. display atleast 100 video
images
Simultaneously

The recorder shall support


instant playback and shall
59.
have programmable favorite
channel selection.

The recorder shall allow a


minimum of 6 X digital zoom
60.
on playback with selectable
area .

RFP for Assam State Data Center Page 206 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
S. Compliance Reference Add
Minimum Specification proposed by
No. (Y/N) in Data (if
bidder
Sheet any)

The recorder shall support


61. simultaneous playback and
record full duplex operation.

The recorder shall have the


feature of an internal
hardware watchdog. The
reorder shall have an internal
62.
hard disc capacity of 3 TB and
shall be possible to connect a
RAID 5 back up. Server Can
be connected with NAS

The NVR shall be of the same


make as that of the cameras
to ensure 100% system
63. compatibility. Components
like camera , NVR , Software
and power supply should be
from same make

The NVR shall have each


64. channel individually
programmable.

Remote workstation shall be


in a position to administer /
65.
view live images / search and
view playback images

RFP for Assam State Data Center Page 207 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
S. Compliance Reference Add
Minimum Specification proposed by
No. (Y/N) in Data (if
bidder
Sheet any)

The recorder shall have 32


hard-wired alarm inputs,
which shall be capable of
configuring globally as
normally open or normally
closed. Each of these inputs
66.
shall be assigned to any or all
of the cameras to trigger
recording at custom record
rates. Up to 5 seconds of pre-
alarm shall also be available
on each camera.

The NVR recorder shall


provide 24 dry contact
outputs, each of which shall
67.
be associated with any or all
of the camera inputs and/or
alarm inputs.

The recorder shall provide an


extremely flexible scheduling
on a week-by-week basis.
Each 24-hour period shall be
68. divided into 15-minute blocks
enabling different
configurations of recording
triggers to be available during
each 15-minute period.

RFP for Assam State Data Center Page 208 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
S. Compliance Reference Add
Minimum Specification proposed by
No. (Y/N) in Data (if
bidder
Sheet any)

The recorder shall provide


onscreen controls for
operation of PTZ cameras. All
fully functional cameras shall
69.
be controlled via a PC
comport which shall use an
additional converter to
communicate via RS485/422

The recorder shall provide an


Ethernet port as standard. If
required in addition free
client software shall supplied
70. which enables remote control
and connectivity via TCP/IP.
The NVR shall support
Gigabit port 10/100/1000
base T

The recorder shall be tested to


71. comply with UL / CE & FCC
regulations/certifications.

The recorder shall provide


72. HD resolution of 1280 x1024
( XVGA output )

The recorder shall have a


built in watchdog that will
automatically restart after a
73.
power failure and begins to
record as per its configured
settings.

RFP for Assam State Data Center Page 209 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
S. Compliance Reference Add
Minimum Specification proposed by
No. (Y/N) in Data (if
bidder
Sheet any)

The recorder shall provide the


ability to manually ‘back up’
74. recorded data to hard disk or
DVD / RAID while the unit
continues to record.

The recorder shall be


programmed using a
75.
keyboard and mouse via on
screen menus.

The recording of the


recorders are watermarked
and encrypted requiring
backup software to open and
76.
view them. In addition,
images backed up in bitmap
or JPEG format can be
verified for authenticity

The recorder shall be suitable


77. for mounting on a standard
19” rack.

There shall be a network


78. management SERVER
(Network Video Recorder }

The NVR shall support pre-


79. alarm and post alarm
recording.

The NVR shall support more


80. than resolutions while
recording.

RFP for Assam State Data Center Page 210 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Page Value
Specification
S. Compliance Reference Add
Minimum Specification proposed by
No. (Y/N) in Data (if
bidder
Sheet any)

Systems should have Server &


Client architecture, Server
have intelligent video
management software with
81. Video analytics for recording
& manage the Camera &
Workstation for viewing all
the camera installed in the
systems

82. Any other

1.1.75. Table 39: Building Management System (BMS)

Make:

Model:

Minimum Specification Compliance Page Value


S.
Specification proposed by (Y/N) Reference Add
No.
bidder in Data (if
Sheet any)

Air Conditioning Management & Control

In-row cooling AC
1.
Units
Temperature
2.
monitoring and
controls at all
specified
positions/locations

