Details - WBSEDCL

advertisement
West Bengal State Electricity Distribution Company Limited
(A Government of West Bengal Enterprise)
(I T & Communication Cell)
Vidyut Bhavan,3rd Floor, C&D Block, Bidhan Nagar, Block-DJ, Sec-II, Kolkata-700091
Phone No.033-2358-9665, FAX No.033-2337-2427, 033-2358-9244
Website: www.wbsedcl.in, e-mail: itcell@wbsedcl.in
CIN: U40109WB2007SGC113473
WBSEDCL
e-TENDER NOTICE
(LOCAL COMPETITIVE BIDDING)
BID DOCUMENT
Comprehensive Annual Maintenance Contract (CAMC) of Data
Center Infrastructure for Central Data Center Rajarhat and
Disaster Recovery Center, Berhampore, WBSEDCL.
Cost of Bid Document : Rs.9000/-
Tender Notice No: IT&C/80/584 1074
25.05.2015
Dated:10.09.2015
Comprehensive AMC for Data Center Infrastructure of Rajarhat Data Center & Berhampore Disaster Recovery Center, WBSEDCL:
Tender Notice No. : IT&C/80/584 dated.10.09.2015
Page 1
CONTENTS
SL. No.
Description
Page
1. DEFINATION &ABBREVIATION
2
2. INSTRUCTION TO BIDDER (IB) -- SECTION I
3—15
3. SCOPE OF WORK -- SECTION II
16--23
4. GENERAL CONDITIONS OF CONTRACT (GCC) -- SECTION III 24–27
5. FORMS OF BID -- ANNEXURE I, II, IIA, IIB, IIC, III, IVA, IVB, V, VI.
6. EQUIPMENTS LIST -- ANNEXURE VIIA, VIIB, VIIC,VIID, VIIE,VIIF .
7. CORRECTIVE MAINTENANCE PROFORMA- ANNEXURE VIII.
Comprehensive AMC for Data Center Infrastructure of Rajarhat Data Center & Berhampore Disaster Recovery Center, WBSEDCL:
Tender Notice No. : IT&C/80/584 dated.10.09.2015
Page 2
DEFINATIONS & ABBREVIATION
1. “WBSEDCL” means West Bengal State Electricity Distribution Company
Limited.
2. “CAMC” means Comprehensive Annual Maintenance Contract.
3. ”IB” means Instruction to Bidder.
4. “HVAC” means High Voltage Air Conditioner.
5. “PAC” means Precession Air Conditioner.
6. “UPS” means Uninterrupted Power Supply.
7. “DSC” means Digital Signature Certificate.
8. “CA” means Certifying Authority.
9. “CCA” means Controller of Certifying Authorities.
10. “DSC” means Digital Signature Certificate.
11. “USB” means Universal Serial Bus.
12. “DD” means Demand Draft.
13. “BC” means Banker’s Cheque.
14. “BG” means Bank Guarantee.
15. “EMD” means Earnest Money Deposit.
16. “NIeT” means Notice Inviting E Tender.
17. “NIT” means Notice Inviting Tender.
18. “BOQ” means Bill of Quantity.
19. “PDF” means Portable Document Format.
20. “PF” means Provident Fund.
21. “ESI” means Employees' State Insurance.
22. “ST” means Service Tax.
23. “IT” means Income Tax.
24. “PAN” means Permanent Account Number.
25. “DC” means Data Center.
26. “DRC” means Disaster Recovery Center.
27. “LOA” means Letter of Award.
28. “SW” means Scope of Work.
29. “DG” means Diesel Generator.
30. “TR” means Transformer.
31. “VCB” means Vacuum Circuit Breaker.
32. “BMS” means Building Management System.
33. “PPC” means Precession Power Control.
34. “CTR” means Resolution Time.
35. “RPM” means Revolution Per Minute.
36. “PCB” means Printed Circuit Board.
37. “FCN” means Field Change Notices .
38. “MCB” means Miniature Circuit Breaker.
39. “MCCB” means Moulded Case Circuit Breaker.
40. “ACDB” means Alternating Current(A.C.) Distribution Board.
41. “LDB” means Light Distribution Board.
42. “PDB” means Power Distribution Board.
43. “ATS” means Automatic Transfer Switch.
44. “CCTV” means Close Circuit Television.
45. “MIS“ means Management Information Systems.
46. “GCC” means General Conditions of Contract.
47. “OEM” means Original Equipment Manufacturer.
Comprehensive AMC for Data Center Infrastructure of Rajarhat Data Center & Berhampore Disaster Recovery Center, WBSEDCL:
Tender Notice No. : IT&C/80/584 dated.10.09.2015
Page 3
SECTION: I
INSTRUCTION TO BIDDER (IB)
IB.1.
West Bengal State Electricity Distribution Company Limited herein after referred to
as WBSEDCL invites sealed tenders in duplicate, with firms’ own seal, for
Comprehensive Annual Maintenance Contract (CAMC) of Data Center Infrastructure
for Central Data Center, Rajarhat and Disaster Recovery Center, Berhampore under
IT&C Cell, WBSEDCL Office as per detail “Scope of Work” and other terms and
conditions furnished in the different clauses of the bid document.
IB.2.
Source of Fund: WBSEDCL will finance the entire work as stipulated under scope of
work in the Bid documents.
IB.3.
Eligibility of Bidders:
IB.3.1.
Vendors fulfilling the Mandatory Conditions mentioned in the
Annexure –II shall be considered as eligible for bidding.
IB.3.2.
Required supporting documents are to be submitted as per clause IB.18.
IB.4.
Issue of BID Documents:
(i) Bids shall be offered for Comprehensive Annual Maintenance of the equipments
under Electrical System, HVAC System and Building Management System
taking reference from bid document.
(ii)
Procurement of equipments for the purpose of Comprehensive Annual
Maintenance of the equipments under Electrical System, HVAC System and
Building Management System including UPS, DG SET, PAC etc. installed at
the Data Centre Rajarhat & Disaster Recovery Center, Berhampore as per
requirements.
IB.4.1.
Intending Bidders desirous of participating in the tender are to log on to
the website http://wbtenders.gov.in . The tender can be searched by
typing wbsedcl in the search box of the website.
IB.4.2.
Bidders willing to take part in the process of e-tendering are required to
obtain Digital Signature Certificate (DSC) in the name of person who
will sign the tender, from any authorized Certifying Authority (CA)
under CCA, Govt of India (viz. nCode Solution, Safescrypt, e-Mudhra).
DSC is given as a USB e-Token. After obtaining the Class 2 or Class 3
Digital Signature Certificate (DSC) from the approved Certifying
Authority they are required to register the fact of possessing the Digital
Signature Certificates through the registration system available in the
website.
Intending bidders are to download the tender documents from the
website stated above, directly with the help of the e-Token provided.
This is the only mode of collection of tender documents. Details of
submission procedure are given in “Instructions to Bidders”.
IB.4.3.
IB.5.
Responsibility of Bidders:
IB.5.1.
It shall be the sole responsibility of Bidders to determine and to satisfy
themselves by such means as they consider necessary or desirable for all
matters pertaining to this contract including, in particular, all factors that
Comprehensive AMC for Data Center Infrastructure of Rajarhat Data Center & Berhampore Disaster Recovery Center, WBSEDCL:
Tender Notice No. : IT&C/80/584 dated.10.09.2015
Page 4
may affect the cost, duration and execution of the work.
IB.5.2.
It must be understood and agreed that such factors have properly been
investigated and considered while submitting the bid. Any claim,
whatsoever, including those for financial adjustments to the contract,
once awarded under these documents will not be entertained by
WBSEDCL. Neither any change in time schedule of the contract nor any
financial adjustments, arising thereof, shall be permitted by WBSEDCL,
which are based on the lack of such clear information of its effect.
IB.5.3.
The bid shall include all the information as per bid document.
IB.5.4.
The bidder shall bear all the costs associated with the preparation and
submission of bid and WBSEDCL in no case shall be responsible or
liable for these costs, regardless of the conduct or outcome of the bidding
process.
IB.5.5.
In order to avoid any problem arising out of network error or server
error, bidders are advised to submit the bid, well in advance of the last
date and time of submission of the bid.
IB.6.
Formation of cartel & penal Measures:
Any evidence of unfair trade practices, including overcharging, price fixing,
cartelization etc. as defined in various statutes, will automatically disqualify the
parties. Repeated occurrence of such evidence of above tenderers may also be
viewed seriously by the WBSEDCL authority and penal measures as deemed fit
would be imposed on such tenderers.
IB.7.
Key Dates: Schedule of Dates for e-Tendering:
Sl. No.
Activity
Date & Time
1
Publishing Date
14.09.2015 at 14:00 Hrs.
2
Document Download start date
14.09.2015 at 14.00 Hrs.
3
Last date of receiving Pre-Bid Clarification
21.09.2015
4
Date of Pre-bid Discussion
24.09.2015 at 15.00
Hrs
at 3rd Floor Conferrence
Room, IT&C Cell, 3rd Floor,
D-Block, Bidyut Bhaban.
5
Bid submission start date
30.09.2015 at 11.00 Hrs.
6
Last date of physical submission of Tender Fee and 09.10.2015 at 13.00 Hrs.
EMD
7
Bid submission end date
09.10.2015 up to 14.00 Hrs.
8
Technical Bid opening date
15.10.2015 at 11.30 Hrs.
9
Financial Bid opening date
To be informed
eligible Bidders.
to
the
Comprehensive AMC for Data Center Infrastructure of Rajarhat Data Center & Berhampore Disaster Recovery Center, WBSEDCL:
Tender Notice No. : IT&C/80/584 dated.10.09.2015
Page 5
IB.8.
If any ‘Strike’ or ‘Holiday, falls on any of the scheduled date, then the next working
day (between mentioned working hours) shall be considered as scheduled date and
schedule time.
IB.9.
Pre Bid Discussion:
IB.9.1.
Pre bid discussion will be held at WBSEDCL as per schedule indicated
in “Key Dates Clause” above to clarify the queries, if any, from the
vendors in respect of tender. Selected vendors who shall purchase the
Bid may participate (maximum two persons per Vendor) in the said
meeting for any such clarification.
IB.9.2.
Non-attendance at the pre bid discussion will not be a cause for
disqualification of the bidders.
IB.10.
Clarification of Bidding Documents: For any discrepancy or obscurity in the
meaning of any clause of the bid document, queries need to be sent through letter/email or to be physically submitted to the address specified in the clause IB 18.4.2
“Place of submission/ Address for Communication “ and to the date specified in
the clause IB.7 “Key Dates”. Prior to Pre-bid discussion, Quaries will not be
accepted by menas of any other mode eexcept the modes mentioed above. Such query
received from vendors prior to pre bid discussion shall only be discussed in the pre
bid meeting. After submission of bid, correspondences regarding changes in taxes,
duties or statutory obligations if any can only be made. If any changes are decided in
pre-bid meeting the same will be uploaded in the website http://wbtenders.gov.in and
no other communication shall be made afterwards on the issues discussed in the pre
bid meeting. The clarification given in pre-bid discussion shall be final and binding on
the bidder.
IB.11.
Amendment / Addenda of Bidding Documents: At any time, prior to the deadline
of submission of Bid, WBSEDCL may, for any reason, modify the Bidding
Documents by issuing Addenda / Amendments and the same will be uploaded in the
website http://wbtenders.gov.in only in due time. WBSEDCL shall not have any
obligation to inform the vendor through any other mode of communication.
IB.12.
Language of the Bid: The bid so prepared by the bidder and all other
correspondences and documents relating to the bid, exchanged by the bidder and
WBSEDCL, shall be written in British English Language only.
IB.13. Period of validity of Bid: The bid shall remain valid for acceptance up to 150 (One
hundred Fifty) days from the date of opening of Technical Bid of the tender.
WBSEDCL may request to extend Validity of the bid beyond 150 (One hundred
Fifty) days if required so, without any change in offer.
IB.14.
Tender Fee :
IB.14.1. All bids must be accompanied with a non- refundable tender fee. The bid
shall be considered non responsive if the tender fee is not submitted
along with the bid. Scanned copy of Demand Draft (DD) / Banker’s
Cheque (BC) / Bank Guarantee (BG) towards Tender Fee of Rs. 9,000/(Rupees Nine Thousand only) issued by any branch of any Indian
Scheduled Bank in favor of West Bengal State Electricity Distribution
Company Limited payable at Kolkata, is to be uploaded while submitting
the bid online. The details of the instrument are to be entered while the
bid is being submitted online.
Comprehensive AMC for Data Center Infrastructure of Rajarhat Data Center & Berhampore Disaster Recovery Center, WBSEDCL:
Tender Notice No. : IT&C/80/584 dated.10.09.2015
Page 6
IB.15.
IB.16.
Earnest money [Bid Guarantee]:
IB.15.1.
All bids must be accompanied with a refundable earnest money, as “Bid
Guarantee”. The bid shall be considered non responsive if the earnest
money is not submitted along with the bid.
IB.15.2.
Scanned copy of Demand Draft (DD) / Banker’s Cheque (BC) / Bank
Guarantee (BG) towards EMD of Rs. 9,00,000 /- (Rupees Nine lakh
only) issued by any branch of any Indian Scheduled Bank in favor of
West Bengal State Electricity Distribution Company Limited payable at
Kolkata, is to be uploaded while submitting the bid online. The details of
the instrument are to be entered while the bid is being submitted online.
The Bank Guarantee to be submitted as per format in ANNEXURE-III
shall remain valid for 180 days from the date of submission of bid with a
claim period of 6(Six) months thereafter.
IB.15.3.
The Bid Guarantee of the unsuccessful Bidder/ Bidders, will be returned
against their written claim within one month from the date of placement
of order on the successful Bidder/ Bidders.
IB.15.4.
The ‘Bid Guarantee’, of the successful Bidder/ Bidders, will be returned
within 30 (Thirty) days from the date of acceptance of Performance
Guarantee to be submitted as per Performance Guarantee Clause of
bid document.
IB.15.5.
No interest shall be payable by WBSEDCL on the above Bid Guarantee.
IB.15.6.
The Bid Guarantee shall be forfeited for any of the following reasons:
IB.15.6.1.
If during the period of bid validity, the bidder withdraws or modifies
the bid in part or as a whole.
IB.15.6.2.
If the successful Bidder/ Bidders fails/fail to accept the order
unconditionally as per “Acceptance of Order” clause of bid
document or fails/fail to furnish the contract performance guarantee as
stipulated in PBG clause of bid document.
IB.15.6.3.
If the successful bidder / bidders fails to extend the validity period of
EMD as per “Earnest Money” Clause of bid document.
IB.15.6.4.
If any cartel is formed by the tenderer in their quotation.
General guidance for e-Tendering:
Instructions/Guidelines for electronic submission of the tenders have been mentioned
below for assisting the bidders to participate in e-Tendering.
IB.16.1.
Registration of Bidders :
Any bidder willing to take part in the process of e-Tendering will have
to be enrolled & registered with the e-Procurement system, through
logging on to https://wbtenders.gov.in.
IB.16.2.
Digital Signature certificate (DSC):
Each bidder is required to obtain a class-II or Class-III Digital Signature
Certificate (DSC) for submission of tenders
IB.16.3.
The bidder can search and download NIeT & Tender Documents
electronically from the website mentioned in Clause 4 using the Digital
Comprehensive AMC for Data Center Infrastructure of Rajarhat Data Center & Berhampore Disaster Recovery Center, WBSEDCL:
Tender Notice No. : IT&C/80/584 dated.10.09.2015
Page 7
Signature Certificate. This is the only mode of collection of Tender
Documents.
IB.17.
Signing of Bids:
IB.17.1.
