View/Download

advertisement
I.T. Department
Tirumala Tirupati Devasthanams
Open Tender for
Establishment of Global Data Center for TTD: Building
Management System, Fire Suppression and Intelligent
Addressable Fire Alarm System
TENDER NO.07/EDPM/TTD/Tpt/2016-17
Prepared by: Information Technology Department,
T.T.Devasthanams, Tirupati
1
I.T. Department
INDEX
NO
DETAILS
1.
NOTICE INVITING TENDER (NIT)
2.
DECLARATION OF TENDERER
3.
ELIGIBILITY CRITERIA
4.
INSTRUCTIONS TO TENDERERS.
5.
GENERAL TERMS AND CONDITIONS OF CONTRACT
6.
SPECIAL CONDITIONS FOR INCOME TAX AND VAT/CST
7.
FORCE MAJEURE
8.
INDEMNIFICATION
9.
CONFIDENTIALITY
10.
INTELLECTUAL PROPERTY RIGHTS
11.
SCOPE OF WORK
12.
DURATION OF THE CONTRACT
13.
PRICE BID FINALIZATION
14.
PAYMENT
15.
SPECIAL CONDITIONS OF CONTRACT
16.
ANNEXURE
17.
PRICE BID
Page No.
2
I.T. Department
TIRUMALA TIRUPATI DEVASTHANAMS
INFORMATION TECHNOLOGY DEPARTMENT
*** *** ***
1. NOTICE INVITING TENDERS (NIT)
1.
DEPARTMENT NAME
: O/o.EDP MANAGER, TTD, TIRUPATI.
2.
CIRCLE
: O/o.EDP MANAGER
3.
NIT NUMBER
: 07/EDPM/TTD/Tpt/2016-17
4.
NAME OF WORK
: Establishment of Global Data Center
for TTD: Building Management
System, Fire Suppression and
Intelligent Addressable Fire Alarm
System
5.
ESTIMATE CONTRACT VALUE
: Open Tender
6.
PERIOD OF COMPLETION
: Three months
7.
BIDDING TYPE
: Open tender
8.
BID CALL NO.
: 1st Call
9.
EMD/BID SECURITY
: Rs. 79,000/-
10.
EMD/BID SECURITY DD PAYABLE
TO
: The Executive Officer, TTD, Tirupati
11.
BID DOCUMENT DOWNLOADING
START DATE
: 12.09.2016 from 3.00 P.M.
12.
BID DOCUMENT DOWNLOADING
END DATE
: 26.09.2016 up to 1.00 P.M.
13.
LAST DATE AND TIME FOR RECEIPT
OF BIDS
: 26.09.2016 up to 3.00 P.M.
14.
BID VALIDITY
: 3 months
15.
PRE QUALIFICATION/TECHNICAL
BID OPENING DATE
: 26.09.2016 at 4.00 P.M.
16.
COMMERCIAL BID OPENING DATE
: 28.09.2016 at 3.00 P.M.
17.
OFFICER INVITING BIDS
: The EDP Manager, TTD, Tirupati
18.
BID OPENING AUTHORITY
The H.O.D.(IT), TTD, Tirupati
19.
ADDRESS
The EDP Manager, O/o.EDP Manager,
#106, 2nd Floor, Admn Building,
T.T.Devasthanams,
Tirupati. Chittoor (D), A.P.(S), India
20.
CONTACT DETAILS
0877-2264544
21.
e-mail
edpm@tirumala.org
3
I.T. Department
2. DECLARATION BY THE TENDERER
The Executive Officer,
Tirupati Tirumala Devasthanams,
Tirupati – 517501.
Dear Sir,
Sub : Establishment of Global Data Center for TTD: Building
Management System, Fire Suppression and Intelligent
Addressable Fire Alarm System
Ref :
***
1. We expressly declare and acknowledge that we have carefully read / understood
and followed the Guidelines.
2. We will not make any claim or demand upon TTD based upon or arising out of
any alleged misunderstanding, misconception or mistake.
3. We shall keep the offer open for a period of 3 (Three) Months and not modify or
alter the whole or any part of the offer submitted for the above period.
4. In the unlikely event of the withdrawn during the agreement period by us, the
EMD Earnest Money Deposit amount of Rs. 79,000/- paid at the time of tender
may be forfeited by TTD.
5. If our offer is accepted the EMD will be retained by TTD for further fulfillment of
the contract.
6. If our offer is not accepted the EMD shall be returned on application, after we
receive the notice or rejection of our tender.
7. We understand and agree that TTD is not bound to accept the highest offer that it
receives under this offer.
8. We also understand and agree that TTD reserves the right to cancel all or any
applications under this offer without assigning any reasons or explanations and if
necessary call for tenders.
9. If our offer is accepted, we agree to enter into a formal agreement with TTD to
affect the Establishment of Global Data Center for TTD: Building Management
System, Fire Suppression and Intelligent Addressable Fire Alarm System.
10. We declare and accept that a mere submission of the offer by us does not
constitute any relationship with TTD in any manner whatsoever.
Yours truly,
(Seal & Signature of Tenderer)
Name & Address of Tenderer.
4
I.T. Department
TIRUMALA TIRUPATI DEVASTHANAMS, TIRUPATI
O/O.EDP MANAGER
3. ELIGIBILITY CRITERIA:
The tenderer shall fulfill the eligible criteria for participation in the tender and the
tender will be evaluated adhering to the following mandatory eligible criteria:
3.1
The bidder should be a Company/firm registered under the Indian
Companies Act, 1956 since last five years as on date of tender. Relevant
certificates shall be provided.
3.2
The bidder should have valid ISO 9001:2000, ISO 20000-1:2001& ISO
27001:2013 certifications and copies of the same shall be enclosed.
3.3
The bidder should be an established system integrator who has an
experience of installation & commissioning of Data centers and should have
been in the business for more than three years as on 31.03.2016 in
datacenter business. Need to submit work orders conforming and area of
activity with relevant documents in its support.
3.4
The bidder should have a turnover of at least Rs.20.00 Crores in any one of
the financial years i.e., 2011-12 to 2015-16. Audited Balance Sheet & profit
and loss account should be submitted for the said same financial year in
support of the same.
3.5
The bidder should have executed at least two projects of data center projects
(tier II and above) of value Rs. 3.5 Crore or above in any organization in
India in preceding 5 years. The successful performance /satisfaction
certificates issued by such organizations along with purchase order attested
copies are to be attached for at least two works.
3.6
In case of consortium maximum of two members only is permissible and
each consortium must nominate a lead member/prime bidder of the
Consortium and must submit the power of Attorney by all members of the
Consortium in favor of the lead member/prime bidder. It will be sufficient if
one of the consortium or all the members collectively satisfy the above said
eligibility criteria.
3.7
Members of the Consortium shall enter into a memorandum of
understanding (MoU) specific to this Project which shall be submitted with
the Tender document. The MoU shall, inter alia:
 Convey the intent to form a Consortium, with commitments in
accordance with the Tender Document, which would enter into the
Project Agreement and subsequently carryout all the responsibilities
5
I.T. Department
as implementing Agency in terms of the Project Agreement, in case
the Project is awarded to the Consortium
 Clearly outline the proposed roles and responsibilities of each
member at each stage.
The members of the Consortium shall be jointly liable for the
execution of the Project in accordance with the terms of the Project
Agreement, however TTD will interact with lead member who shall own all
liability and responsibility on behalf of consortium.
The Consortium as a whole must be a sound entity both technically
and financially.
The change in composition of the Consortium (i.e. Insertion or
deletion of new/existing members) will not be allowed after the submission
of the Bid.
3.8
The bidder shall have at least one professional having certification as data
center professional as CDCP/CDCS/PMP’s in their payroll for at least for
last 6 months. Attested Xerox copies of the certificates to be submitted.
3.9
The Tenderer should produce the Solvency certificate issued by a
nationalized/scheduled bank for not less than Rs.75 lakhs.
3.10 EMD in the form of Demand Draft in favour of Executive Officer, T.T.D,
Payable at Tirupati for Rs.79,000/-.
3.11 The firm has to submit a letter duly stating that they have not been blacklisted in the past by an institution/ organization on non-Judicial stamp paper
being purchased by the tenderer as per prevailing rates under the stamp act.
3.12 Cost of Tender document in the form DD in favour of Executive Officer,
TTD for Rs.5,000/4 INSTRUCTIONS TO TENDERERS
4.1
The EDP Manager, TTD, Tirupati, invites tenders for the above work vide
Adv.No: 34/SE(Elec)/TTD/TPT/2016-17 dt: 03-09-2016 The bids will be
opened by the H.O.D.(IT), TTD, Tirupati or his nominee at his office, on the
dates mentioned in NIT. If the office happens to be closed on the dates, the
opening of tenders gets automatically postponed to the next working date, the
time being unaltered, unless extended by a notification published in News
papers or through Amendment on TTD’s Web site i.e. www.tirumala.org.
4.2
Tender shall download the tender document from the TTD website
www.tirumala.org. Cost of the tender document of Rs.5,000/- (Rupees Five
thousand only) shall be paid in the form of D.D. drawn from any scheduled
bank in favor of the Executive Officer, TTD payable at Tirupati and the same
shall be submitted along with the Bid at the time of bid submission.
6
I.T. Department
4.3
The successful tenderer is expected to complete the work within the time
period specified in the NIT. The tenderer shall furnish all the document proofs
as specified in Check-list
4.4
Qualification/Disqualification of the Tenderer:
4.4.1
The tenderer must fulfill the eligibility criteria prescribed in the
tenderer with all the supporting documents as per the eligibility
criteria. If tenderer fails to produce documentary evidences of the
eligibility criteria, the tenderer will be disqualified. All the
documents must be stamped and signed.
4.4.2
Even though the Tenderers meet the qualifying criteria, they are
liable to be disqualified / debarred / suspended / blacklisted if they
have
a) Furnished false / fabricated particulars in the forms, statements and
/ annexures submitted in proof of the qualification requirements
and/or
b) Not turned up for entering into agreement, when called upon.
c) Record of poor progress such as abandoning the work, not properly
completing the contract, inordinate delays in completion, litigation
history or financial failures etc. and/or
d) Even while execution of the work, if found that the work was
awarded to the Contractor based on false / fake certificates of
experience, the Contractor will be blacklisted.
e) If the rates quoted by a tenderer is found to be either abnormally
high or with in the permissible ceiling limits prescribed but under
collusion or due to unethical practices adopted at the time of
tendering process, such tenders shall be rejected.
f) A tenderer submitting a Tender which the tender accepting
authority considers excessive and or indicative of insufficient
knowledge of current prices or definite attempt of profiteering will
render himself liable to be debarred permanently from tendering or
for such period as the tender accepting authority may decide.
4.4.3
One Tender per Tenderer: Each Tenderer shall submit only one
Tender for the work. A Tenderer who submits more than one Tender
will cause dis-qualification of all the Tenders submitted by the
Tenderer.
4.5 TENDER DOCUMENT
4.5.1
Contents of Tender document.
One set of Tender document, comprises of the following:
Technical bid