3. Any other

Energy Management

LT Panel Energy
4.
Monitoring

5. UPS Monitoring

RFP for Assam State Data Center Page 211 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Minimum Specification Compliance Page Value


S.
Specification proposed by (Y/N) Reference Add
No.
bidder in Data (if
Sheet any)

6. Any other

Safety & Security Systems Integration

Fire Alarm System


7.
Integration
VESDA (Very Early
8.
Smoke Detection
Alarm) System
Integration
Access Control &
9.
Surveillance System
Integration
Gas System
10.
Integration

11. Any other

Integration

DG Set on MODBUS
12.
Protocol with RS 485
Communication Port
Energy Meter on
13.
MODBUS Protocol
with RS 485
Communication Port

14. Any other

1.1.76. Table 40: Public Address System

Make:

Model:

Minimum Specification Compliance Page Value


S.
Specification proposed by (Y/N) Reference Add (if
No.
bidder in Data any)
Sheet
Making public
1.
announcement from
the Security Control
Room and Facility
Manager’s room.
Clear and crisp

RFP for Assam State Data Center Page 212 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Minimum Specification Compliance Page Value


S.
Specification proposed by (Y/N) Reference Add (if
No.
bidder in Data any)
Sheet
announcement
should reach to the
entire Facility area.
Microphones should
2.
be provided to make
announcements /
respond to
announcement from
the designated
location within the
Facility.
To play light music if
3.
required.

4. Any other

1.1.77. Table 41: Common Alarm System

Make:

Model:

Minimum Specification Compliance Page Value


S.
Specification proposed by (Y/N) Reference Add
No.
bidder in Data (if
Sheet any)
The common alarm
1.
panel is required for
checking the
healthiness of all
systems, to be
installed at Data
center.
The panel can be
2.
installed in the room
of Security Officer at
Data center.

3. Any other

RFP for Assam State Data Center Page 213 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

1.1.78. Table 42: Physical Security

Minimum Specification Compliance Page Value


S.
Specification proposed by (Y/N) Reference Add
No.
bidder in Data (if
Sheet any)
DCO should make
1.
provision for the
physical security at the
proposed State Data
Centre.

1.1.79. Table 43: Electrical Panels

Make:

Model:

Minimum Specification Compliance Page Value


S.
Specification proposed by (Y/N) Reference Add
No.
bidder in Data (if
Sheet any)
The Panels shall be of
1.
compartmentalize
design so that circuit
arc / flash products do
not create secondary
faults and be
fabricated out of high
quality CRCA sheet,
suitable for indoor
installation having
dead front operated
and floor mounting
type.
All CRCA sheet steel
2.
used in the
construction of Panels
shall be 2 mm. thick
and shall be folded
and braced as
necessary to provide a
rigid support for all
components. Joints of
any kind in sheet steel
shall be seam welded,
all welding slag
grounded off and

RFP for Assam State Data Center Page 214 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Minimum Specification Compliance Page Value


S.
Specification proposed by (Y/N) Reference Add
No.
bidder in Data (if
Sheet any)
welding pits wiped
smooth with plumber
metal.
The Panels shall be
3.
totally enclosed,
completely dust and
vermin proof and
degree of protection
being not less than IP:
54 to IS: 2147. Gaskets
between all adjacent
units and beneath all
covers shall be
provided to render the
joints dust proof. All
doors and covers shall
be fully casketed with
foam rubber and /or
rubber strips and shall
be lockable.
All panels and covers
4.
shall be properly fitted
and secured with the
frame and holds in the
panel correctly
positioned. Fixing
screws shall enter into
holes, taped into an
adequate thickness of
metal or provided with
bolts and nuts. Self-
threading screws shall
not be used in the
construction of Panels.
A base channel of 75
5.
mm. x 50 mm. x 6
mm. thick shall be
provided at the
bottom.
Panels shall be
6.
preferably arranged in
multi-tier formation.
The size of the Panels
shall be designed in
such a way that the
internal space is
sufficient for hot air
movement. If

RFP for Assam State Data Center Page 215 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Minimum Specification Compliance Page Value