The bid shall be downloaded from the website www.wbtenders.gov.in
and shall be signed by a person / persons duly authorized by the
bidder.
IB.17.2.
To be qualified for evaluation and finalization of contract, Bidder/
Bidders shall submit a written power of attorney, authorizing the
signatory of the Bid to act on behalf of the Bidder in the form and
manner which is acceptable by WBSEDCL.
IB.17.3.
All the pages of the bid and where, entries/ amendments have been
made, shall be signed by the person/persons signing the bid.
IB.17.4.
The complete bid shall be without alterations, interlineations or erasers,
except those to accord with instructions issued by WBSEDCL or as
necessary to correct errors made by the bidders, in which case such
corrections shall be initialed by the person/persons signing the bid. Bids
not duly signed shall be treated as cancelled.
IB.18.
Submission of Bid: Bids shall be submitted as under :
IB.18.1.
Tender documents are to be submitted online through the website
https://wbtenders.gov.in. All the documents uploaded by the Tender
Inviting Authority form an integral part of the contract. Tenderers are
required to upload all the tender documents along with the other
documents, as asked for in the tender, through the above website within
the stipulated date and time as given in the Tender.
Tenders are to be submitted in two parts - one is Technical Proposal and
the other is Financial Proposal.
Documents for Technical Proposal are to be submitted at pre-defined
folders. Price bid under financial proposal is to be submitted at predefined folder named: BOQ.
The tenderer shall carefully go through the documents and prepare the
required documents and upload the scanned documents in Portable
Document Format (PDF) to the portal in the designated locations of
Technical Bid.
The bidder needs to download the Forms / Annexures, fill up the
particulars in the designated Cell and upload the same in the designated
location of Technical Bid.
The documents uploaded shall be virus scanned and digitally signed
using the Digital Signature Certificate (DSC). Tenderers should take
note of all the addendum/corrigendum related to the tender and upload
the latest documents as part of the tender.
IB.18.2.
Part-1: Technical Proposal
The Technical Proposal shall contain scanned copies and/or declarations
in the following standardized formats in two covers:
Comprehensive AMC for Data Center Infrastructure of Rajarhat Data Center & Berhampore Disaster Recovery Center, WBSEDCL:
Tender Notice No. : IT&C/80/584 dated.10.09.2015
Page 8
IB.18.2.1.
i.
Statutory Cover
Under Statutory Cover/folder, there will be another four folders for
submission of the technical documents.
To be submitted in “Drafts” folder .
a) Tender Fee
Scanned copy of Demand Draft (DD)/ Banker’s Cheque (BC) towards
tender fee as prescribed in the NIeT, in favour of West Bengal State
Electricity Distribution Company Limited payable at Kolkata.
b) Earnest Money Deposit (EMD)
Scanned copy of Bank Guarantee (BG)/DD/BC/Pay order towards
EMD as prescribed in the NIeT (Annexure -III), in favour of West
Bengal State Electricity Distribution Company Limited payable at
Kolkata.
ii. To be submitted in “Annexure” folder
a) Bid Proposal (Vide Annexure I)
b)Proforma for bank guarantee for contract performance (Vide Annexure VI)
c) Price Schedule in Un-priced condition (BoqAnnexureV).
d)Equipment/ Component Schedule (Annexure VIIA, VIIB & VIIC,
VIID, VIIE, VIIF).
e) Blank Format of Log Book for Corrective Maintenance (Annexure VIII).
iii. To be submitted in “NIT” folder
a) Notice Inviting e-Tender (NIeT)
b)Addenda/Corrigenda: if published
iv. To be submitted in “Forms” folder
a) Schedule of Bid:-The bidder needs to download the form for
“Schedule of Bids” (Annexure-IIA), fill up the particulars in the
designated Cell and upload the same in the designated location of
Technical Bid. Submission of incomplete “Schedule of Bids” will
render the tender liable to summary rejection.
b) Mandatory Condition (Annexure-II).
c) Summary statement (Annexure-IIB) of average annual turnover for
a period of the last three financial years i.e for financial years
2011-2012, 2012-2013, 2013-2014, as per certified audit report for
Companies and tax audit report in case of Firms or Entities other
than Companies.
d) Statement of orders executed during last three financial years
(Annexure-IIC) i.e for financial years 2012-2013, 2013-2014,
2014-2015.
e) Proforma for undertaking to be submitted by the Bidders (Vide
Annexure-IVA) and Format of Letter of Bid (Vide Annexure-IVB).
Note:
Bidders are to keep track of all the Addendum/Corrigendum issued with a
particular tender and upload all the above digitally signed along with the NIeT.
Tenders submitted without the Addendum/Corrigendum will be treated as
informal and liable to be rejected.
Only downloaded copies of the above documents are to be uploaded, virus scanned
and digitally signed by the bidder.
Comprehensive AMC for Data Center Infrastructure of Rajarhat Data Center & Berhampore Disaster Recovery Center, WBSEDCL:
Tender Notice No. : IT&C/80/584 dated.10.09.2015
Page 9
IB.18.2.2.
i.
Non-Statutory Cover (My Document).
Company Details:
Company Profile describing the working area.
ii. Certificates:
a) PF and ESI (if applicable) Registration Certificate
b) Copy of PAN Card.
c) Valid Professional Tax Registration certificate.
d) VAT Registration Certificate..
e) Service Tax Registration No.
f) Trade License No with Certificate is to be submitted by the Bidder.
g) Registration No with Certificate of Incorporation as a Company
under Companies Act 1956 (substituted by Companies Act 2013)
for more than 5 (five) years ending 31.03.2015.
h) Copy of returns for IT, filed during last three years i.e. for
assessment year 2012-2013, 2013-2014, 2014-2015.
iii. Financial Info:
Average annual turnover for a period of the last three financial years
i.e for financial year 2011 -2012, 2012-2013, 2013-2014. In this
respect complete set of audit report for Companies and tax audit report
in case of Firms or Entities other than Companies for financial years
2011-2012, 2012-2013, 2013-2014 are required to be submitted.
iv. Credential:
a) Documents to be submitted as mentioned in Annexure-II
(Mandatory Condition).
b) Any documents found necessary.
Note : Failure of submission of any one of the above mentioned documents will render
the tender liable to summary rejection.
IB.18.3.
Financial Proposal (Part-2)
The financial proposal needs to be submitted as per pre-defined
standardized formats (BoqAnnexureV) in one cover (folder) named
“BOQ” under main cover “Finance”. The bidder is to upload, downloaded
predefined Price Bid only with filled up amounts in specified fields. The
bidder will not be allowed to upload any Techno-commercial terms and
conditions in the ‘Price Bid’ offer/ BOQ. Any deviation taken in the Price
part shall not be accepted.
IB.18.3.1.
To be submitted in “BOQ” folder.
The bidder is to quote the rate in the blank spaces marked for quoting
rate in the Schedule1 sheet of BoqAnnexureV for Rajarhat DC and
Berhampore DRC. Only downloaded copies of the above documents
are to be uploaded, virus scanned and digitally signed by the bidder.
Any deviation in the format, content (Other than entry of the quoted
price at the desired blank spaces) of the Price bid/BOQ will render the
tender liable to summary rejection.
Comprehensive AMC for Data Center Infrastructure of Rajarhat Data Center & Berhampore Disaster Recovery Center, WBSEDCL:
Tender Notice No. : IT&C/80/584 dated.10.09.2015
Page 10
IB.18.4.
Submission of original copies of documents of Tender Fee
and Earnest Money Deposit :
Mode of Payment: Tender Fee must be submitted in the form of Bank
Draft (DD) / Bankers Cheque (BC) of any scheduled Bank of India.
EMD must be submitted in the form of Bank Draft (DD) / Bankers
Cheque (BC) / Bank Guarantee (BG) of any scheduled Bank of India.
Payment in any other form will not be accepted.
IB.18.4.2. Place of submission/ Address for Communication: The original
copies of the DD/BC/BG, towards Tender Fee and Earnest Money
Deposit shall be submitted in the following office:
Office of the Chief Engineer, IT & C Cell,
West Bengal State Electricity Distribution Company Limited,
Vidyut Bhavan,3rd Floor, D-Block,
SaltLake, Sector-2, Kolkata – 700091.
Ph No:-033-2324-2550/ 2551
Email Id:- soumya.samanta@wbsedcl.in
IB.18.4.3. Time of submission: The original copies of DD/BC/BG towards
Tender Fee and EMD shall be submitted in a sealed envelope in the
office as stated above within the date and time as specified in the NIeT.
If the bidder fails to submit the original copies within the due date and
time, his tender will not be opened and his bid will stand rejected.
IB.18.4.1.
IB.19.
IB.18.5.
Conditional and incomplete tenders are liable to summary rejection.
IB.18.6.
No price preference will be allowed to any tenderer based on the size of
the industry or its geographic location. Co-operative Society will not be
considered with separate status.
Late Submission of Bid: Bidder shall take all possible measures to submit the
bid within the schedule date & time at specified location prescribed elsewhere in the
bidding document. Late submission of bid for whatever reason shall not be accepted.
IB.20.
Withdrawal / modification of Bids:
IB.20.1.
IB.20.2.
IB.19.
The bidder may withdraw / modify his bid after submission of bid,
provided that the notice of withdrawal / modification is received in
writing by WBSEDCL prior to opening of bid document (part-1) No
withdrawal/modification will be allowed after opening of bid document
under any circumstances.
Withdrawal of a bid during the interval after opening of bid document
(part-1) and the expiry of the period of bid validity specified by the
bidder in the Bid Form shall result in the forfeiture of the bid guarantee
through encashment of the DD/BG/BC/Pay order by WBSEDCL.
Opening and evaluation of tender
IB.19.1.
Opening of technical proposal:
IB.19.1.1. Technical proposals will be opened by the Tender Inviting Authority or
his authorized representative electronically from the website stated
above, using their Digital Signature Certificate.
IB.19.1.2. Technical proposals for those tenderers whose original copies of
DD/BC/BG towards tender fee & EMD have been received will only
Comprehensive AMC for Data Center Infrastructure of Rajarhat Data Center & Berhampore Disaster Recovery Center, WBSEDCL:
Tender Notice No. : IT&C/80/584 dated.10.09.2015
Page 11
IB.19.1.3.
IB.19.1.4.
IB.19.1.5.
IB.19.1.6.
be opened. Proposals corresponding to which original copy of
DD/BC/BG towards tender fee & EMD has not been received, will not
be opened and will stand rejected.
Intending tenderers may remain present if they so desire (restricted to
two persons per Tenderer).
Cover (Folder) for Statutory Documents (vide Clause IB.18.2.1)
will be opened first and if found in order, Cover (Folder) for
Non-statutory Documents (vide Clause IB.18.2.2) will be opened.
If there is any deficiency in the Statutory Documents, the tender will
summarily be rejected.
Decrypted (transformed into readable formats) documents of the
Statutory and Non-statutory Covers will be downloaded for the
purpose of evaluation.
Evaluation Procedure described in clause IB.22.
IB.19.2.
Opening of financial proposal (price bids).
Financial proposals submitted by the tenderers in the prescribed format
(BoqAnneexureV) and declared technically eligible, will be opened
electronically by the Tender Inviting Authority from the web portal
stated above on the prescribed date.
IB.19.2.2. No deviation in any form in the price-bid sheet is acceptable.
IB.19.2.3. The encrypted copies will be decrypted and evaluated online.
IB.19.2.4. After opening of the financial proposal the preliminary summary result
containing inter-alia, name of bidders and the rates quoted by them will
be uploaded.
IB.19.2.5. The Tender Accepting Authority may ask any of the tenderers to
submit analysis to justify the rate quoted by that tenderer.
IB.19.2.6. For any discrepancy in the amount of figures and words, the quoted
amount in figure will prevail.
IB.19.2.1.
IB.20.
Process to be confidential:
IB.20.3.
After the opening of bids, information relating to the
examination, clarification, evaluation and comparison of bids, and
recommendations concerning the award of Contract shall not be
disclosed to bidders or other persons not officially concerned with
such process.
IB.20.4.
Any effort by a bidder to influence WBSEDCL or others connected in
the process of examination, clarification, evaluation and comparison
of bids, and in decisions concerning the award of Contract, may result
in the rejection of his bid.
IB.21.
Conflict of Interest:
IB.21.1.
The Bidder shall not have a conflict of interest that may affect the
Tendering Process. Any Bidder found to have a Conflict of Interest
shall be disqualified. In the event of disqualification, the Bid Security of
the bidder shall be forfeited for, the time, cost and effort of the
Authority including consideration of such Bidder’s Proposal, without
prejudice to any other right or remedy that may be available to the
Authority hereunder or otherwise.
Comprehensive AMC for Data Center Infrastructure of Rajarhat Data Center & Berhampore Disaster Recovery Center, WBSEDCL:
Tender Notice No. : IT&C/80/584 dated.10.09.2015
Page 12
IB.21.2.
IB.21.3.
IB.21.4.
Any Bidder found to have a Conflict of Interest if his near relative is
posted as an employee/officer in any capacity in WBSEDCL, who is
associated with the Tender Inviting Authority.
Any Bidder found to have a Conflict of Interest if any employee of the
bidding firm/company has or develops a financial or other interest with
any employee/officer of WBSEDCL associated with the Tender
Inviting Authority during the execution of the contract.
Any Bidder has a relationship with another Bidder/Bidders, directly or
through common third parties, that puts them in a position to have
access to each-others’ information about, or to influence the Tendering
Process of either or each of the other Bidder.
IB.22.
Clarification of Bids:
To assist in the examination, evaluation and comparison of bids, WBSEDCL may ask
the bidder individually for clarifications of his bid at the appropriate stage of evaluation.
The request for clarification and the response thereof shall be in writing but no change in
the price or substance of the bid shall be sought, offered or permitted.
IB.23.
Procedure of Evaluation :
Evaluation of tenders will be done in the following steps:
IB.23.1.
IB.23.1.1.
IB.23.1.2.
IB.23.1.3.
IB.23.1.4.
IB.23.1.5.
Evaluation of Technical Proposal
While evaluation, the Tender Inviting Authority or his authorized
representative may summon of the tenderers and seek clarification /
information or additional documents or original hard copy of any of
the documents already submitted and if these cannot be produced
within the stipulated timeframe, their proposals will be liable for
rejection.
The summary list of tenderers, whose bids will be found technocommercially eligible, will be uploaded in the web portals. Date of
opening of financial bid will be intimated to the techno-commercially
qualified tenderers.
All Technical proposal documents as specified in the tender will be
examined and assessed for the techno-commercial, performance and
management capability of the bidder.
The bidder shall not take any commercial deviation from the
stipulation of Bid document. If the bidder takes any commercial
deviation, his Bid may be liable for rejection.
Prior to opening of price bid, a meeting with qualified bidders may be
arranged to bring all the bidders under same commercial terms &
conditions if considered necessary. Date of meeting will be
communicated to qualify bidders in due course.
IB.23.2.
Evaluation of price bid:
IB.23.2.1. Evaluation of Price Bid will include all the relevant taxes as applicable.
IB.23.2.2. The bidder shall indicate the above prices clearly in the respective
price schedule.
IB.23.2.3. If Rebate / Discount is offered, the financial impact of Rebate /
Discount shall also be brought out in the Summary Price Bid.
Comprehensive AMC for Data Center Infrastructure of Rajarhat Data Center & Berhampore Disaster Recovery Center, WBSEDCL:
Tender Notice No. : IT&C/80/584 dated.10.09.2015
Page 13
IB.23.2.4.
IB.24.