Notice inviting tender (nit)

Declaration of tenderer

Eligibility criteria
7
I.T. Department

Instructions to tenderers.

General terms and conditions of contract

Special conditions for income tax and vat/cst

Force majeure

Indemnification

Confidentiality

Intellectual property rights

Scope of work

Duration of the contract

Price bid finalization

Payment

Special conditions of contract

Annexure
Price Bid

4.5.2
Schedule -A
Clarification on Tender Documents
A prospective Tenderer requiring any clarification on Tender document may
contact the Tender Inviting Officer at the address indicated in the NIT or
thorough email edpm@tirumala.org. Tender Inviting Officer will also respond
to any request for clarification and will post the clarification in
www.tirumala.org.
4.5.3
Amendment to Tender Documents
4.5.3.1 Before the last date for submission of Tenders, the Tender
Inviting Officer may modify any of the Contents of the Tender
Notice, Tender documents by issuing amendment / Addendum.
4.5.3.2 Any addendum/amendments issued by the Tender Inviting
Officer shall be part of the Tender Document and it shall either
be communicated in writing to all the tenderers, or notified in the
News
Papers
in
which
NIT
was
published
or
on
www.tirumala.org website.
4.5.3.3 To give prospective Tenderers reasonable time to take an
addendum into account in preparing their bids, the Tender
Inviting Officer may extend if necessary, the last date for
submission of tenders.
4.6 PREPARATION OF TENDERS
4.6.1
Language of the Tender.
All documents relating to the tender shall be in the English Language
only.
4.6.2
Bid Submission:
4.6.2.1 Tenderer is advised to study the Bid document carefully.
Submission of the Bid shall be deemed to have been done after
8
I.T. Department
careful study and examination of the Bid document with full
understanding of its implications. Failure to furnish all
information required by this Bid document or submission of a
Bid not substantially responsive to the Bid document in every
respect will be Tenderers risk and may result in the rejection of
its Bid.
4.6.2.2 Submission of bid will be in the form of two bids with Technical
and Financial Bids. Technical Bid and Financial Bid must be
submitted in separate sealed envelope. The envelope cover in
each case should be super scribed with “Technical Bid for
Establishment of Global Data Center for TTD: Building
Management System, Fire Suppression and Intelligent
Addressable Fire Alarm System” and “Financial Bid for
Establishment of Global Data Center for TTD: Building
Management System, Fire Suppression and Intelligent
Addressable Fire Alarm System” respectively. Tenderer name,
address and NIT No should also be super scribed on each
envelop. Both Technical and financial envelops shall be placed
into single cover and submitted super scribed with “Tender for
Establishment of Global Data Center for TTD: Building
Management System, Fire Suppression and Intelligent
Addressable Fire Alarm System with NIT No:” along with
D.D. drawn towards cost of Tender document.
4.6.2.2.1
Technical Bid: This envelope shall be sealed and super
scribed as “Technical Bid for Establishment of
Global Data Center for TTD: Building Management
System,
Fire
Suppression
and
Intelligent
Addressable Fire Alarm System”. This envelope shall
contain following documents:
4.6.2.2.1.1 Full Tender Document duly signed by Authorized
Signatory on each and every page. It shall be
expressly agreed therein that the Bidder has read
and understood the entire Tender Document and
shall comply with the same without any
deviations.
4.6.2.2.1.2 Eligibility Criteria: ANNEXURE –I CHECKLIST
TO
ACCOMPANY
THE
TENDER
with
supporting documents
4.6.2.2.2
Financial Bid: This envelope shall be sealed and super
scribed as “Financial Bid for Establishment of Global
Data Center for TTD: Building Management
System,
Fire
Suppression
and
Intelligent
9
I.T. Department
Addressable Fire Alarm System”. This envelope shall
contain Price Bid.
4.6.2.3 The application with over-writing, alternations etc. will not be
admitted unless they are attested by the Tenderer. Tender
document should be neatly typewritten and every correction
should be invariably attested by full signature with date before
submission of tender to the authority concerned, failing which the
tender will not be eligible for further consideration. Errors, if
any, will be corrected / accepted by the tender accepting
authority at its discretion. Telegraphic and Pencil Quotes will not
be accepted. Unsigned application forms will be rejected.
4.6.2.4 All duties, taxes, and other levies payable by the contractor as
per State / Central Government rules, shall be included in the
quoted rate by the tenderer.
4.6.2.5 Bids may be sent by registered post/ speed post/courier or by
hand delivery, so as to reach the Purchaser at the address
specified in BDS on or before date and time mentioned in BDS.
Bids submitted by telex/telegram/fax/e-mail shall not be
considered under any circumstances.
4.6.3
Validity of Tenders
4.6.3.1 Tenders shall remain valid for a period of not less than three
months from the last date for receipt of Tender specified in NIT.
4.6.3.2 During the above mentioned period no plea by the tenderer for
any sort of modification of the tender based upon or arising out
of any alleged misunderstanding of misconceptions or mistake or
for any reason will be entertained.
4.6.3.3 In exceptional circumstances, prior to expiry of the original time
limit, the Tender Inviting Officer may request the bidders to
extend the period of validity for a specified additional period.
Such request to the Tenderers shall be made in writing.
A
Tenderer may refuse the request without forfeiting his E.M.D. A
Tenderer agreeing to the request will not be permitted to modify
his Tender, but will be required to extend the validity of his
E.M.D. for a period of the extension.
4.6.4
Earnest Money Deposit
4.6.4.1 The Tenderer shall furnish, Earnest Money Deposit as specified
in NIT. The tenderer shall deposit an EMD deposit for an amount
of Rs. 79,000/- (Rupees Seventy Nine thousands only) in the
form of Demand draft drawn on any scheduled bank in favor of
the Executive Officer, TTD and payable at Tirupati which will
be returned after the expiry of the contract.
10
I.T. Department
4.6.4.2 Demand Drafts furnished towards EMD for BIDDING the tender
shall be valid for a period of six months from the date of tender
notice.
4.6.4.3 Successful Tenderer shall pay total EMD of 2.5% of the value of
the tender in the form of Demand Draft drawn on any scheduled
bank in favour of the Executive Officer, TTD which may include
the EMD already paid during the bid submission.
4.6.4.4 The Earnest Money Deposited by the successful tenderer will not
carry any interest and it will be dealt with as provided in the
conditions stipulated in the tender.
4.6.4.5 EMD will be forfeited, in the case of a successful tenderer, if he
fails to sign the Agreement for whatever the reason or withdrawing his tender at his instance within the said validity period
of three months.
4.6.5 PERFORMANCE GUARANTEE IN THE FORM OF SECURITY DEPOSIT
4.6.5.1 Successful Tenderer shall provide an unconditional Bank
Guarantee of 7.5% of the value of the tender within 4 weeks from
the date of Purchase Order from TTD from any scheduled bank
valid for 30 days after the completion of contract period and shall
execute an agreement for faithful and satisfactory performance of
contract. The TTD will supply the specimen of the agreement.
The Bank Guarantee will be returned only after successful
completion of contract.
4.6.5.2 If the Successful Tenderer fails to lodge the Bank Guarantee
within the period of 4 weeks from the date of issue of PO, such
failure will constitute a breach of terms and conditions of the
tender and the Earnest Money deposited by him will be withheld
in addition to recovery of any loss sustained by the Institute.
4.6.5.3 Bank Guarantee will be forfeited for any non-performance of the
equipment or default during warranty period.
4.6.6 LAST DATE / TIME FOR SUBMISSION OF THE TENDERS
4.6.6.1 Tenderers must submit the tender not later than the date and time
specified in NIT. The EDP Manager, TTD, may extend the dates
for issue and receipt of Tenders by issuing an amendment in
which case all rights and obligations of the EDP Manager, TTD
and the Tenderers will remain same.
11
I.T. Department
4.7 TENDER OPENING AND EVALUATION
4.7.1 Tender opening
4.7.1.1 The tender opening authority or his nominee / committee shall open the
bids online on the stipulated date and time of opening specified in NIT.
4.7.1.2 Tenders which are not in accordance with the specifications mentioned
shall be rejected.
4.7.1.3 Technical bid: On the due date and time of opening of Bids, The
tender opening authority or his nominee / committee shall open
technical bid of all the received bids in the presence of Authorised
Representatives of the Bidders.
4.7.1.4 Price bid: The tender opening authority or his nominee / committee will
open financial/price bid of those who were qualified in technical
evaluation only will be opened. The date, time and place for opening of
financial/price bid will be communicated to the qualified Bidders. Only
Authorized Representatives of qualified Bidders will be allowed to
attend the opening of financial/price bid. The decision of the Purchaser
shall be final and binding in this regard.
4.7.1.5 Tenders shall be scrutinized in accordance with the conditions
stipulated in the Tender document. In case of any discrepancy of nonadherence Conditions the Tender accepting authority shall communicate