S.
Specification proposed by (Y/N) Reference Add
No.
bidder in Data (if
Sheet any)
necessary, openings
shall be provided for
natural ventilation,
but the said openings
shall be screened with
fine weld mesh. The
entire electrical
component shall be
derated for 50 c.
The Panels shall be
7.
provided with
removable sheet steel
plates at top and
bottom to drill holes
for cable / conduit
entry at site.
The Panels shall be
8.
designed to facilitate
easy inspection,
maintenance and
repair.
The Panels shall be
9.
sufficiently rigid to
support the equipment
without distortion
under normal and
under short circuit
condition. They shall
be suitably braced for
short circuit duty

10. Any other

Circuit Compartments

Each MCCB shall be


11.
housed in separate
compartments and
shall be enclosed on all
sides. Sheet steel
hinged lockable door
shall be duty
interlocked with the
unit in `ON’ and
`OFF’ position.
All instruments and
12.
indicating lamp shall
be mounted on the
compartment door.

RFP for Assam State Data Center Page 216 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Minimum Specification Compliance Page Value


S.
Specification proposed by (Y/N) Reference Add
No.
bidder in Data (if
Sheet any)
Sheet steel barriers
shall be provided
between the tiers in a
vertical section.

13. Any other

Instrument Compartments

Separate adequate
14.
compartment shall be
provided for
accommodating
instruments,
indicating lamps,
control contactors/
relays and control
fuses etc.
These components
15.
shall be accessible for
testing and
maintenance without
any danger of
accidental contact with
live parts, bus bar and
connections

16. Any other

Busbars

The busbar shall be air


17.
insulated and made of
high quality, high
conductivity, high
strength Aluminum.
The busbar shall be of
18.
3 phases and neutral
system with separate
neutral and earth bar.
The size of neutral
busbar in all main
panels or lighting
panels and feeders for
panel shall be equal to
phase busbar.
The busbar and
19.
interconnection
between busbars and

RFP for Assam State Data Center Page 217 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Minimum Specification Compliance Page Value


S.
Specification proposed by (Y/N) Reference Add
No.
bidder in Data (if
Sheet any)
various components
shall be of high
conductivity
Aluminum.
The busbar shall be of
20.
rectangular cross-
section designed to
withstand full load
current for phase
busbars and half rated
current for neutral
busbars in case of
MCC panels only and
shall be extensible on
either side.
The busbar size shall
21.
be as per the rating of
the panel. The busbar
shall have uniform
cross-section
throughout the length.
The busbars and
22.
interconnections shall
be insulated with
epoxy-coated busbar.
The busbar shall be
supported on bus
insulators of non-
flammable type with
high creepage and
high anti tracking
property and non-
hydroscopic SMC /
DMC insulated
supports at sufficiently
close intervals to
prevent busbars sag
and shall effectively
withstand
electromagnetic
stresses in the event of
short circuit.
The busbar shall be
23.
housed in a separate
compartment. The
busbar shall be
isolated with 3-mm.
thick bakelite sheet to

RFP for Assam State Data Center Page 218 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Minimum Specification Compliance Page Value


S.
Specification proposed by (Y/N) Reference Add
No.
bidder in Data (if
Sheet any)
avoid any accidental
contact. The busbar
shall be arranged such
that minimum
clearance between the
busbar are maintained
as below:
Between phases : 25
a.
mm. minimum
Between phases and
b.
neutral: 25 mm.
Between phases and
c.
earth: 25 mm.
Between neutral and
d.
earth: 20 mm.
minimum
All busbar connections
24.
shall be done by
drilling holes in
busbars and
connecting by
chromium plated or
tinned plated brass
bolts and nuts.
Additional cross-
25.
section of busbar shall
be provided in all
Panels to cover up the
holes drilled in the
busbar. Spring and flat
washers shall be used
for tightening the
bolts.
All connections
26.
between busbars and
circuit breakers /
switches and cable
terminals shall be
through aluminum
strips of proper size to
carry full rated
current. These strips
shall be insulated with
insulating taps.
Panel to panel entry of
27.
bus bar shall be
effectively sealed by
electrical and thermal

RFP for Assam State Data Center Page 219 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Minimum Specification Compliance Page Value


S.
Specification proposed by (Y/N) Reference Add
No.
bidder in Data (if
Sheet any)
insulation barriers so
that products of
flashover do not travel
from one panel to
another panel creating
multiple faults.
Busbar calculated on
28.
50 deg. C. ambient
temp. and 85 deg. C.
for continuous and
short time rating.
Busbar surrounded air
temp. shall be
considered 70 deg. C.
for busbar calculation
All joint shall have
29.
non-flammable
insulation shrouds for
secondary insulation
purpose