Conditional Rebate / Discount, if any, offered by any Bidder shall be
outside the purview of commercial terms & conditions & shall not be
considered during Bid evaluation. Any variation, up or down, in taxes
& duties or any new levy introduced subsequent to bid opening will
not be considered for comparison of bids.
Price:
IB.24.1.
IB.24.2.
IB.24.3.
IB.24.4.
IB.24.5.
IB.24.6.
IB.24.7.
IB.24.8.
IB.24.9.
The Bidder shall indicate the prices in Indian Rupees only.
Incomplete or partial quotation will not be accepted and shall be liable to
be rejected.
No deviation in any form in the Price Bid Sheet is acceptable
Prices quoted by the Bidder shall be fixed. Bid/tenders submitted with
adjustable price quotations will be rejected.
Rates quoted should be for a period of Three years of Comprehensive
AMC services of the equipments mentioned in Annexure - VII. The rates
quoted should be inclusive of all taxes.
No extra costs shall be paid for change of the defective spares if any
during Comprehensive AMC period for the equipment under Scope
of Work.
Total CAMC price offer shall be submitted in the prescribed format
(BoqAnnexureV) only.
The prices (excluding tax component) shall remain FIRM till completion
of the CAMC period for which the contract is awarded. For introduction
of any new levy or change of tax rate will be considered till completion
of the service within stipulated period.
The Bidder, at his own cost, responsibility and risk may visit the Site of
Service and may obtain relevant information before quoting the rates.
The costs of visiting the Site shall be at the Bidder's own expense.
IB.25.
Acceptance of Tender:
L1 bidder will be decided on the basis of technical and price bid evaluation for the
overall work after satisfying each sub-category. Lowest valid rate should normally be
accepted. However, the Tender Accepting Authority does not bind himself to do so
and reserves the right to reject any or all the tenders, for valid reasons.
IB.26.
Time Schedule : The entire activity as per scope of work shall start after issue of
LOA. Date of issue LOA shall be considered as zero date.
IB.27.
Taxes, Duties and other levies: The bidder shall be solely responsible for the
taxes that may be levied on the vendor’s persons or on earning of any of his
employees and shall hold the employer indemnified and harmless against any claims
that may be made against the employer. The WBSEDCL shall not take any
responsibility whatsoever regarding taxes under Income Tax Act 1961, for the vendor
or his personnel.
IB.28.
Statutory Obligations: Statutory obligations as per law of the land are to be
complied.
Comprehensive AMC for Data Center Infrastructure of Rajarhat Data Center & Berhampore Disaster Recovery Center, WBSEDCL:
Tender Notice No. : IT&C/80/584 dated.10.09.2015
Page 14
IB.29.
P.F. Code No. : The vendor shall submit necessary PF code no.
IB.30.
Period of Contract: Initial Period of contract shall be 3 (Three) years from the date
of placement of order or any other date as agreed upon mutually prior to the
commencement of the contract. WBSEDCL may increase the period of contract for
another two years depending upon the performance of the previous years of the bidder
at the rate indicated below:4th Year Rate – Rate of 3rd Year with a maximum increase up to 5%.
5th Year Rate-- Rate of 4th Year with a maximum increase up to 5%.
with same terms and conditions of the Letter of Award (LOA) placed on successful
bidder which shall be accepted by the bidder without imposing any conditions.
IB.31.
Issue of LOA : WBSEDCL will award the contract to the successful bidder whose
bid has been determined to substantially responsive and has been determined the
lowest evaluated bid, provided further that the bidder is determined to be qualified to
perform the contract satisfactorily. WBSEDCL shall be the sole judge in this regard.
IB.32.
Acceptance of LOA: The successful bidder shall submit written unconditional
acceptance of LOA within 15 (Fifteen) days from date of issuance of the same.
Submission of conditional acceptance of LOA shall be treated as non-compliance of
this clause.
IB.33.
Right to reject Bids : WBSEDCL reserves the right to accept or reject any bid and
to annul the bidding process and reject all bids at any time prior to award of
Contract, without thereby incurring any liability to the affected bidder or bidders or
any obligation to inform the affected bidder or bidders the reason for WBSEDCL's
action.
IB.34.
Disqualification of Vendors: Adverse report / remark during CAMC service against
any order from any office under WBSEDCL may disqualify the candidature of the
vendor at any point of time during processing of the tender.
IB.35.
Representative of Vendors: The successful vendor is required to nominate officers,
exclusively for this CAMC with whom WBSEDCL will contact on all matters related
to this job. The vendor has to specifically furnish to WBSEDCL, the name,
designation, mobile no, office & residential phone no of such person.
IB.36.
Mandatory Condition: The bidder shall provide documentary evidence satisfactory
& acceptable to WBSEDCL to establish that they have the requisite credential,
capability and experience to handle the contract and meet requirements of all the
Mandatory Conditions indicated in ANNEXURE-II.
IB.37.
Settlement of Disputes: In case of any dispute arising out the contract, the same
should be settled through meeting between the WBSEDCL and the contracting
agency at the appropriate level. The necessary judicial affairs and/or Court Case shall
be exclusively within the jurisdiction of High Court at Kolkata only.
IB.38.
Communication: The successful vendor, for communicating with WBSEDCL, for
this job may use the following modes.
FAX- (033) 2358 9244. Telephone – (033) 2359 9244, 2358 9230, 2319 7634.
Mobile No: 8902727235. Email Id:-soumya.samanta@wbsedcl.in
Comprehensive AMC for Data Center Infrastructure of Rajarhat Data Center & Berhampore Disaster Recovery Center, WBSEDCL:
Tender Notice No. : IT&C/80/584 dated.10.09.2015
Page 15
SECTION: II
Scope of Work [SW]
COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT
Maintenance of all the equipment mentioned in Annexure VII shall be covered under
CAMC and manage the processes and procedures to ensure reliable, safe and effective
operation at DC, Rajarhat and Disaster Recovery System, Berhampore for running the
facility. Uptime is defined as per overall uptime for DC as well as DRC. During the
mentioned AMC period, 99% for all the DC Components as well as DRC Components
(mentioned in Annexure VII) will be required.
SW.1.
Understand analyze the product performance on periodic basis and provide the
technical recommendation/suggestion/solution if required based on the existing
infrastructure.
SW.2. Respond to emergency calls, provide site attendance within the call-out time,
and take all the necessary corrective actions to restore the service within
the minimum downtime.
SW.3. The vendor shall be responsible for maintenance of all the systems as per scope
of work(SW) with services rendered as per LOA issued by WBSEDCL.
SW.4. Must use calibrated testing equipment as well as other items as necessary for
collecting all the relevant information, data and statistics etc.
SW.5. The Vendor shall be solely responsible for providing all the AMC support
services under this contract and WBSEDCL will not be liable to interact with
any of OEMs (Original Equipment Manufacturer).
SW.6. Dedicated Electrical Equipment list with specification (Like, DG, TR. VCB,
Panels, UPS, BATTERY,BMS SYSTEM,PAC and ACs etc.) of DC & DRC
will be provided to VENDOR after acceptance of LOA and the information
regarding any addition change of electrical equipment during AMC period
would be provided to the VENDOR accordingly.
SW.7. VENDOR will provide a toll free number or one dedicated land line number for
registering the calls from WBSEDCL. Also Vendor shall provide one or two
mobile number for registering emergency call for any critical equipment fault.
SW.8. VENDOR will respond to all calls and provide 7 x 24x365 emergency service.
SW.9. VENDOR will take immediate action against any breakdowns, faults or defects
reported to him and take the necessary corrective actions to restore the service.
SW.10. During the mentioned AMC period, uptime of 99% for all the supplied DC
Components and DRC Components for quarterly basis will be required. All the
equipment mentioned in Annexure VII shall be covered under AMC. The
resolution time of the items mentioned in Annexure VII are as follows:SW.10.1 Critical Items like PPC, PAC, DG set, 160 KVA UPS, 10
KVA UPS, ATS and LT Panels.
SW.10.1.1. Call to Resolution time (CTR) for Data Center,
Rajarhat--- 6 hrs.
SW.10.1.2.
Call to Resolution time (CTR) for Disaster Recovery
Center, Berhampore – 24 hours.
SW.10.2 Non-critical Items (Items other than Critical Items).
SW.10.2.1.
Call to Resolution time (CTR) for Data Center
Rajarhat – 24 Hours.
Comprehensive AMC for Data Center Infrastructure of Rajarhat Data Center & Berhampore Disaster Recovery Center, WBSEDCL:
Tender Notice No. : IT&C/80/584 dated.10.09.2015
Page 16
SW.10.2.2.
Call to Resolution time (CTR) for Disaster Recovery
Center, Berhampore – 48 hours.
SW.11. MAINTENANCE ACTIVITY FOR ELECTRICAL SYSTEMS.
SW.11.1. EMERGENCY MAINTENANCE : Emergency maintenance will
be performed against all docketed call during occurrence of fault of
any component under Electrical, HVAC and BMS system. Call to
resolution time (CTR) is indicated in SW.10.1 and 10.2 clause.
SW.11.2. QUARTERLY MAINTENANCE ACTIVITY FOR DIESEL
GENERATOR SETS & AMF PANELS:Cleaning of DG set and battery terminals.
Check generation of DG alarms.
Check proper earthing of DG neutral and body.
Check Radiator water level and inhibitor.
Check any leakage in DG set.
Operate Generator and Check parameters and Panel indication.
Check 110v DC, 230v AC, 24v DC supply and record.
Check for excessive vibration and report if any.
Check the conditions of motors shaft & belts.
Check & clean radiator fins, water separator, coolant level etc.
Checking of proper functionality of canopy light, door lock self
starter and stop solenoid and other gauges.
SW.11.2.12. Checking of battery voltage and distill water and specific
gravity of battery.
SW.11.2.13. Record HR meter reading of DG set.
SW.11.2.14. Measurement of voltage, load current, lube oil pressure, coolant
temp, engine temp, frequency, RPM of DG set.
SW.11.2.15. Checking of DG operation in Auto and manual mode along with
o/p voltage and frequency at full load.
SW.11.2.16. During maintenance work vendor should record the SEB and
DG meter readings and log book to be maintained against it.
SW.11.2.17. Preventive & corrective maintenance report will be maintained.
SW.11.2.18. Check exhausts smoke leakage.
SW.11.2.19. Check proper functioning of gauges and record discrepancies
SW.11.2.20. Check Belt tension & condition of water pump, pulley drive &
fan, etc.
SW.11.2.21. DG batteries replacement (If needed).
SW.11.2.22. Repairing of Self starter & Charging alternator, Radiator.
SW.11.2.23. Cleaning of Diesel Tank.
SW.11.2.24. Replacement of Fuel Pipes.
SW.11.2.25. Repairing of DG cylinder pipe & exhaust line.
SW.11.2.26. Radiator cloth will be replaced as & when require.
SW.11.2.27. B-check will be done after 300 hrs running of DG set or
after every 6 months, whichever is earlier.
SW.11.2.28. Verifying Control Panel readings and indicators performing its
maintenance.
SW.11.2.1.
SW.11.2.2.
SW.11.2.3.
SW.11.2.4.
SW.11.2.5.
SW.11.2.6.
SW.11.2.7.
SW.11.2.8.
SW.11.2.9.
SW.11.2.10.
SW.11.2.11.
Comprehensive AMC for Data Center Infrastructure of Rajarhat Data Center & Berhampore Disaster Recovery Center, WBSEDCL:
Tender Notice No. : IT&C/80/584 dated.10.09.2015
Page 17
EXCLUSIONS:
Supply and filling of Diesel
SW.11.2.29.
SW.11.3. QUARTERLY MAINTENANCE ACTIVITY FOR UPS (BOTH
TYPE 160 KVA & 10 KVA)
Cleaning up of Unit, Visual Inspection to check any
deformation.
SW.11.3.2. Checking and Adjustment of Power parameters like input.
Output, DC voltage & Current.
SW.11.3.3. Checking and Adjustment of Control parameters on different
PCBs.
SW.11.3.4. Checking of tightness and cleaning of battery terminals.
SW.11.3.5. Functional Checking of Rectifier section.
SW.11.3.6. Functional Checking of Inverter section.
SW.11.3.7. Functional Checking of Static Switch Section.
SW.11.3.8. Checking of Wire wound components
SW.11.3.9. Operational test of the system including unit transfer and battery
discharge.
SW.11.3.10. Install or perform Engineering Field Change Notices (FCN) as
necessary.
SW.11.3.1.
SW.11.4. CHECKING AND
MAINTENANCE ACTIVITY FOR LT
PANEL (YEARLY BASIS).
SW.11.4.1. Cleaning up of dust & greasing (only on moving parts) of total
panel.
SW.11.4.2. Do the tightness of the junction points/nuts & bolts.
SW.11.4.3. Checking the breaker settings & function.
SW.11.4.4. Measuring of Panel earthing value & connections.
SW.11.4.5. Checking of the cable sockets conditions.
SW.11.4.6. Repair & replacement of cable sockets in case of requirements.
SW.11.4.7. Checking of measuring meters & its functions. Repair only in
case of requirement (Vendor will not provide any standby meter
during repairing period).
SW.11.4.8. Checking of measuring meters & its functions. Repair only in
case of requirement (Vendor will not provide any standby meter
during repairing period).
SW.11.4.9. Repair & replacement of MCB/MCCB/Contractor/Relay/Circuit
Breakers.
SW.11.4.10. Under Voltage and Over Voltage trip settings checking.
SW.11.4.11. Replacement & calibration of measuring meters.
SW.11.4.12. Replacement of any bus bar
SW.11.4.13. Repair & replacement of Panel metal sheet
SW.11.5. YEARLY MAINTENANCE ACTIVITY FOR OTHER
ELECTRICAL EQUIPMENTS
SW.11.5.1. Checking of proper functioning of Main Switch.
SW.11.5.2. Checking of proper body earthing of Main Switch.
SW.11.5.3. Checking of proper functioning of indoor, outdoor, light and
power sockets.
Comprehensive AMC for Data Center Infrastructure of Rajarhat Data Center & Berhampore Disaster Recovery Center, WBSEDCL:
Tender Notice No. : IT&C/80/584 dated.10.09.2015
Page 18
Checking of any loose termination within Main Switch, ACDB
and other. MCB’s and proper functioning of ACDB.
SW.11.5.5. Checking for
functionality of PRECISION POWER
CENTRE (PPC) and provide necessary maintenance for all
components of PPC so as to provide continuous supply of AC
power to the equipments connected with PPC installed at Data
Centre, RAJARHAT and Disaster Recovery Center,
Berhampore.
SW.11.5.6. Checking of voltage level in the Utility Panel and provide
necessary maintenance for all components of Utility Panel for
the continuous flow of power to the equipments connected with
the Utility Panel installed at Data Centre, RAJARHAT &
Disaster Recovery Center, Berhampore.
SW.11.5.7. Checking of functionality of Utility Output DB connected
with 10 KVA UPS and providing necessary maintenance for
continuous supply of power to the 10 KVA UPS.
SW.11.5.8. Checking of functionality of LDB connected with all Lighting
points of the Data Center & Disaster Recovery Center and
providing necessary maintenance for continuous supply of AC
power to the Lighting equipments.
SW.11.5.9. Checking for functionality of PDB connected with all power
points of the Data Center & Disaster Recovery Center and
providing necessary maintenance for continuous supply of AC
power to the power points.
SW.11.5.10. Providing extra Cable Trays if required. for any damage of
existing trays and for installation of new equipments at Data
Center, Rajarhat & DRC, Berhampore for proper cabling of the
system.
SW.11.5.11. Replacing Cable and Termination kits as may be required for
the proper functioning of the system installed at Rajarhat DC &
Berhampore DRC.