the same which will be binding both on the tender Opening authority
and the Tenderer. In case of any ambiguity, the decision taken by the
Tender Accepting Authority on tenders shall be final.
4.7.2
Tender Evaluation and Comparison of Price Bids
4.7.2.1 Technical Evaluation:
4.7.2.1.1 Technical evaluation of bids shall be done based on the
information furnished by the bidder.
4.7.2.1.2
Initial Evaluation will be done with prequalification criteria i.e.
eligibility criteria. If the bidder fulfill the all eligibility criteria
and then only financial bids will be opened.
4.7.2.2 Financial/Price bid Evaluation Criteria
4.7.2.2.1
The EDP Manager/Committee will evaluate and compare the
financial/price bids of all the qualified Tenderers.
4.7.2.2.2
The bidder shall quote the price for every item in the price bid. If
the bidder leaves any item without quoting the price may lead to
disqualification of the tender.
4.7.2.2.3
If there is a discrepancy between the unit price and the total
price, which is obtained by multiplying the unit price with
quantity, the unit price shall prevail and the total price shall be
corrected. If the Bidder does not accept the correction of errors,
its bid will be rejected.
12
I.T. Department
4.7.2.2.4 If there is any discrepancy between words and figures, the amount
in words will prevail.
4.7.2.2.5
In case any of the information is found to be incorrect / false, the
bid shall be considered as non-responsive.
4.7.2.2.6 TTD may contact and verify bidder's information, references and
data submitted in the bid without further reference to bidders.
4.7.2.2.7
The L1 bidder will be finalized based on the overall L1 price
of the tender.
4.7.2.2.8 TTD reserves the right to use and interpret the bids as it may, in
its discretion considers appropriate, when selecting bidders for
granting the letter of intent/ notification award of contract.
4.7.2.2.9 TTD may seek clarification in writing from bidder by mail.
Bidder shall promptly reply by mail within the time limit
specified in the clarification letter from TTD.
4.7.1 Tender Process to be confidential.
4.7.1.3 Information relating to the examination, clarification, evaluation and
comparison of Tenders and recommendations for the award of a
contract shall not be disclosed to Tenderers or any other persons not
officially concerned with such process until the award to the
successful Tenderer has been announced by the tender accepting
authority. Any effort by a Tenderer to influence the processing of
Tenders or award decisions may result in the rejection of his Tender.
4.7.1.4 No Tenderer shall contact the EDP Manager or any authority
concerned with finalization of tenders on any matter relating to its
Tender from the time of the Tender opening to the time the Contract is
awarded. If the Tenderer wishes to bring additional information to the
notice of the EDP Manager, it should do so in writing.
4.7.1.5 Tenders will be finalized by the HOD, EDP Dept. / Executive Officer
/ TTD Board according to the powers vested with them.
4.7.1.6 Before
recommending/accepting
the
tender,
the
tender
recommending/accepting authority shall verify the correctness of
certificates submitted to meet the eligibility criteria and specifically
experience. The authenticated agreements of previous works executed
by the lowest tenderer shall be called for.
4.8
AWARD OF CONTRACT
4.8.1 Award Criteria
4.8.1.1 The EDP Manager, TTD will award or recommend to the competent
tender accepting authority for award of the contract to the Tenderer
who is found technically qualified and L1 in the evaluation of
Tenderers.
4.8.1.2 The tender accepting authority reserves the right to accept or reject
any Tender or all tenders and to cancel the Tendering process, at any
13
I.T. Department
time prior to the award of Contract, without thereby incurring any
liability to the affected Tenderer or Tenderers or any obligation to
inform the affected Tenderer or Tenderers of the reasons for such
action.
4.8.2 Notification of Award and Signing of Agreement
4.8.2.1 The Tenderer whose Tender has been accepted will be notified of the
award of the work by the EDP Manager, TTD, prior to expiration of
the Tender validity period by registered letter. This letter (hereinafter
and in the Conditions of Contract called “Letter of Acceptance”) will
indicate the sum that the T.T.Devasthanams will pay the Contractor in
consideration of the execution, completion, and maintenance of the
Works by the Contractor as prescribed by the Contract (hereinafter
and in the Contract called the “Contract Amount”).
4.8.2.2 When a tender is to be accepted the concerned tenderer shall attend
the office of the EDP Manager, TTD concerned on the date fixed in
the Letter of acceptance. Upon intimation being given by the EDP
Manager, TTD, of acceptance of his tender, the tenderers shall make
payment of the balance E.M.D., and additional security deposit
wherever needed by way of Demand Draft or unconditional and
irrevocable Bank Guarantee obtained from a Nationalized / Scheduled
Bank with a validity period of months, and sign an agreement in the
form prescribed by the department for the due fulfillment of the
contract. Failure to attend the EDP Manager, TTD office on the date
fixed, in the written intimation, to enter into the required agreement
shall entail forfeiture of the Earnest Money deposited.
4.8.1.3 The written agreement to be entered into between the contractor and
the T.T.Devasthanams shall be the foundation of the rights and
obligations of both the parties and the contract shall not be deemed to
be complete until the agreement has first been signed by the contractor
and then by the proper officer authorized to enter into contract on
behalf of the T.T.Devasthanams.
4.8.1.4 The successful tenderer should execute an agreement on non-judicial
stamp paper being purchased by the tenderer as per prevailing
rates under the stamp act. If the successful tenderer fails to execute
the agreement within the time specified or withdraw the tender after
the intimation of the acceptance of his tender by TTD or he is unable
to undertake the contract due to any other reason, his contract will be
cancelled and his E.M.D. shall be forfeited and he will also be liable
for all damages sustained by the TTD.
14
I.T. Department
4.9 ARBITRATION
4.9.1 The TTD and the contractor shall make every effort to resolve amicably by direct
in formal negotiation and disagreement or dispute arising between them under or
in connection with the contract.
4.9.2 In case of a dispute / difference arising between the TTD and the contractor
relating to any matter arising out of or connected with this contract , such dispute
or difference shall be referred to the venue of arbitration at place from where the
contract is signed i.e. jurisdiction of Tirupathi courts only.
NOTICE:-Any notice by one party to the other pursuant to the contract
shall be sent in writing or by telegram or telex / fax and
confirmed in writing to the address specified for the purpose in
the contract. A notice shall be effective when delivered or on the
notice’s effective date, whichever is late.
4.10 TTD’S RIGHT.
4.10.1 TTD will have the right to increase or decrease the quantity of goods specified in
the Price bid without any change in the unit price or other terms and conditions at
the time of award of contract.
4.10.2 In the case of failure by the firm to perform qualitative and effective work
,the concerned officer or any other officer authorized by him shall have the
powers to reject such service and to utilize the service from any other firm
and excess of cost so incurred by the concerned officer, TTD, over the
contract price together with all charges and expenses attached to the work
shall be recoverable by the concerned officer, TTD., from the contractor’s
EMD s/Security deposits available with TTD.
5 COMMERCIAL CONDITIONS OF CONTRACT
5.1 DEDUCTIONS
5.1.1
Payments shall be subject to deductions of any amount for which
the contractor is liable under the agreement against this contract.
5.1.2
In case of over payments or wrong payment if any made to the
contractor due to wrong interpretation of the provisions of the
contract, or Contract conditions etc., such un authorized payment
will be deducted in the subsequent bills or final bill for the work or
from the bills under any other contracts with the T.T.Devasthanams
/ Government or at any time thereafter from the deposits available
with the T.T. Devasthanams.
5.1.3
Any recovery or recoveries advised by the Government
Department either state or central, due to non-fulfillment of any
contract entered into with them by the contractor shall be recovered
from any bill or deposits of the contractor.
5.1.4
The Tenderer should quote most competitive rate as there will be
no negotiations. The quoted rate is final and once accepted. No
15
I.T. Department
enhancement of price will be allowed. Tenderer shall not withdraw
from the contract.
5.1.5
TTD is not authorized to issue Form “C” or “D”.
5.1.6
No Tender may be withdrawn in the interval between the deadline
for submission of tenders and the expiration of the period of tender
validity specified by the tenderer in the tender form. Withdrawal of
a tender during this interval may result in the Tenderer’s forfeiture
of its EMD.
5.1.7
Tirumala Tirupati Devasthanams, Tirupati does not bind itself to
accept the lowest offer or tender for any specific item or all items
and reserves to itself the right to accept or reject any tender or all
tenders without assigning any reason thereof.