30. Any other

Electrical Power and Control Wiring Connection

Terminal for both


31.
incoming and
outgoing cable
connections shall be
suitable for 1100 V
grade, aluminum /
copper conductor
XLPE insulated and
PVC sheathed,
armored cable and
shall be suitable for
connections of solder
less sockets for the
cable size as per the
feeder capacity.
Power connections for
32.
incoming feeders of
the main Panels shall
be suitable for 1100 V
grade aluminum
conductor (XLPE)
cables.
Both control and
33.
power wiring shall be

RFP for Assam State Data Center Page 220 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Minimum Specification Compliance Page Value


S.
Specification proposed by (Y/N) Reference Add
No.
bidder in Data (if
Sheet any)
brought out in cable
alley for ease of
external connections,
operation and
maintenance.
Both control and
34.
power terminals shall
be properly shrouded.
10% spare terminals
35.
shall be provided on
each terminal block.
Sufficient terminals
shall be provided on
each terminal block, so
that not more than one
outgoing wire is
connected to per
terminal.
Terminal strips for
36.
power and control
shall preferably be
separated from each
other by suitable
barriers of enclosures.
Wiring inside the
37.
modules for power,
control, protection and
instruments etc. shall
be done with use of
660 / 1100 V grade,
FRLS insulated copper
conductor cables
conforming to IS. For
current transformer
circuits, 2.5 sq.mm.
copper conductor wire
shall be used.
Other control wiring
38.
shall be done with 1.5
sq.mm. copper
conductor wires.
Wires for connections
39.
to the door shall be
flexible. All conductors
shall be crimped with
solder less sockets at
the ends before
connections are made

RFP for Assam State Data Center Page 221 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Minimum Specification Compliance Page Value


S.
Specification proposed by (Y/N) Reference Add
No.
bidder in Data (if
Sheet any)
to the terminals.
Control power supply
40.
to modules through
the control
transformer Control
power wiring shall
have control fuses,
(HRC fuse type) for
circuit protection. All
indicating lamps shall
be protected by HRC
fuses.
Particular care shall be
41.
taken to ensure that
the layout of wiring is
neat and orderly.
Identification ferrules
shall be filled to all the
wire termination for
ease of identification
and to facilitate
checking and testing

42. Any other

Terminals

The outgoing
43.
terminals and neutral
link shall be brought
out to a cable alley
suitably located and
accessible from the
panel front.
The current
44.
transformers for
instruments metering
shall be mounted on
the disconnecting type
terminal blocks.
No direct connection
45.
of incoming or
outgoing cables to
internal components
of the distribution
board is permitted;
only one conductor
may be connected in
one terminal

RFP for Assam State Data Center Page 222 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Minimum Specification Compliance Page Value


S.
Specification proposed by (Y/N) Reference Add
No.
bidder in Data (if
Sheet any)

46. Any other

Cable Compartments

Cable compartments
47.
of minimum 300 mm
size shall be provided
in the Panels for easy
termination of all
incoming and
outgoing cables
entering from bottom
or top.
Adequate supports
48.
shall be provided in
the cable
compartments to
support cables.
All outgoing and
49.
incoming feeder
terminals shall be
brought out to
terminals blocks in the
cable compartment.

50. Any other

Labels
Engraved PVC labels
51.
shall be provided on
all incoming and
outgoing feeders.
Single line circuit
52.
diagram showing the
arrangements of
circuit inside the
distribution board
shall be pasted on
inside of the panel
door and covered with
transparent laminated
plastic sheet.