SW.11.5.12. Checking of Wiring, MCB, Switches etc installed at Rajarhat
DC as well as Berhampore DRC and providing necessary
replacement whenever required for smooth functioning of the
system.
SW.11.5.13. Check all the lighting equipments with allied accessories at
Rajarhat DC as well as Berhampore DRC and replacement shall
be made if required.
SW.11.5.14. Checking of Industrial sockets, plugs and related components
and replacement shall be made if required.
SW.11.5.4.
EXCLUSIONS:
SW.11.5.15. Electronic Ballast of the Indoor Lights.
SW.11.5.16. Tube/PL/CFL for Indoor Light fitting.
SW.11.6. YEARLY MAINTENANCE ACTIVITY FOR EARTHING AND
EARTHING STRIPS.
SW.11.6.1. Checking for loose termination and continuity of earthing
connections with earth pit.
SW.11.6.2. Watering, charcoal & salt refill and cleaning of earthing pits.
SW.11.6.3. Changing nuts & bolts in case of rusting.
Comprehensive AMC for Data Center Infrastructure of Rajarhat Data Center & Berhampore Disaster Recovery Center, WBSEDCL:
Tender Notice No. : IT&C/80/584 dated.10.09.2015
Page 19
SW.11.7. QUARTERLY MAINTENANCE ACTIVITY FOR BATTERIES
FOR 10 KVAUPS, 160 KVA UPS AND DG SETS.
SW.11.7.1. Checking of Battery Health.
SW.11.7.2. Replacement of UPS Batteries & DG Set Batteries if required.
SW.11.7.3. Checking of any loose termination of battery bank.
SW.11.7.4. Checking of petroleum gel on the junction points.
SW.11.7.5. Proper cleaning of termination of battery bank with greasing of
terminals.
SW.11.7.6. Checking of body earthing of battery bank.
SW.11.7.7. Checking of individual cell voltages in float, boost mode.
SW.11.8. YEARLY MAINTENANCE ACTIVITY FOR AUTOMATIC
TRANSFER SWITCH(ATS).
SW.11.8.1. De-energize the switchgear.
SW.11.8.2. Test and re-calibrate all trip sensing and time delay functions in
the switchgear.
SW.11.8.3. Vacuum clean the accumulated dust from the ATS and
accessory panels.
SW.11.8.4. Inspect for moisture or signs of previous wetness or dripping.
SW.11.8.5. Remove any grime with an approved solvent.
SW.11.8.6. Inspect all insulating parts for cracks or discoloration due to
excessive heat.
SW.11.8.7. Inspect all main arcing contacts for excessive erosion.
SW.11.8.8. Inspect all main current-carrying contacts for pitting and
discoloration due to excessive heat.
SW.11.8.9. Inspect all control relay contacts for excessive erosion and
discoloration due to excessive heat.
SW.11.8.10. Manually operate the main transfer movement to check proper
contact alignment, deflection, gap, and wiping action.
SW.11.8.11. Check all cable and control wire connections to the transfer
switch control and sensing panel and other system components
and tighten if necessary.
SW.11.8.12. Re-energize the switchgear and conduct a test by simulating a
normal source failure.
SW.11.8.13. Testing of ATS with Test Switch.
SW.12. MAINTENANCE ACTIVITY FOR HVAC, SPLIT & DUCT AC
SYSTEMS.
SW.12.1. QUARTERLY MAINTENANCE ACTIVITY FOR HVAC
SYSTEMS
SW.12.1.1. Cleaning up of Unit, Air Filter, cooling coil & condenser coil.
SW.12.1.2. Cleaning of Humidifier bottle, electrodes, water supply strainer
and drain inside the machine.
SW.12.1.3. Checking of drive belt & replace if necessary.
SW.12.1.4. Lubrication of bearings if necessary.
SW.12.1.5. Checking up of operation of Unit, Controller & condenser.
SW.12.1.6. Combing of fins of condenser & Evaporator coil if necessary.
SW.12.1.7. Measurement of current in each individual equipment.
Comprehensive AMC for Data Center Infrastructure of Rajarhat Data Center & Berhampore Disaster Recovery Center, WBSEDCL:
Tender Notice No. : IT&C/80/584 dated.10.09.2015
Page 20
Checking of all the overload relay settings.
Checking of all electrical components for loose connections and
tightening if necessary.
SW.12.1.10. Checking of refrigeration piping for any gas leakages.
SW.12.1.11. Checking of refrigeration system and pressure readings.
SW.12.1.12. Checking about the temperature of Server Room which must be
maintained at a set temperature between18 and 22 degrees
Celsius 24 hours a day, 7 days a week. Temperature must be
maintained to 1 Degree Celsius from the set temperature.
SW.12.1.13. Checking and maintaining constant humidity level of 50
percent, plus or minus 10 percent (45 percent to 55 percent) in
the DC server room.
SW.12.1.14. Checking of pulleys, Motor mounts, and Condenser fan mounts
etc.
SW.12.1.15. Checking of panel insulation.
SW.12.1.16. Checking of temperature readings.
SW.12.1.17. Checking of Microprocessor controllers for operation.
SW.12.1.18. Replacement of sheet metal parts (excluding Condenser coils,
consumables & air filters).
SW.12.1.19. Replacement of Condenser Coils & Air Filters.
SW.12.1.20. Topping up of R407C Gas.
SW.12.1.21. Repairs / replacement of electrical main incoming switch
(Switch fuse unit), Main
incoming cable, fuses, control
transformers & indicating lamps.
SW.12.1.8.
SW.12.1.9.
EXCLUSIONS:
SW.12.1.22. Repairs / replacements of Water piping & accessories, Ducting,
Dampers, Duct lining,
grilles, False ceiling, any kind of
masonry / structural work.
SW.12.2. QUARTERLY MAINTENANCE ACTIVITY FOR SPLIT &
DUCT AC.
SW.12.2.1. Checking of electrical connections at the machine terminals.
SW.12.2.2. Dry Cleaning of filters coils.
SW.12.2.3. Cleaning of Air Filter & Replace if required.
SW.12.2.4. Oiling and greasing of motors.
SW.12.2.5. Top-up of refrigerant.
SW.12.2.6. Checking of operational performance parameters.
SW.12.2.7. Repairing of cooling/condenser coils.
SW.12.2.8. repair/replace all defective spares including compressor and fan
motor.
SW.12.2.9. Replacement of Compressor if required.
SW.12.2.10. Repairing of PCBs and remote controls.
SW.12.2.11. Repairing of Voltage Stabilizer and Timer.
SW.12.2.12. Checking of pulleys, Motor mounts, and Condenser fan mounts etc.
EXCLUSIONS:
SW.12.2.13. Changing of any plastic material.
Comprehensive AMC for Data Center Infrastructure of Rajarhat Data Center & Berhampore Disaster Recovery Center, WBSEDCL:
Tender Notice No. : IT&C/80/584 dated.10.09.2015
Page 21
MAINTENANCE ACTIVITY FOR BUILDING
MANAGEMENT SYSTEM & NOVEC 1230 GAS CYLINDER. &
FIRE EXTINGUISHERS.
SW.13. QUARTERLY
SW.13.1. Checking and maintenance of Building management system, Field
Devices and their Components.
SW.13.2. Checking & cleaning up of Smoke Detectors
SW.13.3. Checking of operation and maintenance of Analogue Addressable Fire
Alarm System and its components.
SW.13.4. Checking and maintenance of Vesda System and its components.
SW.13.5. Checking of functionality of Hooters, Fire Sounder, and Manual Call
Points.
SW.13.6. Checking & Cleaning of Cameras & the systems associated with it.
SW.13.7. Checking of VESDA filter. Replacement will be done if required.
SW.13.8. Checking and maintenance of Access Control System and its
components.
SW.13.9. Checking and maintenance of Water Leak Detection System & Rodent
Repellent System and its.
SW.13.10. Checking and maintenance of CCTV Surveillance System and its
components.
SW.13.11. Checking and maintenance of Public Address System and its
components.
SW.13.12. Performing check up of status of NOVEC gas cylinders, check up its
load, pressure and ensuring its healthy operation and refilling
whenever required. One time FM200 gas refilling during CAMC
Period (i.e. within three year) if required.
SW.13.13. Performing check up of status of fire extinguisher and ensuring its
healthy operation and refilling whenever required.
SW.13.14. Yearly checking of all the portable fire extinguisher & refilling (if
required) of fire extinguisher.
SW.14.
REPORTING SYSTEM.
SW.14.1. MIS will be submitted at the end of each quarter as per WBSEDCL
requirements. Record of readings during maintenance activity will be
maintained (Soft & hard copy) by the vendor and kept at Data Center
in the custody of Data Center In-Charge and Disaster Recovery Center
in the custody of DRC In-Charge..
SW.14.2. Update of formats will be done with approval of WBSEDCL as per
requirements.
SW.14.3. “No Fault Pending Report for the three months” duly signed by the DC
In-Charge, of the DC and DRC respectively.
SW.14.4. Fault Details/Fault Response Details (indicating downtime of the
equipments) for the three Months” duly signed by the In-Charge, of
the DC and DRC respectively as per Annexure - VIII. The format will be
updated time to time as per requirement of WBSEDCL.
SW.14.5. Preventive maintenance reports of complete system will be updated
quarterly basis and submitted to the In-Charge of the DC and DRC
Comprehensive AMC for Data Center Infrastructure of Rajarhat Data Center & Berhampore Disaster Recovery Center, WBSEDCL:
Tender Notice No. : IT&C/80/584 dated.10.09.2015
Page 22
respectively indicating equipments list to be maintained, date of
maintenance, detail report of maintenance performance, remarks if
any. Update of this maintenance format will be done time to time as
per requirement of WBSEDCL and shall be submitted with the AMC
Bills.
SW.14.6. Proper files of all official data like, equipment manual, drawings,
vendor escalation matrix etc. would be maintained at Data Center and
Disaster Recovery Center.
SW.14.7. Quarterly checking of BMS system & maintain data detail as per
infrastructure provided for Data Center as well as Disaster Recovery
Center.
SW.14.8. Contracted Agency/Party shall maintain adequate books and
records/reports in connection with Contract and shall make them
available for inspection and audit by WBSEDCL/ any appointed third
party until expiry of the contract, including any extension time.
Comprehensive AMC for Data Center Infrastructure of Rajarhat Data Center & Berhampore Disaster Recovery Center, WBSEDCL:
Tender Notice No. : IT&C/80/584 dated.10.09.2015
Page 23
SECTION: III
General Conditions of Contract [GCC]
GCC.1.
General Terms:
GCC.1.1.
The bidder has to furnish all the information as required regarding their
offer.
GCC.1.2. The Bidder should have service centre facility for all equipments under
Electrical System, HVAC System and Building Management System
installed at the Data Centre as well as Disaster Recovery Center.
GCC.1.3. For proper implementation of CAMC services WBSEDCL reserves the
right to modify/cancel the entire CAMC in any point of time after
placement of order without showing any reason whatsoever.
GCC.1.4. Quotation from any sub-vendor will not be entertained.
GCC.1.5. Any form of consortium will not be allowed.
GCC.1.6. The bidder shall satisfy WBSEDCL with his ability to perform the
CAMC.
GCC.1.7. All correspondence, documents and Bid, exchanged between the Bidder
and WBSEDCL shall be written in English language. Failure to comply
with this request may disqualify a bidder.
GCC.1.8. The Company reserves the right, to reject any or all the tenders, at its
discretion, without assigning any reason whatsoever.
GCC.1.9. To monitor the maintenance activities and to discuss other related matters,
meeting will be held between Vendor and WBSEDCL depending upon
the need.
GCC.1.10. After placement of LOA, the vendor shall have to check the entire
system under scope of work and submit a certificate for taking over
the system in good condition.
GCC.1.11. The Bidder shall hand over the system to WBSEDCL in good working
condition after the expiry of CAMC period.
GCC.2.
Force Majeure :
GCC.2.1.
GCC.2.2.
GCC.3.
The vendor shall be under no liability if the vendor is prevented from
carrying out any of the vendor’s obligations by reason of war, Invasion,
act of foreign country, hostilities, riots, civil commotion, mutiny,
accident, earthquake, fires, floods, orders and / or restrictions and other
cause beyond the reasonable control of the vendor. However, such force
majeure circumstances are to be intimated immediately and to be
established subsequently with proper documents / proofs to the entire
satisfaction of WBSEDCL.
WBSEDCL will not take any additional liability towards enhanced taxes,
duties and price variation due to force majeure condition.
Cancellation/Termination of Order: WBSEDCL shall have the right to
repudiate the contract if the work is not been performed as per satisfaction and
as per “Time Schedule” Clause. The following causes may also led to
cancellation of LOA.
GCC.3.1. Non acceptance of LOA as per “Acceptance” clause.
GCC.3.2. Non submission of Performance BG within time.
GCC.3.3. If failed to perform the CAMC work.
Comprehensive AMC for Data Center Infrastructure of Rajarhat Data Center & Berhampore Disaster Recovery Center, WBSEDCL:
Tender Notice No. : IT&C/80/584 dated.10.09.2015
Page 24
GCC.3.4.
GCC.4.
In each above cases 15 days termination notice shall be issued prior to
termination of LOA.
Performance Guarantee:
For CAMC: BG on non-judicial stamp paper of Rs.100/- by any
Schedule Bank in India, as per format enclosed (ANNEXURE-VI) for an
amount of 10% of the Contract value of this LOA within 15 days from the
date of placement of Letter of Award of the Comprehensive AMC
services to the CE, IT&C Cell, 3rd Floor, ‘D’ Block, Bidyut Bhawan,
WBSEDCL. No claim shall be made against the Company in respect of
interest on the Performance BG. The Performance Security Deposit is
liable to be encashed in case of noncompliance of the CAMC order or
failure to undertake satisfactory Comprehensive Annual Maintenance
Services. BG shall be valid for 90 (Ninety) days after completion of the
CAMC period.
GCC.5.
Arbitration & Legal Jurisdiction:
GCC.5.1.
During execution of this contract, if any dispute arises thereby, shall be
settled amicably between WBSEDCL and yourself to the extent possible.
GCC.5.2.
All disputes or differences in respect of which the decision if any has not
become final shall be settled by arbitration in accordance with the
provisions of the Arbitration and Conciliation Act – 1996 or any statutory
modification thereof. The venue of Arbitration shall be Kolkata only.
GCC.5.3.
The necessary legal affairs and / or court case shall be exclusively within
the jurisdiction of Kolkata High Court only.
GCC.6.
Liquidated damage:
GCC.6.1.
GCC.6.2.
GCC.7.
WBSEDCL shall have the right to repudiate the contract if the work is not
been performed as per satisfaction and as per “Time Schedule” Clause.
The following causes may also led to cancellation of LOA. However, the
ordering authority may at his discretion waive this condition with
imposition of liquidated damage indicated herein below.
During AMC Period: If the Vendor fails to set right the malfunctioning
of the system within schedule downtime as indicated in relevant clause,
WBSEDCL may recover from the vendor @½% (half percent) amount of
CAMC order value per hour or part thereof as Liquidated Damage for
critical items and same amount i.e. @½% (half percent) amount of
CAMC order value per day or part thereof as Liquidated Damage for noncritical items. The maximum value of LD would be 10% (ten percent) of
CAMC order value. In case of termination of LOA as per termination
clause, WBSEDCL will engage third party for the maintenance of
supplied and installed items and related service. The difference in cost of
CAMC for engagement of third party will be deducted from outstanding
bill /BG lying / to be lying with WBSEDCL.