5.1.8
Bidder shall be entirely responsible for all taxes, duties, license fees,
etc, incurred until delivery of the Contracted Goods & services to
the TTD. No tax or duty will be payable by the TTD.
5.2 TERMINATION FOR DEFAULT :
5.2.1
The TTD may, without prejudice to any other remedy for breach of
contract, by written notice of default, sent to the tenderer, terminate
his contract in whole or in part if :5.2.1.1 The contractor / vendor fails to perform any other
obligation(s) under contract.
5.2.1.2 The contractor / vendor does not remedy his failure within
a guarantee period after receipt of the default notice from
TTD.
5.2.2
TTD reserves the right to charge penalty as decided by the
Executive Officer or withhold payment for any unsatisfactory
quality in work by the agency without prejudice to its other rights.
In this regard, the decision of the Executive Officer is final. The
agency is further liable to reimburse/compensate the TTD or third
party for any loss, damage etc., caused or arisen out of the
negligence, or breach of contract.
5.2.3
If the Tenderer, in the opinion of TTD, fails or neglects to be
complied with any of the terms and conditions of the contract or
with any orders issued, then in such a case, the TTD shall without
prejudice to any other right or remedies under this contract has a
right and be entitled to cancel the contract by giving a notice in
writing to the contractor without being liable to pay any
compensation for such cancellation.
5.3 BREACH OF AGREEMENT CONDITIONS
5.3.1
In the event of any breach of agreement at any time by the
contractor, the Contract will be terminated by the concerned officer
TTD., Tirupati without any compensation to the contractor. The
16
I.T. Department
contract may also be put to an end at any time by the officer
concerned, TTD, Tirupati on giving (7) seven days notice to the
contractor.
Further any dispute arising will be subjected to the
jurisdiction of Tirupati only.
5.3.2
For breach of any of the Tender conditions, the Security deposits are
liable to be forfeited duly blacklisting the firm. Further, nonperformance of any of the contract provision to the satisfaction of
TTD will disqualify the tenderer to participate in the tender for the
next three years.
5.3.3
The contract or any part, shares or interest of the contract is not to be
transferred or assigned by the contractor directly or indirectly to any
person whomsoever.
6 SPECIAL CONDITIONS FOR TDS AND VAT/CST
6.1 During the currency of the contract deduction of Income tax at 2.00% will be
applicable &VAT/CST is payable by the vendor himself as in force and the
rates of various items shall remain unaffected by any change in the rate of sales
tax that may be announced from time to time by the Government. The rate at
which such tax is payable will be deducted from the running bills of the
manufacturer /Vendor as per the instructions issued by the Government from
time to time.
6.2 VAT/CST is payable by the vendor himself as in force and the rates of various
items shall remain unaffected by any change in the rate of sales tax that may be
announced from time to time by the Government. The rate at which such tax is
payable will be deducted from the running bills of the manufacturer /Vendor as
per the instructions issued by the Government from time to time.
6.3 The rate quoted is inclusive of VAT/CST payable no claim for VAT/CST
payable will be admitted at a later stage and on any ground whatever,
irrespective of the supplier mentioning and recording anything contrary to the
above in the tender. After the implementation of VAT and even after any
changes contemplated in the tax structure and the rate of taxes to be levied by
the state Government the rates quoted to TTD should be constant and it should
be applicable to all supply orders placed by TTD.VAT is payable by the
vendor himself as in force and the rates of various items shall remain
unaffected by any change in the tax that may be announced from time to time
by the Government.
7 FORCE MAJEURE
7.1 If, at any time, during the continuance of this contract, the performance in
whole or in part by either party of any obligation under this contract is
prevented or delayed by reasons of any war or hostility, acts of the public
enemy, civil commotion, sabotage , fires, floods, explosions, epidemics,
quarantine restrictions, strikes, lockouts or act of God (hereinafter referred to
17
I.T. Department
as events) provided notice of happenings of any such eventuality is given by
either party to the other within 21 days from the date of occurrence thereof,
neither party shall by reason of such event be entitled to terminate this
contractor shall either party have any claim for damages against other in
respect of such non-performance or delay in performance, and deliveries under
the contract shall be resumed as soon as practicable after such an event come to
an end or cease to exist, and the decision of the Purchaser as to whether the
deliveries have been so resumed or not shall be final and conclusive.
8 INDEMNIFICATION: Each Party agrees to indemnify the Aggrieved Party, their
directors, employees, agents and contractors against any third party claim arising out
of or in relation to infringement of any third party’s copyright, trade secret, patent,
trade mark or any other propriety rights, provided that the Aggrieved Party promptly
notifies the other Party of the claim and tenders the other Party the full control to
respond / process and/or settle the claim.
9
CONFIDENTIALITY:
Both the Parties agree that neither party would disclose to third parties any
confidential information which is provided before, during and after the execution of
this agreement. Confidential information which includes, prices, quotations,
negotiated issues made before the execution of the agreement, server configuration,
design and other related information and information relating to the contents to be
transmitted to and from the servers of TTD or service provider and is or
conspicuously marked as confidential shall be termed as Confidential.
9.1 Each Party agrees not to disclose any of the confidential information obtained
from the other under any circumstances to any third party unless it is so
required by law to be disclosed. Any disclosure to be made by the Service
provider as per the requirements of law shall be so disclosed on providing
advance notice to TTD with the reasons for such disclosures.
9.2 TTD reserves the right to disclose the information of the Service provider in
situations where it reasonably believes that the service provider is provided in
such a manner which is contrary to the law for time being in force. If in such
situations TTD shall have no option by law but to disclose such information as
required by law giving no prior notice to the service provider, it is entitled to
do so.
10 INTELLECTUAL PROPERTY RIGHTS:
TTD reserves the rights of Intellectual Property against the provisioned infrastructure
for TTD during the service / agreement period. Infrastructure provisioned for TTD
shall be exclusive and shall not be utilized/ shared for any other purpose other than
TTD. Each party acknowledges and agrees that the other party retains exclusive
ownership and rights in its trade secrets, inventions, copyrights, and other intellectual
property and any hardware provided by such Party in relation to this Agreement.
11 SCOPE OF WORK:
18
I.T. Department
11.1
Specification of NOVEC 1230 Clean Agent Fire Suppression Systems
General
The bidder shall supply, install, test and put in operation NOVEC 1230 (Fluro
Ketone – FK-5-1-12) based fire suppression system. The fire suppression
system shall include and not be limited to gas release control panel, PESO
approved seamless cylinders, discharge valve (with solenoid or pneumatic
actuator) as the case may be, discharge hose, flexible connectors, check valves
and all other accessories required to make a complete system. All components
including the seamless cylinder shall be UL listed.
This operating system shall meet NFPA 2001 (2012 edition) standards and
installed in compliance with all applicable requirements of the local codes and
standards.
The system design should be based on the specifications contained herein,
NFPA 2001 (2012 edition) and in accordance with the requirements specified
in the design manual of the OEM. The bidder, shall confirm compliance to the
above along with their bid.
The system shall be properly filled and supplied by a UL listed OEM (Original
Equipment Manufacturer) All key **components of the system shall be UL
listed.
The NOVEC 1230 gas shall:
 comply with NFPA 2001 standard
 have the approval from US EPA (Environmental Protection
Agency) for use as a
 total flooding fire extinguishing for the protection of occupied
space:
 be given Underwriters' Laboratories Inc. (UL, USA) component
listing for the NOVEC 1230 gaseous agent.
 must have zero ozone depletion potential (ODP)
 have a minimal life span in atmosphere, with atmospheric life time
of less than 5 days
 be efficient, effective and does not require excessive space and
high pressure for storage
 commercially available
**Key components are valves and its accessories, actuators, flexible discharge
and connection hoses, check valves, pressure switch, and nozzles.
Design Condition
The Novec 1230 agent shall be stored in seamless steel cylinders and super pressurized
with dry nitrogen to provide additional energy to give the required rapid discharge. At the
normal operating pressure of 25 bar at 21o C, the agent is a liquid in the cylinder.
19
I.T. Department