53. Any other

Name Plates

A nameplate with the


54.
Panels designation in

RFP for Assam State Data Center Page 223 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Minimum Specification Compliance Page Value


S.
Specification proposed by (Y/N) Reference Add
No.
bidder in Data (if
Sheet any)
bold letters shall be
fixed at top of the
central panel.
A separate nameplate
55.
giving feeder details
shall be provided for
each feeder module
door.
Inside the feeder
56.
compartments, the
electrical components,
equipment,
accessories like
switchgear, control
gear, lamps, relays etc.
shall suitably be
identified by providing
stickers.
Engraved nameplates
57.
shall preferably be of 3
ply, (Red-White-Red
or Black-White-Black)
lamicold sheet.
However, black
engraved perplex sheet
name plates shall also
be acceptable.
Engraving shall be
done with square
groove cutters.
Nameplate shall be
58.
fastened by counter
sund screws and not
by adhesives

59. Any other

Danger Notice Plates


The danger notice
60.
plate shall be affixed in
a permanent manner
on operating side of
the Panels.
The danger notice
61.
plate shall indicate
danger notice both in
Hindi and English and
with a sign of skull and

RFP for Assam State Data Center Page 224 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Minimum Specification Compliance Page Value


S.
Specification proposed by (Y/N) Reference Add
No.
bidder in Data (if
Sheet any)
bones.
The danger notice
62.
plates, in general,
meet the requirements
of local inspecting
authorities.
Overall dimensions of
63.
the danger notice plate
shall be 200 mm. wide
x 150 mm. high.
The danger notice
64.
plate shall be made
from minimum 1.6
mm. thick mild steel
sheet and after due
pre-treatment to the
plate, the same shall
be painted white with
vitreous enamel paint
on both front and rear
surface of the plate.
The letters, the figures,
65.
the conventional skull
and bones etc. shall be
positioned on plate as
per recommendation
of IS : 2551-1982.
The said letters, the
66.
figures and the sign of
skull and bones shall
be painted in signal
red color as per IS: 5 -
1978.
The danger plate shall
67.
have rounded corners.
Location of fixing
holes for the plate
shall be decided to suit
design of the Panels.
The danger notice
68.
plate, if possible, it
should be of ISI
certification mark

69. Any other

Moulded Case Circuit Breakers

RFP for Assam State Data Center Page 225 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Minimum Specification Compliance Page Value


S.
Specification proposed by (Y/N) Reference Add
No.
bidder in Data (if
Sheet any)
The molded case
70.
circuit breaker
(MCCB) shall be air
break type and having
quick make - quick
break with trip free
operating mechanism.
Housing of the MCCB
71.
shall be of heat
resistant and flame
retardant insulating
material.
Operating handle of
72.
the MCCB shall be in
front and clearly
indicate
ON/OFF/TRIP
positions.
The electrical contact
73.
of the circuit breaker
shall be of high
conducting non-
deteriorating silver
alloy contacts.
The MCCB shall be
74.
provided
microprocessor based
overload and short
circuit protection
device.
All the releases shall
75.
operate on common
trip busbar so that in
case of operation of
any one of the releases
in any of the three
phases, it will cut off
all the three phases
and thereby single
phasing of the system
is avoided.
The MCCB shall
76.
provide two sets of
extra auxiliary
contacts with
connections for
additional controls at
future date.

RFP for Assam State Data Center Page 226 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Minimum Specification Compliance Page Value


S.
Specification proposed by (Y/N) Reference Add
No.
bidder in Data (if
Sheet any)

77. Any other

Contactors

The contactors shall


78.
meet with the
requirements of IS:
2959 and BS: 7755.
The contactors shall
79.
have minimum
making and breaking
capacity in accordance
with utilization
category AC3 and shall
be suitable for
minimum Class II
intermittent duty.
If the contactor forms
80.
part of a distribution
board then a separate
enclosure is not
required, but the
installation of the
contactor shall be such
that it is not possible
to make an accidental
contact with live parts
Any other
81.

Indicating Lamps
Indicating lamps
82.
assembly shall be
screw type with built
in resistor having non-
fading color lens. LED
type lamps are
required.
Wiring for Remote
83.
ON, OFF, TRIP
indicating lamp is
required.
Color shade for the
84.
indicating lamps shall
be as below :
• ON indicating
lamp: Red

RFP for Assam State Data Center Page 227 of 228


Volume II – Technical and Functional Specifications

Volume II – Technical and Functional Specifications

Minimum Specification Compliance Page Value


S.
Specification proposed by (Y/N) Reference Add
No.
bidder in Data (if
Sheet any)
• OFF indicating
lamp: Green
• TRIP indicating
lamp: Amber
• PHASE indicating
lamp: Red, Yellow,
Blue
• TRIP circuit
healthy lamp:
Milky

85. Any other

RFP for Assam State Data Center Page 228 of 228

You might also like