Risk Purchase / Performance: if the vendor fails to deliver the service as
per the satisfaction of WBSEDCL, WBSEDCL shall be entitled to execute the
job through the best and nearest substitute available elsewhere on the account
and at the risk of the contracting agency or to cancel the contract and the
Comprehensive AMC for Data Center Infrastructure of Rajarhat Data Center & Berhampore Disaster Recovery Center, WBSEDCL:
Tender Notice No. : IT&C/80/584 dated.10.09.2015
Page 25
contracting agency shall be liable to compensate for any loss or damage which
WBSEDCL may sustain by reason of such failure on the part of the Contracting
Agency.
GCC.8. Comprehensive Annual Maintenance Contract (CAMC):
GCC.8.1.
You shall perform CAMC of all equipment under Electrical System,
HVAC System and Building Management System installed at the Data
Centre & Disaster Recovery Center as per LOA for 3 (Three) years. All
necessary spare parts under scope of service need to be kept in stock
accordingly.
GCC.8.2.
CAMC shall also cover trouble shooting of the system including software.
GCC.8.3.
Scheduled preventative maintenance must be made at least once in every
quarter to avoid breakdown / failure in the system. A gap of maximum 90
(thirty) days shall be maintained between 2 (two) successive preventive
maintenance date. Vendor shall have to be furnished necessary monthly
reports as per clause SW.14 along with the CAMC bill.
GCC.8.4.
In case of failure / malfunctioning of the system, the In-Charge of the
respective Center or his representative will inform the vendor over
telephone. Centralized registration of all calls should be maintained by the
vendor to record the calls and acknowledge each and every call with a
unique docket number which is to be used for further reference.
Completion of the call is to be certified by respective In-Charge of the DC
and DRC or his representative.
GCC.8.5.
Downtime calculation will be started from 0 (zero) hours just after
docketing of the call. The maximum acceptable downtime of the Critical
Items (PPC, PAC, Two nos DG sets, Two nos 160 KVA UPS and Two
nos 10 KVA UPS, ATS and Two Nos. LT Panels.) will be 6 hrs for Data
Center and 24 hours for Disaster Recovery Center and the maximum
acceptable downtime time of the Non-critical Items will be 24 hours for
Data Center and 48 hours for DRC. Downtime will be calculated in each
quarter separately.
GCC.8.6.
Schedule preventive or un-schedule breakdown maintenance includes
replacement of all un-serviceable parts free of cost by the vendor. Parts
replaced will be new and equivalent to original parts. The defective parts
removed will be the property of the vendor. Schedule maintenance of
entire system shall be done up to the satisfaction of the In-Charge of the
Data Center and Disaster Recovery Center respectively.
GCC.9.
Submission of bills for payment :
GCC.9.1.
GCC.9.2.
Bills shall be prepared on quarterly basis for AMC charges only. The bills
shall be submitted after end of each three months period from the date of
start of Comprehensive AMC.
All the bills in triplicate with Fault clearance reports and the extracts of
Corrective (as per Annexure-VIII) and Preventive maintenance records
(will be finalized mutually with the Vendor after awarding the contract),
Comprehensive AMC for Data Center Infrastructure of Rajarhat Data Center & Berhampore Disaster Recovery Center, WBSEDCL:
Tender Notice No. : IT&C/80/584 dated.10.09.2015
Page 26
GCC.9.3.
GCC.10.
as a proof of satisfactory performance of the contract shall be submitted
to the IT & C Cell by the Vendor.
Bills in triplicate, fault clearance reports and Corrective and Preventive
maintenance records shall be certified by the concerned Consignee &
Supervising Officer and countersigned by Controlling Officer.
Terms of Payment:
GCC.10.1.1.
GCC.10.1.2.
GCC.10.1.3.
GCC.1.1.1.
GCC.11.
No advance payment shall be made against CAMC.
Payment will be released only after submission of BG on
CAMC.
The CAMC charges shall be paid by WBSEDCL on quarterly
basis at the end of each three monthly period from the date of
start of CAMC. The payments will be made after deducting
penalties if any, based on the fault clearance reports.
Payment will be released after completion of scheduled
preventive maintenance service for the particular period based
on the reports of Corrective and Preventive maintenance
records.
WBSEDCL personnel for liaison :
GCC.1.2.
GCC.1.3.
GCC.1.4.
GCC.1.5.
Controlling Officer: Addl. Chief Engineer, IT & C Cell.
Supervising Officer for Data Center: Superintendent Engineer (E) &
In-Charge of the Data Center –He shall be the Consignee and Supervising
Officer of the entire CAMC work at Data Center.
Supervising Officer for Disaster Recovery Center:- : Assistant
Engineer (IT&C) & In-Charge of the Disaster Recovery Center –He shall
be the Consignee and Supervising Officer of the entire CAMC work at
Disaster Recovery Center.
Paying Authority: - Manager(F&A), Establishment-Corporate, Bidyut
Bhawan, WBSEDCL.
GCC.12.
Enclosure:
1.
Annexure-I : Format of Bid Proposal
2.
Annexure-II: Mandatory Condition
3.
Annexure-IIA: Schedule of Bids
4.
Annexure-IIB: Summary statement of average annual turnover
5.
Annexure-IIC: Summary statement of Order Executed.
6.
Annexure-III: Bid Guarantee-EMD-Format of BG.
7.
Annexure-IVA: Undertaking.
8.
Annexure-IVB: Letter of Bid.
9.
BoqAnnexureV:-Price Bid Format
10. Annexure- VI: Format of Performance Bid Guarantee
11. Annexure-VII:A: Equipment List for Electrical System for DC.
12. Annexure-VII:B: Equipment List for HVAC System for DC.
13. Annexure-VII:C: Equipment List for BMS System for DC.
14. Annexure-VII:D: Equipment List for Electrical System for DRC.
15. Annexure-VII:E: Equipment List for HVAC System for DRC.
16. Annexure-VII:F: Equipment List for BMS System for DRC.
17. Annexure-VIII: Log Book for corrective maintenance.
Comprehensive AMC for Data Center Infrastructure of Rajarhat Data Center & Berhampore Disaster Recovery Center, WBSEDCL:
Tender Notice No. : IT&C/80/584 dated.10.09.2015
Page 27
ANNEXURE-I
BID PROPOSAL
From
Bidder's Name and Address
:
Contact person
:
Designation
:
Telephone No.(Land Line & mobile) :
Fax
:
Tender Reference
:
To
The Chief Engineer,
IT & C Cell,
West Bengal State Electricity Distribution Company Limited,
3rd Floor, Block’D’, Vidyut Bhavan.,
Bidhannagar,
Kolkata- 700 09l.
Sub. : Invitation to bid for Comprehensive Annual Maintenance Contract of
Data Center Infrastructure for Central Data Center Rajarhat & Disaster
Recovery Center, Berhampore,WBSEDCL.
Dear Sir,
1. We the undersigned Bidder/(s), having read and examined in details the specifications
and other documents of the subject Tender, do hereby propose to execute the contract
as per specification as set forth in your Bid-Document.
2.
PRICES AND VALIDITY :
2.1. The rate of Comprehensive Annual Maintenance contract service for the
infrastructure of Data Center, Rajarhat & Disaster Recovery Center, Berhampore,
WBSEDCL are FIRM during the entire period of Annual Maintenance Contract
and not subject to any price adjustment as per in line with the Bidding
Documents. All prices and other terms and conditions of this proposal are valid
for a period of 180 (one hundred eighty) days from the date of opening of the price
bids. We further declare that prices stated in our proposal are in accordance with
your bidding.
2.2. We confirm that our bid prices include all other taxes and duties and levies
applicable for CAMC services and components, materials, equipments and other
items bought out for the CAMC services and confirm that any such taxes,
duties and levies additionally payable shall be to our account.
2.3. All duties & taxes such as excise duty, sales tax (but not Surcharge in lieu of
Sales Tax), Service Tax, Local Tax and other Levies, if any, applicable on
transaction from us to you payable extra by you against production of
documentary evidence to be submitted by us.
3.
BID GUARANTEE :
Comprehensive AMC for Data Center Infrastructure of Rajarhat Data Center & Berhampore Disaster Recovery Center, WBSEDCL
Tender Notice No. : IT&C/80/584 dated 10.09.2015
Page:28
We have enclosed a Bid Guarantee in the form of Bank Guarantee from
……………………………………….drawn in favour of WBSEDCL for an amount of
Rs..............................
4.
DEVIATIONS :
We declare that contract shall be executed strictly in accordance with the specifications
and documents except for the deviations, all of which have been detailed out
exhaustively in our deviation schedules, in volume irrespective of whatever has been
stated to the contrary any where else in our proposal.
Further, we agree that additional conditions, deviations, if any, found in the
proposal documents other than those stated in our Deviation Schedules, save that
pertaining to any rebates offered, shall not be given effect to.
5.
WORK SCHEDULE :
If this proposal is accepted by you, we agree to provide services and complete the entire
work, in accordance with maintenance schedule indicated in the proposal, if contract
will be awarded. The maintenance schedule of the various major key phases of the
work will be as per maintenance Schedule submitted by us and approved by
WBSEDCL in order to perform the maintenance schedule of bid documents.
6.
CONTRACT PERFORMANCE GUARANTEE :
We further agree that if our proposal is accepted, we shall provide a Contract
Performance Guarantee of value, equivalent to ten percent (10%) of the Contract Price
as stipulated in Bid document in the form of Bank Guarantee (Please specify the form
of guarantee) in your favour within 15 (Fifteen) days from the date of placement of
Letter of Award.
Dated..................this.................day
of............2015
Thanking you, we remain,
Yours faithfully,
Date _____________
Place ____________
(Signature) ___________________
(Printed Name) ________________
(Designation) _________________
(Common Seal) _______________
Business Address:
Name & Address of Authorized Signatory:
Comprehensive AMC for Data Center Infrastructure of Rajarhat Data Center & Berhampore Disaster Recovery Center, WBSEDCL
Tender Notice No. : IT&C/80/584 dated 10.09.2015
Page:29
ANNEXURE-II
Mandatory Condition
Sl
No.
1
2
3
4
Requisite Credential
Requisite Supporting document
Submitt
ed
Yes/No
The bidder should not have been An undertaking in this regard should be
blacklisted from any Govt. organization provided by the authorized signatory of the
across India in last three years.
bidder.
Provide the turnover in a separate sheet (as
per Annexure-IIB) with Auditor’s signature
along with following supporting document
duly attested.
i.
ii.
i. Income Tax Return for assessment years
Average Annual Turn Over for each of
2012-’13, 2013-’14, 2014-’15.
last three financial years i.e. 2011-12,
iii.
ii. All enclosures forming the part of Income
2012-13, 2013-14 must be at least 50
Tax Return ( as applicable).
Crore.
iv.
iii. Complete set of audit report for
Companies under Company Act 2013 and
tax audit report in case of Firms or Entities
other than Companies for financial years
2011-2012, 2012-2013, 2013-2014 shall be
furnished.
i. Satisfactory completion certificate from
Experience of successful execution in
the ordering authority.
similar nature of work for a single order
ii. Copy of Order / Agreement.
of order values at least Rs. 10 Crore or
iii. Statement of orders executed during
Two Orders of each at least Rs. 5 Crore
last three financial years (Vide Formor Three Orders of each at least 4 Crore
IIC) i.e for financial years 2012-2013,
during last three calendar years i.e. 20122013-2014, 2014-2015.
2013, 2013-14, 2014-15 in India in
iv. Pro-rata of physical progress certified
Government / Semi-Government/ PSU
by the ordering authority in case of
Establishments/ Reputed Private Sectors.
running project.
Must have capability to provide Annual
Maintenance of the equipments under
Electrical System, HVAC System and
Building Management System efficiently.
The Bidder must have a Toll Free
Number/ Dedicated Land line Number for
service support where user shall log
complaints. The Bidder should provide
Service Centre facility for all equipments
including UPS, DG Sets, PAC etc
available in Kolkata, West Bengal.
i. Relevant valid ISO Certification for AMC
Service.
ii. Self-certified document describing present
system of logistic support for spares
preservation and movement.
iii. Self-certified document describing
details of computerized call docketing
facility.
iv. Address of Kolkata Service Centre
with Telephone No.
Comprehensive AMC for Data Center Infrastructure of Rajarhat Data Center & Berhampore Disaster Recovery Center, WBSEDCL
Tender Notice No. : IT&C/80/584 dated. 10.09.2015
Page30
Sl
No.
Requisite Credential
5
Must have back-end agreement with all
major OEMs regarding availability of
spares during CAMC period for the
equipments under Electrical System,
HVAC System and Building Management
System installed at the Data Center.
6
The vendor shall maintain sufficient
spares in spare-bank located at Kolkata at
his own cost for the CAMC entire period
Self declaration
for the equipments under Electrical
System including UPS, HVAC System
and Building Management System.
7
8
9
The Vendor shall have a registered office
in Kolkata, West Bengal.
The Vendor shall not have a conflict of
interest that may affect the Tendering
Process.
Must Comply with all statutory
obligations.
Requisite Supporting document
Submitt
ed
Yes/No
Attested Agreement copies confirming next
six years comprehensive support for all the
equipments related to Data Center
Infrastructure.
A documentary proof with complete address
details and contact person details.
Self Declaration in line with clause no IB.21.
Provide the following required nos. in a
separate sheet (as per Annexure-IIA) duly
attested with following supporting
documents.
i. PF and ESI (if applicable) Registration
Certificate
ii. Copy of PAN Card.
iii. Valid Professional Tax Registration
certificate.
iv. VAT Registration Certificate..
v. Service Tax Registration No.
vi. Trade License No with Certificate is to be
submitted by the Bidder.
vii. Registration No with Certificate of
Incorporation as a Company under
Companies Act 1956 (substituted by
Companies Act 2013) for more than 5
(five) years ending 31.03.2015.
Valid ISO 9001:2008 certification, in case
of Original Equipment Manufacturer
10 (OEM), valid ISO 14001 certification
Attested Copy of valid certificates.
And valid ISO 20000-1:2011
certification.
N.B.
: Each page of all the documents/copy of certificates should be submitted with attestation by
the authorized signatory and with seal & date.
Signature of the bidder with Office Seal
Dated----------------------Comprehensive AMC for Data Center Infrastructure of Rajarhat Data Center & Berhampore Disaster Recovery Center, WBSEDCL
Tender Notice No. : IT&C/80/584 dated. 10.09.2015
Page31
Annexure - IIA
SCHEDULE OF BIDS
:
1.
Name of the tenderer with office address Tel
No./Fax no./E.mail address
:
2.
Address of Kolkata office and Tel no./Fax no./ Email address with the name of contact person
3
Contact Person with Telephone No., Mobile No.,
E-mail ID and FAX No. of the Bidder
Tender Fee Details (Amount in the form of DD/
Pay Order/ Banker’s Cheque)
Earnest Money (Amount and in the form of
BG/DD/PAY ORDER) submitted
:
Details of Earnest Money in BG/DD/Pay Order as
submitted:
:
4.
5.
6.
7.
Category of organisation
:
:
:
8.
Company Registration No.
:
9.
PF/ESI Registration No. & valid upto ( a copy
should be enclosed)
Valid Trade License No.
Service Tax registration No.
Professional Tax Registration No.
VAT Registration No.
PAN Card No.
Whether agreed to (YES/NO):
:
a) Terms of Payment
b) Earnest Money clause
c) Risk purchase clause
d) Liquidated damage clause
Offer valid upto
:
:
:
:
:
The price should be Firm.
:
10.
11.
12.
13.
14.
15.
16.
17.
:
:
:
:
150 days from the date of opening of Technical Part
of the Tender.
The Prices are Firm.