The designer shall consider simultaneous flooding of all voids within the
protected volume. The system shall be designed in accordance with the
OEM’s Design Manual.

In order to extinguish a fire using clean agent, the concentration of agent
delivered to each void shall be above the minimum design concentration.
The following shall be considered while designing the system.
Minimum design concentration shall be 4.7%.
If the protected volume has a floor and / or ceiling void the spaces shall be included in the
protected volume, employing a minimum design concentration not below that of the main
room compartment.
The discharge nozzles shall be located within the protected volume in compliance to
limitations and with regard to spacing, floor and ceiling coverage, etc. The nozzles shall
be positioned such that they would cover the entire area up to the extreme corners of the
area under protection and the design concentration will be established in all parts of the
protected volumes.
The final numbers of discharge nozzles shall be according to the OEM’s product manual.
The average pressure at each nozzle shall not be less than 6.034 Bar.
The gas flow calculations shall be carried out on special software given by the OEM. The
software should support usage of seamless cylinders which have a different design
compared to the standard containers used worldwide. The system acceptance report shall
show the resulting concentration in each independent void to be above 4.7% and the
average pressure at each nozzle to be not less than 6.034 Bar.
The agent discharge time shall not exceed 10 seconds and not less than 5 seconds.
The design concentration shall follow at minimum NFPA 2001 for under floor, room and
ceiling space. Unless otherwise approved, room temperature for air-conditioned space
shall be taken around 20°C. For non-air conditioned space, the temperature shall be taken
around ambient temperature. The system shall be designed with minimum design
concentration of 4.5 % as applicable to Class A fire & 4.7% for Class C Fire.
The system engineering company should carry out the piping Isometric design and
validate the same with a hydraulic flow calculation generated by using the agent's design
software. Appropriate fill density to be arrived at based on the same. The system shall be
so designed that a fire condition in any one protected area shall actuate automatically the
total flooding of clean agent in that area independently. The entire system shall
incorporate inter-alia detection, audible and visual alarms, actuation and extinguishing.
20
I.T. Department
Cylinders
Each cylinder shall be seamless steel type manufactured from billets and tested in
accordance with IS 7285 / BS 5045 standard and approved by PESO. The cylinder/valve
assembly shall have suitable metallic protection for the valve enabling transportation of
the filled cylinders safely. The cylinders shall be super-pressurized with dry Nitrogen to
25 bar. The cylinder shall be capable of withstanding any temperature between -30 Deg C
and 70 Deg C. All cylinders shall be distinctly and permanently marked with the quantity
of agent contained, the empty cylinder weight, the pressurization pressure and the zones
they
are protecting. The seamless cylinders shall be UL listed apart from PESO approval.
Cylinder Valve
The Valve assembly should be UL listed and be mounted directly on the cylinder and
should NOT have any adaptor in between the cylinder and Valve as per PESO
requirements.
Each cylinder valve shall have a provision for fixing a supervisory pressure switch and a
safety burst disc to protect the cylinder from over pressure. Each valve is to be fitted with
a pressure gauge for monitoring loss of pressure. The master cylinder valve is to be
released electrically which is performed by means of a solenoid valve arrangement. The
Electric actuation unit shall with manual lever assembly shall be UL listed.
Cylinder valve Actuators
In a single cylinder system the cylinder shall have a UL listed solenoid operated actuator
and a manual actuator. Multi cylinder systems shall have the same fitted on to the master
cylinder and pressure operated actuators fitted on each slave cylinder. All actuators shall
be UL listed from OEM and locally manufactured actuators shall not be used.
Discharge Hoses
Each cylinder valve shall be provided with a plug in type discharge hose of with a test
pressure of minimum 52 Bar. Each hose shall be UL listed. Multi cylinder systems shall
have an interconnect hose for each cylinder. All hoses shall be UL listed from OEM and
locally manufactured hoses shall not be used.
Check valves
For multiple cylinder systems, the manifold shall be fabricated at site with ASTM A106
Schedule 40 seamless pipe with ports provided to connect the check valves. The check
valves shall be UL listed. The check valves shall be threaded to the manifold on one end
and discharge hose from cylinder on the other end. The manifold shall be fabricated
based on the shop drawing from OEM.
Re-Filling & Maintenance In case of any leakage or accidental discharge of the agent, it
should be possible to re-fill the cylinders from a UL listed filling station and also having a
valid PESO approved OEM filling station in India itself. The contractor should indicate
the source of re-filling and the time that will be taken for re-filling and replacement.
Pipe & Fittings
All piping shall be ASTM A-106, Grade-B, Schedule 40 seamless pipes and all fitting
shall be of ASTM A-105.
21
I.T. Department
Documentation
The system engineering company should prepare & submit along with the bid documents,
the piping Isometric drawing and support the same with a UL listed hydraulic flow
calculation generated using the agent's design software. The calculations shall validate the
fill density assumed by the bidder.
The bidder shall submit copies of datasheets of UL listed hardware used in the system.
The bidder shall also submit copy of PESO approval letter for the cylinder proposed to be
used.
The bidder shall also submit calculations to evidence the qty of agent considered for the
system.
The successful vendor must submit, along with the supply invoice, a certificate of
authenticity for the agent, duly checked and vetted by the OEM.
The system engineering company should provide, as part of the handing over, the As built
drawings and operation & maintenance manual.
11.2
Fire Alarm System
General
This section of the specification includes the furnishing,
installation, and connection of a microprocessor controlled, conventional
type fire alarm equipment required to form a complete coordinated system
ready for operation. It shall include, but not be limited to, alarm initiating
devices, alarm notification appliances, control panels, auxiliary control
devices, annunciates, power supplies, and wiring as specified herein.
The fire alarm system shall comply with requirements of
NFPA Standard 72 for Protected Premises Signaling Systems except as
modified and supplemented by this specification. The system shall be
electrically supervised and monitor the integrity of all conductors.
The fire alarm system shall be manufactured by an ISO
9001 certified company and meet the requirements of BS EN9001:
ANSI/ASQC Q9001-1994.
Sequence of Operation
22
I.T. Department
The system shall be operated as per the flow chart described below.
Flow Chart Emergency Operation (Automatic)
VESDA Activation
Smoke
detector1 Activation
Smoke
detector2 Activation
AND LOGIC
120 Sec (Typical)
timer started
Signal to Hooter for
Emergency Evacuation
MCP
Activation
Abort Switch
Activation
NOT LOGIC
AND LOGIC
Release
Switch
Activation
OR LOGIC
Signal to Hooter
Activation, PAC
Tripping, Access Door
Open,
Activation Signal to
SV for extinguishing
system
Basic Performance
 Alarm, trouble and supervisory signals from all intelligent
reporting devices shall be encoded on NFPA Style 4 (Class B)
Signaling Line Circuits (SLC).
 Initiation Device Circuits (IDC) shall be wired Class B (NFPA
Style B).
 Alarm signals arriving at the FACP shall not be lost following a
primary power failure (or outage) until the alarm signal is
processed and recorded.
BASIC SYSTEM FUNCTIONAL OPERATION
When a fire alarm condition is detected and reported by one of the system
initiating devices, the following functions shall immediately occur:
 The system alarm LED on the system display shall flash.
 A local piezo electric signal in the control panel shall sound.
23
I.T. Department
 A backlit LCD / LED display shall indicate all information
associated with the fire alarm condition, including the type of
alarm zone and its location within the protected premises.
SUBMITTALS
Two copies of all submittals shall be submitted to the Architect/Engineer
for review
All references to manufacturer's model numbers and other pertinent
information herein is intended to establish minimum standards of
performance, function and quality. Equivalent compatible UL-listed
equipment from other manufacturers may be substituted for the specified
equipment as long as the minimum standards are met.
For equipment other than that specified, the contractor shall supply proof
that such substitute equipment equals or exceeds the features, functions,
performance, and quality of the specified equipment.
Shop Drawings
Sufficient information, clearly presented, shall be included to determine
compliance with drawings and specifications.
Include manufacturer's name(s), model numbers, ratings, power
requirements, equipment layout, device arrangement, complete wiring
point-to-point diagrams, and conduit layouts.
Show annunciator layout, configurations, and terminations.
Manuals
Submit simultaneously with the shop drawings, complete operating and
maintenance manuals listing the manufacturer's name(s), including
technical data sheets.
Wiring diagrams shall indicate internal wiring for each device and the
interconnections between the items of equipment
Provide a clear and concise description of operation that gives, in detail,
the information required to properly operate the equipment and system
Warranty
All work performed and all material and equipment furnished under this
contract shall be free from defects and shall remain so for a period of at
least one (1) year from the date of acceptance. The full cost of
maintenance, labor and materials required to correct any defect during
this one year period shall be included in the submittal bid.
11.3 BUILDING MANAGEMENT SYSTEM
General
This document summarizes the technical requirements and gives
specific design and construction guidelines of Integrated Building
Management System
24
I.T. Department
The Integrated Building Management System (IBMS) envisaged
for this project shall have the state of art and architecture that shall provide
all integration features that is required.
The system shall present building information in the form of
web pages that can be viewed through a standard web browser such as
Netscape Navigator or Microsoft Internet Explorer. These systems are
called Web Accessible Control Systems or WACS for short. WACS
technology shall allow operator to use any computer or Web-enabled
device to access the building.
The WACS shall provide with the following features.

It shall have access to BAS using workstation browsers, cell
phones, and portable computers.

It shall have complete control of system operating
parameters, such as schedules and set points, from virtually
any modern communications device inside or outside of the
building.

It shall have the ability to use secure socket layers (SSL), 1
wireless-access-protocol devices, 2 digital subscriber lines, 3
virtual private networks,
4
and other emerging network
architectures and technologies that are being developed for
the entire Web community.

It shall have an Intuitive User Interface that shows the status
of the facilities at a glance and manage the building systems
easy.

It shall have sophisticated alarming package that provide
immediate notification of problems.

It shall be able to support integration of multiple building
systems into a cohesive user interface.

It shall have powerful tools that allow to quickly and easily
adjust equipment schedules to meet the needs of occupants.

It shall have Energy-saving features that reduce overall
demand and lower peak-demand charges.
OVERVIEW OF WACS COMPONENTS
The Web Accessible Control System (WACS) comprises the following
functional sections –

Web Server
WACS server pulls data from multiple building networks and
generates web
pages.

Web Browser

Private Intranet or World Wide Web
25
I.T. Department

BAC net Router, BAC net DDC Controllers, Fire Detection and Alarm
System, Access Control System and CCTV Monitoring System

Field control devices/components like temperature sensors, humidity
sensors, differential pressure switches, DP sensors chilled water valve
actuators etc.,

Interfaces to field bus networks

Field Communication cabling

Required printers.
The features of the individual WACS sub-systems and
components shall conform to the following specifications.

The control system must be of a high-speed, peer-to-peer network of
BAC net /Lonworks / Modbus DDC controllers and a web-based
operator interface. The System must depict each mechanical system
and building floor plan by a point-and-click graphic. A web server with
a network interface card shall gather data from this system and
generate web pages accessible through a conventional web browser on
each PC connected to the network. Operators shall be able to perform
all normal operator functions through the web browser interface.

The system shall directly control the Utility equipments as specified in
IO List. It shall also furnish energy conservation features such as
optimal start and stop, night setback, request-based logic, and demand
level adjustment of set points as specified.

Provision for future system expansion to include monitoring of
occupant card access, fire alarm, and lighting control systems.