( Signature and Seal of Tenderer )
Dated-----------------------
Comprehensive AMC for Data Center Infrastructure of Rajarhat Data Center & Berhampore Disaster Recovery Center, WBSEDCL
Tender Notice No. : IT&C/80/584 dated. 10.09.2015
Page32
Annexure - IIB
Certificate regarding Summary Statement of Yearly Turnover
This is to certify that the following statement is the summary of the audit report /tax audit
report arrived in favour of . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . for the
three consecutive years or for such period since inception of the Firm, if it was set in less than
such three year's period.
Financial
Sl.
No.
Year
1.
2011-12
2.
2012-13
3.
2013-14
Turnover rounded up to
two digit after decimal
(Rs. In Lakh)
Remarks
Total
Average Turnover:
Note:
1. Year proceeding the current financial year is to be considered as Year-1.
2. Average turnover is to be expressed in lakh of rupees, rounded up to two digits after
decimal.
3. Average turnover for 3 years is to be obtained by dividing the total turnover by 3.0. If
the Firm was set up in less than 3 year's period, consider the turnover for the period from
inception to the Year-1. It may be either 1.0 or 2.0. Average turnover is to be obtained
by dividing the total turnover by 1.0 or 2.0, as the case may be.
4. In case, the firm was set up in less than 3 year's period, mention the year of
inception in the ‘Remarks’ column.
(Signature with Designation & Seal)
Dated-----------------------
Comprehensive AMC for Data Center Infrastructure of Rajarhat Data Center & Berhampore Disaster Recovery Center, WBSEDCL:
Tender Notice No. : IT&C/80/584 dated 10.09.2015
Page33
Annexure - IIC
STATEMENT OF ORDERS EXECUTED DURING LAST THREE FINANCIAL YEARS (20122013, 2013-2014, 2014-2015) REGARDING COMPREHENSIVE ANNUAL MAINTENANCE
CONTRACT FOR DATA CENTER INFRASTRUCTURE.
Sl.
No.
Work
Description
Financial
year
Order
No. and
date
Name
order
issuing
authority
Order
Value in
Rs.
Scanned Copy of
Performance report of
the order submitted or
Not (YES/NO)
Remarks
……………………………………………………………………
(SIGNATURE OF THE TENDERER WITH OFFICE SEAL)
Dated-----------------------
Comprehensive AMC for Data Center Infrastructure of Rajarhat Data Center & Berhampore Disaster Recovery Center, WBSEDCL:
Tender Notice No. : IT&C/80/584 dated. 10.09.2015
Page34
ANNEXURE-III
PROFORMA OF BANK GUARANTEE
FOR BID GUARANTEE (Earnest Money)
(To be stamped in accordance with Stamp Act)
Ref. No. :
Date :
To
The West Bengal State Electricity Distribution Company Limited
Vidyut Bhawan
DJ Block, Sector - II
Salt Lake, Kolkata - 700 091
Dear Sirs,
In accordance with your Notice Inviting Tender (NIT) under your Specification No._______ M/s
____________________________
having
its
Registered
Head
Office
at
_________________________ (hereinafter called the Bidder) wish to participate in the said Tender
for __________________________.
As an irrevocable Bank Guarantee against Bid Guarantee for an amount of ____ is required to be
submitted by the Bidder as a condition precedent for participation in the said Tender, which amount is
liable to be forfeited on the happening of any contingencies mentioned in the Tender Documents.
We, the ____________ Bank at _____________ having our Head Office at ________________
(Address of Bank) guarantee and undertake to pay immediately on demand by West Bengal State
Electricity Distribution Company Limited the amount of __________ (in words and figures) without
any reservation, protest, demur and recourse. Any such demand made by said Purchaser shall be
conclusive and binding on us irrespective of any dispute of difference raised by the Bidder.
This Guarantee shall be irrevocable and shall remain valid up to **_________. If any further
extension of this guarantee is required, the same shall be extended to such required period on receiving
instructions from M/s ____________________ on whose behalf this Guarantee is issued.
All rights of West Bengal State Electricity Distribution Company Limited under this Guarantee shall
be forfeited and the Bank shall be relieved and discharged from all liabilities there under unless
WBSEDCL enforce a claim under this Guarantee against the Bank within three months from the
above mentioned expiry date of validity or, from that of the extended date.
In witness whereof the Bank, through its authorized Officer, has set its hand and stamp on this
__________ day of __________ 2015 ___ at ____________.
WITNESS:
____________________________
(Signature)
________________________________________
________________________________________
(Name)
________________________________________
________________________________________
(Official address)
Attorney as per Power of Attorney No.
Date
___________________________
(Signature)
(Name)
(Designation with Bank Stamp)
___________________________
___________________________
** This date should be initially for one hundred eighty (180) days and may be extended from
time to time.
Comprehensive AMC for Data Center Infrastructure of Rajarhat Data Center & Berhampore Disaster Recovery Center, WBSEDCL:
Tender Notice No. : IT&C/80/584 dated. 10.09.2015
Page 35
ANNEXURE-IVA
PROFORMA FOR UNDERTAKING TO BE SUBMITTED BY THE BIDDER
(For genuineness of the information furnished on-line and authenticity of the documents
produced before Tender Committee for verification in support of his eligibility)
I --------------------------------------------------, Partner/Legal Attorney/ Accredited
Representative
of M/s ---------------------------------------------------------------------, solemnly declare that:
1. We are submitting Tender for the Work ---------------------------------------------------------- against Tender Notice No. ---------------------------------------------- dt. -----------------------2. None of the Partners of our firm is relative of employee of ------------------------------------ (Name of the Company).
3. All information furnished by us in respect of fulfilment of eligibility criteria and
qualification information of this Tender is complete, correct and true.
4. All documents/ credentials submitted along with this Tender are genuine,
authentic, true and valid.
5. If any information and document submitted is found to be false/ incorrect any
time, department may cancel my Tender and action as deemed fit may be taken
against us, including termination of the contract, forfeiture of all dues including
Earnest Money and banning / delisting of our firm and all partners of the firm
etc.
(Signature of the Tenderer with Seal )
Dated-----------------------
Comprehensive AMC for Data Center Infrastructure of Rajarhat Data Center & Berhampore Disaster Recovery Center, WBSEDCL
Tender Notice No. : IT&C/80/584 dated. 10.09.2015
Page36
Annexure – IVB
FORMAT OF LETTER OF BID
LETTER HEAD OF BIDDER (AS ENROLLED ONLINE ON e-Tendering PORTAL OF NIC)
To,
The Tender Committee,
Sub: Letter of Bid for the work
--------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------Ref: 1. NIeT No ------------------------------------------------------------- dated --------------2. Tender Id No. ---------------------------------------------------Dear Sir,
We offer to execute the work as per our offered bill of quantity in accordance
with the conditions of the NIeT document as available in the website. The details of the
EMD being submitted by us has been furnished on-line.
This Bid and your subsequent Letter of Acceptance / Work Order shall constitute
a binding contract between us.
We hereby confirm our acceptance of all terms and conditions of the NIeT
document unconditionally.
(Signature of the Tenderer with Seal)
Dated-----------------------
Comprehensive AMC for Data Center Infrastructure of Rajarhat Data Center & Berhampore Disaster Recovery Center, WBSEDCL
Tender Notice No. : IT&C/80/584 dated. 10.09.2015
Page37
Annexure -V
Tender Inviting Authority:Chief Engineer, IT&C Cell, WBSEDCL
Name of Work: AMC for Data Center Infrastructure installed at Data Center, Rajarhat and Disaster Recovery Center Berhampore ,WBSEDCL
NIT Ref No.: IT&C/80/584 Dated : 10/09/2015
Bidder
Name :
SCHEDULE OF WORKS
(This BoQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns,
else the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only)
Sl.
No.
Description of work
RATE In Figures To be entered by the Bidder
Rs.
P
Figures
1.00
All equipments under Electrical System, HVAC System
and Building Management System including UPS, DG
Set, PAC installed at the Data Centre, Rajarhat,
WBSEDCL.
2.00
3.00
4.00
All equipments under Electrical System, HVAC System
and Building Management System including UPS, DG
Set, PAC installed at the Data Centre, Rajarhat,
WBSEDCL. ( 2nd Year)
All equipments under Electrical System, HVAC System
and Building Management System including UPS, DG
Set, PAC installed at the Data Centre, Rajarhat,
WBSEDCL. (3rd Year)
All equipments under Electrical System, HVAC System
and Building Management System including UPS, DG
Set, PAC installed at the Disaster Recovery Centre,
0.00
0.00 Rupees only
0.00
0.00 Rupees only
0.00
0.00 Rupees only
0.00
0.00 Rupees only
0.00
0.00 Rupees only
0.00
(1st Year)
All equipments under Electrical System, HVAC System
and Building Management System including UPS, DG
Set, PAC installed at the Disaster Recovery Centre,
Berhampore, WBSEDCL.
6.00
Words
0.00 Rupees only
(1st Year)
Berhampore, WBSEDCL.
5.00
AMOUNT
Rs.
P
(2nd Year)
All equipments under Electrical System, HVAC System
and Building Management System including UPS, DG
Set, PAC installed at the Disaster Recovery Centre,
Berhampore, WBSEDCL.
(3rd Year)
0.00
Total in Figures
Total in Words
Signature of Tenderer with seal
Rupees only
Page:[38]
BoqAnnexureV.xls
Tender Inviting Authority:Chief Engineer, IT&C Cell, WBSEDCL
Annexure-V
BoQ_Ver2.0
Name of Work: AMC for Data Center Infrastructure installed at Data Center, Rajarhat and Disaster
Recovery Center Berhampore ,WBSEDCL
NIT Ref No.: IT&C/80/584 Dated : 10/09/2015
Bidder Name:
PRICE SCHEDULE
(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded
after filling the relevent columns, else the bidder is liable to be rejected for this tender. Bidders are
allowed to enter the Bidder Name and Values only)
Sl.
No.
Item Description
Item Code
/ Make
Basic Price
(in. Rs.)
1
2
3
7
1.00
All equipments under Electrical System, HVAC System
and Building Management System including UPS, DG
Set, PAC installed at the Data Centre, Rajarhat,
2.00
3.00
4.00
WBSEDCL. (1st Year)
All equipments under Electrical System, HVAC System
and Building Management System including UPS, DG
Set, PAC installed at the Data Centre, Rajarhat,
WBSEDCL. ( 2nd Year)
All equipments under Electrical System, HVAC System
and Building Management System including UPS, DG
Set, PAC installed at the Data Centre, Rajarhat,
WBSEDCL. (3rd Year)
All equipments under Electrical System, HVAC System
and Building Management System including UPS, DG
Set, PAC installed at the Disaster Recovery Centre,
Berhampore, WBSEDCL.
5.00
6.00
1st Year
0.00
2nd Year
0.00
3rd Year
0.00
1st Year
0.00
2nd Year
0.00
3rd Year
(3rd Year)
***Total in Figures
Signature of Tenderer with seal
16
0.00
(2nd Year)
All equipments under Electrical System, HVAC System
and Building Management System including UPS, DG
Set, PAC installed at the Disaster Recovery Centre,
Berhampore, WBSEDCL.
12
(1st Year)
All equipments under Electrical System, HVAC System
and Building Management System including UPS, DG
Set, PAC installed at the Disaster Recovery Centre,
Berhampore, WBSEDCL.
Service Tax (in Total Amount In
Rs)
Rs. G+L
0.00
Page:[39]
BoqAnnexureV.xls
ANNEXURE-VI
PROFORMA FOR BANK GUARANTEE FOR CONTRACT PERFORMANCE
(To be stamped in accordance with Stamp Act)
Bank Guarantee No.__________
Ref No.______________
Date : _____________
To
The West Bengal State Electricity Distribution Company Limited,
Vidyut Bhavan, Salt Lake,
DJ Block, Sector-II,
Kolkata -700 09l (India).
Dear Sir,
In consideration of West Bengal State Electricity Distribution Company Limited (hereinafter referred to as WBSEDCL) which
expression shall unless repugnant to the context or meaning thereof include its successors, administrators and assigns having
awarded
to
M/s
_________________________________
with
its
Registered/Head
Office
at
______________________________ (hereinafter referred to as the 'Contractor') which expression shall unless repugnant to the
context or meaning thereof, include its successors, administrators, executors and assigns, a Contract by issue of
Order No._____ dated_________ valued at_________________________ for_________________ (Scope of Contract) and
the Contractor having agreed to provide a Contract Performance Guarantee for the faithful performance of the AMC Service to
*-----%(percent) of the value of the entire AMC Service vide Order No. ........................ date .....................(reference of original
order), against Contract to WBSEDCL.
We ____________________________(Name and Address) having its Head Office at________________________________
hereinafter referred to as the `Bank') which expression shall, unless repugnant to the context or meaning thereof include its
successors, administrators, executors and assigns do hereby guarantee and undertake to pay WBSEDCL, on demand any and all
moneys payable by the Contract to the extent of _________________as aforesaid at any time upto (day/month/year) without any
demur, reservation, contest recourse or protest and or without any reference to the Contractor. Any such demand made by
WBSEDCL on the Bank shall be conclusive and binding notwithstanding any difference between WBSEDCL and the Contractor
or any dispute pending before any before any Court, Tribunal or any other Authority. The Bank undertakes not to revoke this
guarantee during its currency without previous consent of WBSEDCL and further agrees that the guarantee herein contained
shall continue to be enforceable till the WBSEDCL discharges this guarantee.
WBSEDCL shall have the fullest liberty without affecting in any way the liability of the Bank under this guarantee from time to time
extend the time for performance of the Contract by the Contractor. WBSEDCL, shall have the fullest liberty, without affecting
this guarantee to postpone from time to time the exercise of any powers vested in them or of any right which they might have
against the Contractor and to exercise the same at any time and any manner, and either to enforce or to forbear to enforce
any covenants, contained or implied in the Contract between WBSEDCL and the Contractor or any other course of remedy or
security available to WBSEDCL. The Bank shall not be released of its obligations under this presents by any exercise by
WBSEDCL of its liberty with reference to the matters aforesaid or any of them or by reason or any other acts of omission or
commission on the part of WBSEDCL or any other indulgence shown by WBSEDCL or by any other matter or thing whatsoever
which under the law would but for this provisions have the effect of relieving the Bank.
The Bank also agrees that WBSEDCL 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 WBSEDCL may have in relation to the contractor's liabilities.
Notwithstanding anything contained herein above our liability under this guarantee is restricted to____________ and shall
remain in force up to and including_______________ and shall be extended from time to time for such period, as may be
desired by M/s.____________________________________ to whose behalf this guarantee has been given.
All rights of WBSEDCL under this guarantee shall be forfeited and the Bank shall be relieved and discharged from all liabilities
there under unless the WBSEDCL enforce a claim under this guarantee against the Bank within three months from the above
mentioned date or from the extended date.
Dated this ______________day of______________2015 ___ at _____________________
Witness :
________________________
___________________________
(Signature)
(Signature)
_______________________
(Name)
_______________________
(Official address)
____________________________
(Name)
_____________________________
(Designation with Bank Stamp)
_____________________________
Attorney as per Power of
Attorney No.____________
Date____________________
Comprehensive AMC for Data Center Infrastructure of Rajarhat Data Center & Berhampore Disaster Recovery Center, WBSEDCL
Tender Notice No. : IT&C/80/584 dated. 10.09.2015
Page 40
Annexure-VII: A
DATA CENTRE INFRASTRUCTURE OF WBSEDCL AT NEW TOWN, RAJARHAT
EQUIPMENTS AND COMPONENTS UNDER ELECTRICAL SYSTEM
Sl.
No.