The system shall use BACnet / Lonworks / Modbus protocol for
communication between control modules and with the operator
workstation or web server. Schedules, set points, trends, and alarms
specified are all BACnet / Modbus /Lonworks objects.
12 DURATION OF THE CONTRACT
This Contract comes into effect from the date of agreement / date of receipt
of work order as specified for a period in the tender.
13 PRICE BID FINALISATION:
13.1 The bidder shall quote the price for every item in the price bid. If the
bidder leaves any item without quoting the price may lead to
disqualification of the tender.
13.2 The L1 bidder will be finalized based on the overall L1 price of the
tender.
14 PAYMENT:
14.1 The standard payment terms of TTD are applicable and all statutory
deductions applicable shall be deducted from the payment.
14.2 No advance will be paid against the order and agreed offer will be valid
during the currency of the contract.
26
I.T. Department
14.3 The payments are made by TTD through Online payments.
14.4 TTD shall make payment on the basis of running Bills submitted by the
Contractor from time to time upon the receipt of claim towards the
supplied item/executed work.
14.5 Payments will be effected upon the receipt of the installation
certification from the concerned user departments and the jurisdictional
EDP officers with all details of measurements/ list of devices.
14.6 80% of the cost of the supplied will be paid upon supply.
14.7 Final bill will be paid only after successful integration of all the Data
Center components and after the compliance/satisfaction report
provided by the Project Management Group constituted by TTD.
15 SPECIAL CONDITIONS OF CONTRACT:
15.1
The successful bidder shall work closely along with other vendors
pertaining to establishment of data center to ensure the proper
integration of other works, like, UPS, PAC, containment, Racks, PDU,
BBT, DCIM, raised floor and IBMS integration.
15.2
The scope of work will be closely monitored by the Project
Management Group Constituted by TTD for proper integration of all
the related works of Data center establishment and the successful
bidder shall follow the guide lines/instructions of Project Management
Group.
15.3
The Equipment offered should carry on-site comprehensive warranty
support for two years and maintenance support for additional 3 years
after the warranty period from OEM covering parts, labour and on-site
repair, and undertaking to the same effect from the OEM should be
furnished by the bidder at the time of bid submission.
15.4
All Critical Components shall be manufactured by the OEM itself in
the factory premises of the OEM and not under any contract
manufacturing and labeled as OEM product. The Critical Components
are here by defined as UPS, PAC and main panels or any other
components defined by Project Management Group.
15.5
All equipments shall be new and no refurbished components shall be
used in the manufacturing process. If any deviation is found on later
date, cost of equipment will be recovered besides initiating legal
action if necessary.
15.6
In case the information provided in the agreement is found to be
factually incorrect, TTD reserves the right to take suitable legal and
blacklisting action against the party(s).
15.7
For better integration of components TTD reserve right to suggest
make/model where ever necessary.
15.8
Bidder shall submit a duly signed Declaration Letter that the tender
confirming that all products, components are new and not obsolete,
27
I.T. Department
refurbished and the installation, commissioning, training and support
for all critical systems and sub-systems directly by the OEM for the
complete Two year Warranty & additional three year Maintenance
support period as mentioned above. If any deviation is found on later
date, cost of equipment will be recovered besides initiating legal
action if necessary.
15.9
The bidder has to arrange a factory visit for the detailed testing of the
complete Materials before the dispatch of the order as desired by TTD.
15.10 The successful Bidder has to submit all the detailed Drawings / SLDs
and Schemes related to all the services as mentioned in the
Specification and BOQ document and get it approved from TTD
authorities before starting of the Execution.
15.11 The Quantities given in the BOQ are indicative and the Bidders are
advised to visit the Site and get the Quantities calculated on the basis
of layout Drawing provided along with the tender. VAT/Service Tax
based on quotation contingent works shall executed.
15.12 The tenderer shall furnish copy of Permanent Account Number (PAN)
card.
15.13 The bidder must have and submit the attested Xerox copy of
CST/VAT registration certificate.
15.14 The bidder should submit valid letter from the OEMs confirming
following:
 Authorization for bidder
 Confirm that the products quoted are not end of life products.
 Undertake that the support includes spares, patches for the quoted
products are available for next 5 years.
28
I.T. Department
16 ANNEXURE
ANNEXURE –I: CHECKLIST TO ACOMPANY THE TENDER
(QUALIFICATION INFORMATION)
S.No Description
1
Remarks
The bidder should be a Company/firm registered under the Indian
Yes/No
Companies Act, 1956 since last five years as on date of tender.
Relevant certificates shall be provided.
2
The bidder should have valid ISO 9001:2000, ISO 20000-1:2001&
Yes/No
ISO 27001:2013 certifications and copies of the same shall be
enclosed.
3
The bidder should be an established system integrator who has an
Yes/No
experience of installation & commissioning of Data centers and
should have been in the business for more than three years as on
31.03.2016 in datacenter business. Need to submit work orders
conforming and area of activity with relevant documents in its
support.
4
The bidder should have a turnover of at least Rs.20.00 Crores in any
Yes/No
one of the financial years i.e., 2011-12 to 2015-16. Audited Balance
Sheet & profit and loss account should be submitted for the said same
financial year in support of the same.
5
The bidder should have executed at least two projects of data center
Yes/No
projects (tier II and above) of value Rs. 3.5 Crore or above in any
organization in India in preceding 5 years. The successful
performance /satisfaction certificates issued by such organizations
along with purchase order attested copies are to be attached for at
least two works.
6
In case of consortium maximum of two members only is permissible
Yes/No
and each consortium must nominate a lead member/prime bidder of
the Consortium and must submit the power of Attorney by all
members of the Consortium in favor of the lead member/prime
bidder. It will be sufficient if one of the consortium or all the
members collectively satisfy the above said eligibility criteria.
7
Members of the Consortium shall enter into a memorandum of
Yes/No
understanding (MoU) specific to this Project which shall be
submitted with the Tender document. The MoU shall, inter alia:

Convey the intent to form a Consortium, with
commitments
in
accordance
with
the
Tender
Document, which would enter into the Project
Agreement
and
subsequently
carryout
all
the
29
I.T. Department
responsibilities as implementing Agency in terms of
the Project Agreement, in case the Project is awarded
to the Consortium.