Description
Make/
Type/
Quantity
Model
(1)
1
1.1
(2)
DG AND SYNCHRONISING-CUM-LOAD MANAGING PANEL
Diesel Generator Set
(RADIATOR TYPE with Acoustical Enclosure)
(4)
(3)
2
Sets
100 mm dia exhaust pipe
50
Mtr
150 mm dia exhaust pipe complete with:
i) Thermal insulation with TF quality (thickness as required but min of 75mm thick)
Vendors must confirm the same for its compliance and obtain all necessary approvals.
And no separate payment shall be made of approvals.
ii) Aluminium cladding(22g).
iii) All M.S. support as required to support the DG exhaust pipe as per site condition (no
separate payment shall be made for the supports)
150
Mtr
1
Set
Electro Allied
Products(EAP)
2
Sets
Electro Allied
Products(EAP)
2
Electro Allied
Products(EAP)
2
Jaksons
630KVA / 504 KW at 0.8 PF 415V 3 Ph 50 Hz Diesel Generating Set continuously rated
for unlimited no.of hours @ 100% load factor including all accessories complete with:
i) Rubber-in-shear vibration mounts
ii) Starting battery & leads & charger panel
iii) Residential duty silencer with flanges.
iv) Flexible connections
v) Foundation bolts
vi) Radiator heat exchanger with all accessories.
vii) Auto DG Synchronisation Kit and Auto Load dependent start stop system.
1.2
Synchronising Panel
AMF, Synchronisation, Logic Control (PLC Based) in IP42 with generator control unit MS
Enclosure Powder coated to be mounted separately with all necessary components and Jaksons
accessories as specified
2.0
PANELS AND DISTRIBUTION BOARDS
2.1
Main LT Panel
with following feeder particulars
Incomer
1000A 4P EDO ACB 50KA --- 1No.
with communication port RS 485 and 1No 250KA TVSS
Outgoing
400A TP MCCB 35A: 2 Nos. (as an additional feeder as spare)
Sets
400A TP MCCB 35KA : 2Nos.
(For PAC Panel & 160 KVA UPS)
160A TP MCCB 35KA : 1No.
(For Utility Panel)
40A 4P MCB : 2Nos.
(For 10 KVA UPS and Spare)
With Load Manager, Phase , On, Off and Trip Indicators
1200A 4P Copper Bus Bar
2.2
PAC Panel
Sets
with following feeder particulars
Incomer
400A 4P MCCB 35KA : 1No.
with communication port RS 485 and 1No 160KA TVSS
Outgoing
63A 4P MCB : 10Nos.
(For 8 Nos 8TR PAC and spare)
DC_and_DRC_InfrastructureEquipmentsDetailsAnnexureVII.xls
Page (41)
Annexure-VII: A
DATA CENTRE INFRASTRUCTURE OF WBSEDCL AT NEW TOWN, RAJARHAT
EQUIPMENTS AND COMPONENTS UNDER ELECTRICAL SYSTEM
Sl.
No.
Make/
Type/
Description
Quantity
Model
(1)
(2)
(4)
(3)
40A 4P MCB : 6Nos.
(For 4 Nos 8TR PAC and spare)
With Load Manager, Phase , On, Off and Trip Indicators
600A 4P AL Bus Bar
2.3
Emerson
Precision Power Centre for 160 KVA UPS
Incomer
400A 4P MCCB 35KA : 1No.
with communication port RS 485 with 1No 160KA TVSS
with 200KVA Isolation Tfr, if required
Outgoings
32A DP MCB : 30Nos.
(For 25 Nos Server racks and spare)
With Load Manager for all electrical parameters, Alarm Indicator, Phase ON, OFF and
TRIP indicator and Branch circuit monitering.
600A 4P Cu Bus Bar
2
Sets
2.4
A.C. Utility Panel
Electro Allied
Products(EAP)
1
Set
ABB
1
Set
Incomer
160A 4P MCCB 35KA : 2Nos.
with communication port RS 485
Buscoupler
160A 4P MCCB 35KA : 1No
Outgoing
63A 4P MCB : 4Nos.
(For 2 Nos PDB and spare)
40A 4P MCB : 4Nos.
(For 2 Nos LDB and spare)
32A DP MCB : 16Nos.
(For 10 Nos Comfort AC and spare)
With Load Manager, Phase , On, Off and Trip Indicators
250A 4P AL Bus Bar
2.5
Utility Output DB for 10 KVA UPS
16 Way double door SPN DB
Incomer
63A DP MCB : 1No.
Outgoings
10A SP MCB:12Nos.
(for Emergency Light, Security Load etc.)
16A SP MCB : 4Nos.
(for Computers etc.)
2.6
LDB for Lighting points
8 way/phase TPN DB Double door
Incomer
40A TPN MCB ; 1no.
Outgoing : 10A/16A SP MCB : 24 nos.
ABB
2
Set
2.7
PDB for Power points
8 way/phase TPN DB Double door
Incomer
63A TPN MCB 1no.
Outgoing :10A/16A/32A SP MCB 24 nos.
ABB
2
Set
DC_and_DRC_InfrastructureEquipmentsDetailsAnnexureVII.xls
Page (42)
Annexure-VII: A
DATA CENTRE INFRASTRUCTURE OF WBSEDCL AT NEW TOWN, RAJARHAT
EQUIPMENTS AND COMPONENTS UNDER ELECTRICAL SYSTEM
Sl.
No.
Description
Make/
Type/
Quantity
Model
(1)
2.8
2.9
(2)
1000A FP ATS with overlapping neutral and bypass circuit With BMS Compatibility in an
enclosure with double input and single output as per the specification (Equiv. to ASCO EMERSON
7000 series)
70A FP ATS with overlapping neutral in an enclosure with double input and single output
EMERSON
as per the specification (Equiv. to ASCO 300 series)
2.10 32A DP Push type Starter Switch for Comfort AC units as per the specification
3
3.1
3.2
3.3
3.4
3.5
3.6
3.7
4
4.1
(4)
(3)
Schiender
Supply of CABLE TRAYS.
70mm x 450 mm wide MS perforated poweder coated
70mm x 300 mm wide MS perforated poweder coated
70mm x 200 mm wide MS perforated powder coated
50mm x 150 mm wide MS perforated powder coated
70mm x 450 mm wide GI ladder type poweder coated
70mm x 300 mm wide GI ladder type poweder coated
70mm x 200 mm wide GI Ladder powdercoated
Supply of CABLES AND TERMINATION KITS.
POWER CABLES
2
Nos
12
Nos
10
Nos
50
50
50
50
40
30
30
Mtr
Mtr
Mtr
Mtr
Mtr
Mtr
Mtr
600
Mtr
70
Mtr
300
Mtr
30
Mtr
70
Mtr
25
Mtr
180
Mtr
100
Mtr
100
Mtr
500
Mtr
1000
Mtr
1
Lot
16
Nos
4
40
6
20
4
72
8
120
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
4.1.1 From Transformer to ATS , DG to Sync Panel, Sync Panel to ATS, ATS to DC LT Panel
4.3
4.3.1
31/2C X 300 sqmm Al, XLPE, Armoured
From DC LT Panel to PAC Panels
31/2C X 240 sqmm Al, XLPE, Armoured
From DC LT Panel to 160KVA UPS, UPS to PDU
1C x 150 sqmm copper flexible
From 10KVA UPS to Output DB
1C x 16 sqmm copper flexible
From DC LT Panel to 10KVA UPS
1C x 10 sqmm copper flexible
From DC LT Panel to Utility Panel
4C X 50 Sqmm Copper arm Cable
From PAC Panel to PEC C/O and then to PAC Units
4C X 16 Sqmm Copper arm Cable
From Utility Panel to 2Nos LDB
4C X 6 Sqmm Copper arm Cable
From Utility Panel to 2Nos PDB
4C X 6 Sqmm Copper arm Cable
From Utility Panel to Comfort AC
3C X 6 Sqmm Copper arm Cable
From PDU to Server Rack Cables
3C X 6 sqmm Cu Flexible FRLS Cable
CONTROL CABLES
1100V grade multicore PVC insulated and sheathed armoured stranded copper
conductor cables (furnish length, size, cores & particulars of each type of cables during
detail engg.)
Termination kits for Cable
Termination for 31/2C x 300 AYWY
4.3.2
4.3.3
4.3.4
4.3.5
4.3.6
4.3.7
4.3.8
4.3.9
Termination for 31/2C x 240 AYWY
Termination for 1C x 150 YY
Termination for 1C x 16 YY
Termination for 1C x 10 YY
Termination for 4C x 50 YWY
Termination for 4C x 16 YWY
Termination for 4C x 6 YWY
Termination for 3C x 6 YY
4.1.2
4.1.3
4.1.4
4.1.5
4.1.6
4.1.7
4.1.8
4.1.9
4.1.10
4.1.11
4.2
5
Supply related to POINT WIRING AND CONDUITING WORK
DC_and_DRC_InfrastructureEquipmentsDetailsAnnexureVII.xls
Page (43)
Annexure-VII: A
DATA CENTRE INFRASTRUCTURE OF WBSEDCL AT NEW TOWN, RAJARHAT
EQUIPMENTS AND COMPONENTS UNDER ELECTRICAL SYSTEM
Sl.
No.
Description
Make/
Type/
Quantity
Model
(1)
5.1
5.2
5.3
5.4
5.5
5.6
5.7
6
6.1
6.2
6.3
(2)
(4)
(3)
Primary point from MCB/ 5A Switch for lighting with 3 x 1.5 sqmm wire
Secondary Point Looped from item 4.2
Primary point for Raw power with (2 x 4) + (1 x 2.5) sqmm wire
Secondary point looped from item 4.4
5A Switch with plate and back box
5/15A Socket + 15 A switch with all accessareis
3 nos 5 Pin 5A Socket + 15 A switch with all accessareis
30
40
30
25
20
30
50
Nos
Nos
Nos
Nos
Nos
Nos
Nos
125
nos.
15
nos
20
nos.
60
Nos
8
nos
400
80
300
300
mtr
mtr
mtr
mtr
6
nos
LIGHTING FIXTURES & AND ACCESSORIES.
2 x 36 watts 2' x 2' Ceiling suspended recess mounted light fixtures with Tubes and all
Wipro
accessories (Equiv. to Wipro WVP 24236 SGW)
PL Fittings 2 x18 watts with Tubes and all accessories (Equiv. to Wipro WCP 42218
Wipro
SGW)
1 x 40 watts industrial type Double tube fitting with all accessories (Equiv. to Wipro WIF
Wipro
14140 SGW)
Notes:
The rates for lighting fixtures and fans shall include all accessories and supply of all
materials that may be required to make the fixture complete in all respects.
All the fixtures shall be suitable for single phase, 50 cycles, 230 Volts, AC supply
system.
All light fixtures shall be provided with Electronic ballast as described in the schedule.
All fixtures shall be factory wired with copper conductor wires.
All fixtures shall be supplied with fluorescent lamps/incandescent bulbs or any other
special type bulbs as called for in the item.
All the fixtures shall be quoted of approved make only.
7
8
8.1
8.2
8.3
8.4
8.5
8.6
INDUSTRIAL SOCKETS AND HOUSING
32A DP+E Industrial Sockets and straight plugs of IP 44 type and of approved make in
Legrand
a sheet steel enclosure with 32A DP MCB
EARTHING AND EARTHING STRIPS.
Earthing pits with 600 x 600 x 6mm Copper Plate earth upto 10 feet deep with all
accessories
6 sqmm braided copper tape for grid earthing
8 swg bare cu wire
25 x 3 copper Strip for Earthing of panel
1c x 150 sqmm cu flexible (Green Colour) wire/cable
Dedicated Eathing Box of 50mm x 10mm x 200mm complete with 50mm x 6 Tinned
copper strip with 6mm holes
DC_and_DRC_InfrastructureEquipmentsDetailsAnnexureVII.xls
Page (44)
Annexure-VII: B
DATA CENTRE INFRASTRUCTURE OF WBSEDCL AT NEW TOWN, RAJARHAT
EQUIPMENTS AND COMPONENTS UNDER HVAC SYSTEM
Sl.
No.
Description
Make/
Type/
Quantity
Model
(1)
(2)
(4)
(3)
PAC UNITS
Precision Air Conditioning (PAC) Units of Libert PeX Model with inert gas
based refrigerant in compliance to Kiyoto protocol each of 8 TR complete
with instruments, gauges, microprocessor controller and other accessories
complete for precision air-conditioning of electronic control equipment at data
centre Server Room in N+1 configuration
Precision Air Conditioning (PAC) Units of Libert PeX Model with inert gas
based refrigerant in compliance to Kiyoto protocol each of 9.5 TR complete
with instruments, gauges, microprocessor controller and other accessories
complete for precision air-conditioning of electronic control equipment at data
centre Power Room -I (UPS/Electrical Room) in N+1 configuration
Emerson
56
TR
Emerson
9.5
TR
2b
Precision Air Conditioning (PAC) Units of Libert PeX Model with inert gas
based refrigerant in compliance to Kiyoto protocol each of 9.5 TR complete
with instruments, gauges, microprocessor controller and other accessories
complete for precision air-conditioning of electronic control equipment at data
centre Power Room -II (UPS/Electrical Room) in N+1 configuration
Emerson
9.5
TR
3
Liquid Crystal Thermometer Strips with acrylic self adhesive backing to
measure quick and accurate air temperatures by showing colors as
blue/green/yellow and red as per acceptable temperature standards defined
by Uptime Institute inside the Data Centre Hall.
Blue Star
16
Nos
4
Split type non-ductible Refrigeration Unit each of 1.5 TR with Air-cooled
condensing unit, room unit, interconnecting refrigerant pipe, protection and
temperature & humidity control panel, instruments, gauges and other
accessories complete for air-conditioning of electronic control equipment at
data centre rooms excepting Server Room and Electrical Room
Blue Star
30(20 Nos)
TR
5
Set of Thermometer & Humidity Meter
Blue Star
3
Sets
1
2a
COMFORT AC UNITS
DC_and_DRC_InfrastructureEquipmentsDetailsAnnexureVII.xls
Page (45)
Annexure-VII: C
DATA CENTRE INFRASTRUCTURE OF WBSEDCL AT NEW TOWN, RAJARHAT
EQUIPMENTS AND COMPONENTS UNDER BUILDING MANAGEMENT SYSTEM (BMS)
SYSTEM
Sl.
No.
Make/
Type/
Description
Quantity
Model
(1)
(2)
A
BUILDING MANAGEMENT SYSTEM
BMS Workstation, Pentium IV 833MHz, 20GB HDD, 256MB RAM, 52X
CD ROM drive 1.44 FDD, 14" colour monitor, Microsoft Bus Mouse, 2
serial, 1 parallel port & Windows NT operating system
Network Controller
DDC Controller
Integrator for Precision AC Units on MODBUS RTU protocol
Integration Software for UPS on MODBUS RTU protocol
Integration Software for DG Sets on MODBUS RTU protocol
Integrated Intelligent building management server software having capacity
to accomodate points (hardware & software) and more with graphics user
interface comprising of the following modules
Building Management Seamless integrating all utililties
Fire alarm system Software Module
Access Management software Module
CCTV system softwarebased integration
Third party- UPS, Load manager, Precesion AC, DG set integration on
Modubus
Integration Software for Fire Alarm, Access Control, with Graphic User
Interface for Seamless Integration with the BMS Graphics
FIELD DEVICES
Temperature cum Humidity Sensor with all mounting accessories
2 core 1.5 sq.mm unscreened Armoured non FRLS cable
1
3
4
5
6
7
8
8.1
a
b
c
d
8.2
9
10
B
1
2
3
4
5
6
7
8
9
10
11
12
(4)
(3)
dell
1
Set
Siemens
Euronet
Euronet
Euronet
1
1
1
1
1
Set
Set
Set
Set
Set
Euronet
1
Set
Euronet
1
Set
Siemens
Teleflex
6
1000
Nos
Mtrs.