Clearly outline the proposed roles and responsibilities
of each member at each stage.
The members of the Consortium shall be jointly liable for
the execution of the Project in accordance with the terms of the
Project Agreement, however TTD will interact with lead member
who shall own all liability and responsibility on behalf of consortium.
The Consortium as a whole must be a sound entity both
technically and financially.
The change in composition of the Consortium (i.e.
Insertion or deletion of new/existing members) will not be allowed
after the submission of the Bid.
8
The bidder shall have at least one professional having certification as
Yes/No
data center professional as CDCP/CDCS/PMP’s in their payroll for at
least for last 6 months. Attested Xerox copies of the certificates to be
submitted.
9
The Tenderer should produce the Solvency certificate issued by a
Yes/No
nationalized/scheduled bank for not less than Rs.75 lakhs.
10
EMD in the form of Demand Draft in favour of Executive Officer,
Yes/No
T.T.D, Payable at Tirupati for Rs.79,000/-.
11
The firm has to submit a letter duly stating that they have not been
Yes/No
black-listed in the past by an institution/ organization on non-Judicial
stamp paper being purchased by the tenderer as per prevailing rates
under the stamp act.
12.
Cost of Tender document in the form DD in favour of Executive
Yes/No
Officer, TTD for Rs.5,000/-
30
17
:: 07 /EDPM/TTD/Tpt/2016-17
NIT No
Name of work
::
Establishment of Global Data Center for TTD: Building Management System, Fire Suppression and Intelligent Addressable Fire Alarm
System
Period for completion
:: 3 months
Name of the Bidder / Firm
::
C.S.T. / VAT No.
::
SL.
NO.
SCHEDULE ‘A’ (PRICE BID)
Item Description
Qty
UOM
4
Nos.
384
Kg.
FIRE SUPPRESSION
1.
2.
Design, Supply, Installation, Testing and Commissioning of GAS Based Fire
Suppression with working pressure of 42 bars NOVEC 1230 Fire suppression
System UL/VDS approved as per scope of work (NOVEC - annexure)
Make: Kidde/Fenwal/Siemens
For Server room
Supply, Installation, testing and commissioning of 140 Ltrs cylinder with
valve & warning SB, High Pressure, seamless steel gas cylinder, flat type,
concave bottom as per IS 7285 complete with neck ring, CCOE approved.
Cylinder
Make: RAMA/EKC/Worthington
Supply, Installation, testing and commissioning of Novec 1230 Agent (Fluro
Ketone- FK5-1-12)
Make: 3M/Kidde/Dupont
Unit Rate
Amount
Amount in words
I.T. Department
3
4
5
6
7
8
Bidder
Supply, Installation, testing and commissioning of 100 Ltrs cylinder with
valve & warning SB, High Pressure, seamless steel gas cylinder, flat type,
concave bottom as per IS 7285 complete with neck ring, CCOE approved.
Cylinder
Make: RAMA/EKC/Worthington
Supply, Installation, testing and commissioning of Novec 1230 Agent ( Fluro
Ketone- FK5-1-12)
Make: 3M/Kidde/Dupont
Supply, Installation, testing and commissioning of Master Cylinder
Accessories
Electronic control Head
Discharge Hose, 2" x 31"
Warning Sign - Novec 1230
Makes: Kidde/Fenwal/Siemens
Supply, Installation, testing and commissioning of Mid Slave Cylinder
Accessories
Pressure Operated Control Head
Actuation Hose, 30"
Male Branch Tee, 5/16" Flare x 1/8"NPT
Discharge Hose, 2" x 31"
Makes: Kidde/ Fenwal/ Siemens
Supply, Installation, testing and commissioning of End Slave Cylinder
Accessories
Pressure Operated Control Head
Actuation Hose, 30"
Discharge Hose, 2" x 31"
Master Cylinder Adaptor Kit
Male Elbow, 5/16" Flare x 1/8" NPT
Makes: Kidde/ Fenwal/ Siemens
Supply, Installation, testing and commissioning of El Check 2" (Manifold
2
Nos.
150
Kg.
2
Nos.
2
Nos.
2
Nos.
3
Nos.
I.T. Department
9
10
11
Check Valve)
Supply, Installation, testing and commissioning of Discharge Nozzles shall be
provided within manufacturer's guidelines to distribute the Novec 1230 Agent
throughout the protected spaces Nozzle shall control the flow of Novec 1230
Agent to ensure high velocity, proper mixing in the surrounding air and
uniform distribution of agent throughout the enclosure.
Makes: Kidde/ Fenwal/ Siemens
Supply, Installation, testing and commissioning of Piping & Manifold ASTM
- A-106,Gr-B, Schedule-40 seamless Mild steel pipes
Room Integrity Test : Door frame assembly. This shall sit on any type of door
assembly, Nylon cloth with opening of blower, Air blower, variable speed
driver, micro manometer and other pressure monitoring devices, software,
tubing, cabling and other required components, accessories etc., the vendor
shall consider all the required components for conducting the room integrity
test. the Room integrity test shall be done by level 3 certified tester only for
each of NOVEC protected rooms
9
Nos.
1
Nos.
2
Nos.
1
Nos.
INTELLIGENT ADDRESSABLE FIRE ALARM SYSTEM
12
Bidder
Supply, Installation, Testing and Commissioning of 2 Loop wall mounting
microprocessor based networkable analogue addressable Fire Control Panel
having a Fire Alarm Capability maximum of 99 detectors/devices per loop
with each loop length being restricted to 65% of manufacturer specified
maximum loop length. It shall be expandable by 10loops. The operating panel
shall have minimum 168 character LCD display, 4 access levels, 1000events
historal logging, flash E-PROM, 240volts ac power supply, automatic battery
charger, 24V sealed lead-acid battery suitable operating system for 24hours in
emergency condition. The mass Notification panel shall have sufficient
wattage amplifier to handle the number of speakers/Sounders and
speaker/zones as per requirement and the Fire Fighter Telephone
Communication
System.
Makes: Siemens/Edwards/Notifier
I.T. Department
13
14
15
Supply, Installation, Testing and Commissioning of wall recess/surface
mounting microprocessor based networkable analogue Repeater Panel which
provide the same displays as the main display on the fire alarm control panels
with minimum 168 character graphical back lit LCD display. Capability to
connect to any node to annunciate the full network system or selected network
nodes. The panel shall have Four status queues with selector switches and
LED's for alarm, Supervisory, Trouble and monitor to sort events and shall
Reset, Lamp test, General Alarm and acknowledge. The repeater panel should
not reduce the maximum capability of the number of Main Fire Panels in the
network. The Repeater panel shall include the cost of all mounting
accessories, connectors etc. and shall be as per specifications and list of makes
and
complete
as
required
Makes: Siemens/Edwards/Honeywell
Supply, Installation, Testing and Commissioning of Intelligent Addressable
GAS Releasing Module two supervised release circuits, each of which
provides fire suppression control to different areas of protected area. The
releasing circuits actuate solenoids on the suppression agent tanks according
to predefined release routines. These solenoids release the agent into the
protected area. Both circuits operate together, UL, ULC, and FM,
Makes: Siemens/Edwards/Notifier
Supply, Installation, Testing and Commissioning of Intelligent Addressable
Monitor Module
1
Nos.
2
Nos.
28
Nos.
8
Nos.
8
Nos.
8
Nos.
Makes: Siemens/Edwards/Notifier
16
17
18
Abort Switch
Makes: Siemens/Edwards/Notifier
Manual Release Switch
Makes: Siemens/Edwards/Notifier
Supply, Installation, Testing and Commissioning of Intelligent Addressable
Sounder cum Strobe
Makes: Siemens/Edwards/Notifier
Bidder
I.T. Department
19
20
21
22
Supply, Installation, Testing and Commissioning of Intelligent analog
addressable multi criteria detectors complying with UL approvals capable of
sensing smoke predicted by wide range of combustion sources, dual sense for
smoke and heat covering both, types of fire i.e. the slow smouldering and fast
free burning, auto monitoring and adjusting sensitivity based on the
environmental conditions, Non-volatile memory, LED's for 360deg visibility,
advanced detection and communication protocol easy, Electronic addressing
installation and maintenance etc. suitable for 15-20V DC supply, standard
base for surface mounting and all other accessories,UL Listed,
Siemens/Edwards/Honeywell make as per specifications together with the cost
of materials, labour, tools & implements and as directed by Engineer-incharge.
Makes: Siemens/Edwards/Notifier
Supply, Installation, Testing and Commissioning of UL listed monitored type
Response Indicators for the above detectors with base/box for surface/flush
mounting, UL listed, Siemens/Edwards/Honeywell/make as per specifications
together with the cost of materials, labour, tools & implements and as directed
by Engineer-in-charge.
Supply, Installation, Testing and Commissioning of 2 x 1.5sqmm size fire
retardant halogen free copper shielded UL listed cable as per specifications
laid in 2mm thick 25mm /20mm dia heavy duty FRLS grade PVC conduit of
Sudhakar/Nelco make confirming to IS 9537 Part 3/1983 fixed on the
wall/ceiling/beam as the case may be with heavy duty base saddles and
making terminations to the devices as per specifications complete with cost of
materials, labour, tools & implements and as directed by Engineer-in-charge
Make : Polecat, Havells, Varsha
Supply of 300V rating, 2pair(4 core), 24 AWG, 0.25sq mm copper tin coated
conductor, fire retardant halogen free shielded steel armoured PVC sheathed
cable as per specifications suitable for RS-485 data transmission and laying of
cable to repeater panel complete with the cost of materials, labour, tools &
implements and as per the specifications and directions of EIC.
Make: Polycab, Havells, Varsha
BUILDING MANAGEMENT SYSTEM
Bidder
78
Nos.
50
Nos.
800
Rmt
800
Rmt
I.T. Department
1
a
2
a
b
c
d
e
3
4
5
6
7
DDC Panel Enclosures
Supply Installation Testing and commissioning of Indoor Enclosure with all
Necessary Cabling, Terminal Block, and Relay Transformer etc. for DDC
controller and Supervisory Controller. .
Integrator , Software and PC
PC with Intel i5 Processor,4 GB RAM, 100 / 1000 Mbps NIC for network
connection, 22'' TFT-LCD Screen complete with windows 7 OS, MS Office
and antivirus software. HP/ Dell
22" LCD monitor
Supply, Installation, Testing & Commissioning of Integrated web based
Building Management System Graphical Software. For minimum 1000 data
points and unlimited remote users. (Server License/Open Source With 1 Year
Management)
Workstation License
Supply, Installation, Testing and commissioning of Supervisory Controller
with Embedded software and necessary Interface module for TP integration
(PAC, UPS, Energy Meter, DG, PMM(BCPM), WLD)
Panel Sensor and low side
DDC Controller (Input Output Module) as per I/O Summary
Supply, Installation, Testing and commissioning of flame proof Level switch
(Hi-Low) for DG Oil Tank
Supply laying and termination of 2 Core X 1.5 Sq.mm Armoured ATC PVC
Insulated Cable
Supply Installation Testing and commissioning of 16 Port L1 Network Switch
(non poe)
System configuration and as built drawings
(Total cost to be quoted both in figures & in words).
In each of the above cases, price to be quoted inclusive of all applicable Taxes.
Bidder
2
Nos.
1
Nos.
1
1
Nos.
Nos.
1
3
Nos.
Nos.
1
2
Nos.
1200
Rmt
1
Nos.
1
Nos.
Nos.
I.T. Department
Note:
1. If there is a discrepancy between the unit price and total price THE UNIT PRICE
shall prevail.
2. The cost of items in price bid may be quoted along with all taxes applicable.
3. For the sake of uniform comparison bidder should not add any condition and such of
those tenders, which stipulate any condition, will summarily be rejected.
4. The quantities mentioned in Price bid is Tentative.
Place
::
Date
::
E.M.D. amount of Rs. 79,000/- D.D.No …………………. dt. ………..
Signature of the bidder
with full address
(To be signed by an authorized signatory
with full address of the bidder)
Phone No. :
Fax No.
Bidder
:
I.T. Department
DECLARATION
Name of the Bidder
Address of the Bidder
:
:
(To be filled in by the Bidder)
I/ We hereby agree to abide all the terms and conditions of the contract. I/ We do hereby
agree that I / We shall keep my / Our offer open for a period of Sixty days from the date of opening of the
tender for the extended period as desired by TTD in addition to the period of Sixty days mentioned above in
the event of my / our offer being accepted. I / We shall abide by and give my / our acceptance to the above
terms and conditions (Sl.No.1 to 17) which are this supply contract governing and shall execute an
agreement in the prescribed form, in the event of my / our offer being accepted by TTD.
Yours faithfully,
Signature of the bidder with full address
(To be signed by an authorized signatory
with full address of the bidder)
Bidder
Download