1
Nos.
1
105
0
18
14
30
5
12
70
1
2200
Nos.
Nos.
Nos.
Nos.
Nos.
Nos.
Nos.
Nos.
Nos.
Nos.
Mtrs.
ANALOGUE ADDRESSABLE FIRE ALARM SYSTEM
Addressable Fire Detection Panel : 1-loop panel, each loop can handle 125
Siemens
detectors & 125 Modules, with power supply.
Interface gateway
NIC-C
Addressable multielectric Smoke Detector
Siemens HFP-11
Addressable Heat Detector
HFPT-11
Manuall Call Point
HMS-S
Strobe cum hooter
MTH-MC-R
Control module
HTRI-R
Monitor module
HTRI-S
FIM
RI
RI
Emergency Glow Sign
ISI
2-core, 1.5 sq. mm. Shielded armoured cable
Teleflex
DC_and_DRC_InfrastructureEquipmentsDetailsAnnexureVII.xls
Page (46)
Annexure-VII: C
DATA CENTRE INFRASTRUCTURE OF WBSEDCL AT NEW TOWN, RAJARHAT
EQUIPMENTS AND COMPONENTS UNDER BUILDING MANAGEMENT SYSTEM (BMS)
SYSTEM
Sl.
No.
Description
Make/
Type/
Quantity
Model
(1)
(2)
(4)
(3)
C
1.1
1.2
SAPPHIRE - FIRE SUPPRESSION SYSTEM
Sapphire for server room and Electrical Room
Sapphire for BMS Room
Sinorix 1230
Sinorix 1231
1
1
D
1
2
3
4
VESDA SYSTEM
Single Channel Air Sampling System For Server Room
PVC Pipe
Fittings and Supports
24 VDC Power Supply Unit
VLC-55
ISI
ISI
PS-2425
1
1
1
1
E
1
2
3
ACCESS CONTROL SYSTEM
Main Door Controller .
Proximity Card Reader
Proximity Card Reader with Fingerprint Reader
M5E4
HID-6005
V-PROX
1
16
6
Nos.
Nos.
Nos.
4
Electromagnetic Lock (Single leaf )
EML-1101 +EB-LZ10
5
Nos.
5
Magnetic contact
EMC-205
16
Nos.
6
Electromagnetic Lock (Double leaf )
EML1103 +EB-LZ10
11
Nos.
7
8
9
10
11
Proximity Card - Blank Face
Emergency Exit Switch
Panic Bar
4-core 0.8sq. mm. Shielded cable in PVC Conduit
8-core 0.8sq. mm. Shielded cable in PVC Conduit
HID-1326
ERS-G
100
9
1
1000
1600
Nos.
Nos.
Nos.
Mtrs.
Mtrs.
F
1
2
WATER LEAK DETECTION SYSTEM & RODENT REPELLENT SYSTEM
Water Leak Cable (10 mts each)
WD-CS/10M
Electronic Sounder 85db
Lightak
4 Zone Water Leak Conventional Panel with Battery Charger & Battery
Signet
with BMS integration
Rodent Repellent Console Units with Transducers suitable to cater all DC
Maser
area.
15
1
Nos
Nos
1
LOT
1
Nos
3
4
Teleflex
Teleflex
DC_and_DRC_InfrastructureEquipmentsDetailsAnnexureVII.xls
lot
lot
No
Per Zone
Lot
No.
Page (47)
Annexure-VII: C
DATA CENTRE INFRASTRUCTURE OF WBSEDCL AT NEW TOWN, RAJARHAT
EQUIPMENTS AND COMPONENTS UNDER BUILDING MANAGEMENT SYSTEM (BMS)
SYSTEM
Sl.
No.
Make/
Type/
Description
Quantity
Model
(1)
(2)
G
1
CCTV SERVELLIANCE SYSTEM
PC with Monitor
1/3" Colour Dome Camera with 3.6/6 mm fixed lens for indoor application,
complete with power supply unit
4 Channel Video Streamer / Encoder
Rack for streamer
DVM Server
Digital Video Management Software
RG11.armoured
2-core, 1.5 sq. mm. unscreened armoured non FRLS cable
2
3
4
5
6
7
8
H
1
2
3
4
5
6
7
8
9
(4)
(3)
Fujitsu
1
Nos.
CFD-480
24
Nos.
Tracer lite
ISI
IBM/Dell
Euronet
Dlink
Teleflex
6
3
1
1
2500
1200
Nos.
Nos.
Nos.
lot
Mtrs
Mtrs
36
1
1
1
1
1
1
1
Nos.
1800
Nos.
PUBLIC ADDRESS SYSTEM
6 watt each with line matching transformers.
LBD8352/10
Volume control units
LBC400/10
240 WATT Amplifier
LBD1935/00
Goose neck Microphone
LBB1949
System controller with 4 Zone call station
LBB1990+/56/+57
Pre amplifier pre recorded voice generator
LBB1925
Professional grade DVD/ Cassete player
PLN-DVDT
Powder coated rack with wheels
ISI
Cable & Conduit : 2 core 1.5 sq mm twisted HFFR/ FRLS cu cable in
Teleflex
yellow colour with conduit
DC_and_DRC_InfrastructureEquipmentsDetailsAnnexureVII.xls
Nos.
Nos.
Nos.
Nos.
Nos.
Nos.
Nos.
Page (48)
Annexure-VII: D
DISASTER RECOVERY DATA CENTRE, BERHAMPORE
EQUIPMENTS AND COMPONENTS UNDER ELECTRICAL SYSTEM
Sl.
No.
Description
Make/
Type/
Quantity
Model
(1)
1
1.1
(2)
DG AND SYNCHRONISING-CUM-LOAD MANAGING PANEL
Diesel Generator Set
(RADIATOR TYPE with Acoustical Enclosure)
(4)
(3)
2
Sets
100 mm dia exhaust pipe
50
Mtr
150 mm dia exhaust pipe complete with:
i) Thermal insulation with TF quality (thickness as required but min of 75mm thick)
Vendors must confirm the same for its compliance and obtain all necessary approvals.
And no separate payment shall be made of approvals.
ii) Aluminium cladding(22g).
iii) All M.S. support as required to support the DG exhaust pipe as per site condition (no
separate payment shall be made for the supports)
150
Mtr
1
Set
Electro Allied
Products(EAP)
2
Sets
Electro Allied
Products(EAP)
2
Electro Allied
Products(EAP)
2
Jaksons
630KVA / 504 KW at 0.8 PF 415V 3 Ph 50 Hz Diesel Generating Set continuously rated
for unlimited no.of hours @ 100% load factor including all accessories complete with:
i) Rubber-in-shear vibration mounts
ii) Starting battery & leads & charger panel
iii) Residential duty silencer with flanges.
iv) Flexible connections
v) Foundation bolts
vi) Radiator heat exchanger with all accessories.
vii) Auto DG Synchronisation Kit and Auto Load dependent start stop system.
1.2
Synchronising Panel
AMF, Synchronisation, Logic Control (PLC Based) in IP42 with generator control unit MS
Enclosure Powder coated to be mounted separately with all necessary components and Jaksons
accessories as specified
2.0
PANELS AND DISTRIBUTION BOARDS
2.1
Main LT Panel
with following feeder particulars
Incomer
1000A 4P EDO ACB 50KA --- 1No.
with communication port RS 485 and 1No 250KA TVSS
Outgoing
400A TP MCCB 35A: 2 Nos. (as an additional feeder as spare)
Sets
400A TP MCCB 35KA : 2Nos.
(For PAC Panel & 160 KVA UPS)
160A TP MCCB 35KA : 1No.
(For Utility Panel)
40A 4P MCB : 2Nos.
(For 10 KVA UPS and Spare)
With Load Manager, Phase , On, Off and Trip Indicators
1200A 4P Copper Bus Bar
2.2
PAC Panel
Sets
with following feeder particulars
Incomer
400A 4P MCCB 35KA : 1No.
with communication port RS 485 and 1No 160KA TVSS
Outgoing
63A 4P MCB : 10Nos.
(For 8 Nos 8TR PAC and spare)
DC_and_DRC_InfrastructureEquipmentsDetailsAnnexureVII.xls
Page (49)
Annexure-VII: D
DISASTER RECOVERY DATA CENTRE, BERHAMPORE
EQUIPMENTS AND COMPONENTS UNDER ELECTRICAL SYSTEM
Sl.
No.
Make/
Type/
Description
Quantity
Model
(1)
(2)
(4)
(3)
40A 4P MCB : 6Nos.
(For 4 Nos 8TR PAC and spare)
With Load Manager, Phase , On, Off and Trip Indicators
600A 4P AL Bus Bar
2.3
Emerson
Precision Power Centre for 160 KVA UPS
Incomer
400A 4P MCCB 35KA : 1No.
with communication port RS 485 with 1No 160KA TVSS
with 200KVA Isolation Tfr, if required
Outgoings
32A DP MCB : 30Nos.
(For 25 Nos Server racks and spare)
With Load Manager for all electrical parameters, Alarm Indicator, Phase ON, OFF and
TRIP indicator and Branch circuit monitering.
600A 4P Cu Bus Bar
2
Sets
2.4
A.C. Utility Panel
Electro Allied
Products(EAP)
1
Set
ABB
1
Set
Incomer
160A 4P MCCB 35KA : 2Nos.
with communication port RS 485
Buscoupler
160A 4P MCCB 35KA : 1No
Outgoing
63A 4P MCB : 4Nos.
(For 2 Nos PDB and spare)
40A 4P MCB : 4Nos.
(For 2 Nos LDB and spare)
32A DP MCB : 16Nos.
(For 10 Nos Comfort AC and spare)
With Load Manager, Phase , On, Off and Trip Indicators
250A 4P AL Bus Bar
2.5
Utility Output DB for 10 KVA UPS
16 Way double door SPN DB
Incomer
63A DP MCB : 1No.
Outgoings
10A SP MCB:12Nos.
(for Emergency Light, Security Load etc.)
16A SP MCB : 4Nos.
(for Computers etc.)
2.6
LDB for Lighting points
8 way/phase TPN DB Double door
Incomer
40A TPN MCB ; 1no.
Outgoing : 10A/16A SP MCB : 24 nos.
ABB
2
Set
2.7
PDB for Power points
8 way/phase TPN DB Double door
Incomer
63A TPN MCB 1no.
Outgoing :10A/16A/32A SP MCB 24 nos.
ABB
2
Set
DC_and_DRC_InfrastructureEquipmentsDetailsAnnexureVII.xls
Page (50)
Annexure-VII: D
DISASTER RECOVERY DATA CENTRE, BERHAMPORE
EQUIPMENTS AND COMPONENTS UNDER ELECTRICAL SYSTEM
Sl.
No.
Description
Make/
Type/
Quantity
Model
(1)
2.8
2.9
(2)
1000A FP ATS with overlapping neutral and bypass circuit With BMS Compatibility in an
enclosure with double input and single output as per the specification (Equiv. to ASCO EMERSON
7000 series)
70A FP ATS with overlapping neutral in an enclosure with double input and single output
EMERSON
as per the specification (Equiv. to ASCO 300 series)
2.10 32A DP Push type Starter Switch for Comfort AC units as per the specification
3
3.1
3.2
3.3
3.4
3.5
3.6
3.7
4
4.1
(4)
(3)
Schiender
Supply of CABLE TRAYS.
70mm x 450 mm wide MS perforated poweder coated
70mm x 300 mm wide MS perforated poweder coated
70mm x 200 mm wide MS perforated powder coated
50mm x 150 mm wide MS perforated powder coated
70mm x 450 mm wide GI ladder type poweder coated
70mm x 300 mm wide GI ladder type poweder coated
70mm x 200 mm wide GI Ladder powdercoated
Supply of CABLES AND TERMINATION KITS.
POWER CABLES
2
Nos
12
Nos
10
Nos
50
50
50
50
40
30
30
Mtr
Mtr
Mtr
Mtr
Mtr
Mtr
Mtr
600
Mtr
70
Mtr
300
Mtr
30
Mtr
70
Mtr
25
Mtr
180
Mtr
100
Mtr
100
Mtr
500
Mtr
1000
Mtr
1
Lot
16
Nos
4
40
6
20
4
72
8
120
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
4.1.1 From Transformer to ATS , DG to Sync Panel, Sync Panel to ATS, ATS to DC LT Panel
4.3
4.3.1
31/2C X 300 sqmm Al, XLPE, Armoured
From DC LT Panel to PAC Panels
31/2C X 240 sqmm Al, XLPE, Armoured
From DC LT Panel to 160KVA UPS, UPS to PDU
1C x 150 sqmm copper flexible
From 10KVA UPS to Output DB
1C x 16 sqmm copper flexible
From DC LT Panel to 10KVA UPS
1C x 10 sqmm copper flexible
From DC LT Panel to Utility Panel
4C X 50 Sqmm Copper arm Cable
From PAC Panel to PEC C/O and then to PAC Units
4C X 16 Sqmm Copper arm Cable
From Utility Panel to 2Nos LDB
4C X 6 Sqmm Copper arm Cable
From Utility Panel to 2Nos PDB
4C X 6 Sqmm Copper arm Cable
From Utility Panel to Comfort AC
3C X 6 Sqmm Copper arm Cable
From PDU to Server Rack Cables
3C X 6 sqmm Cu Flexible FRLS Cable
CONTROL CABLES
1100V grade multicore PVC insulated and sheathed armoured stranded copper
conductor cables (furnish length, size, cores & particulars of each type of cables during
detail engg.)
Termination kits for Cable
Termination for 31/2C x 300 AYWY
4.3.2
4.3.3
4.3.4
4.3.5
4.3.6
4.3.7
4.3.8
4.3.9
Termination for 31/2C x 240 AYWY
Termination for 1C x 150 YY
Termination for 1C x 16 YY
Termination for 1C x 10 YY
Termination for 4C x 50 YWY
Termination for 4C x 16 YWY
Termination for 4C x 6 YWY
Termination for 3C x 6 YY
4.1.2
4.1.3
4.1.4
4.1.5
4.1.6
4.1.7
4.1.8
4.1.9
4.1.10
4.1.11
4.2
5
Supply related to POINT WIRING AND CONDUITING WORK
DC_and_DRC_InfrastructureEquipmentsDetailsAnnexureVII.xls
Page (51)
Annexure-VII: D
DISASTER RECOVERY DATA CENTRE, BERHAMPORE
EQUIPMENTS AND COMPONENTS UNDER ELECTRICAL SYSTEM
Sl.
No.
Description
Make/
Type/
Quantity
Model
(1)
5.1
5.2
5.3
5.4
5.5
5.6
5.7
6
6.1
6.2
6.3
(2)
(4)
(3)
Primary point from MCB/ 5A Switch for lighting with 3 x 1.5 sqmm wire
Secondary Point Looped from item 4.2
Primary point for Raw power with (2 x 4) + (1 x 2.5) sqmm wire
Secondary point looped from item 4.4
5A Switch with plate and back box
5/15A Socket + 15 A switch with all accessareis
3 nos 5 Pin 5A Socket + 15 A switch with all accessareis
30
40
30
25
20
30
50
Nos
Nos
Nos
Nos
Nos
Nos
Nos
125
nos.
15
nos
20
nos.
60
Nos
8
nos
400
80
300
300
mtr
mtr
mtr
mtr
6
nos
LIGHTING FIXTURES & AND ACCESSORIES.
2 x 36 watts 2' x 2' Ceiling suspended recess mounted light fixtures with Tubes and all
Wipro
accessories (Equiv. to Wipro WVP 24236 SGW)
PL Fittings 2 x18 watts with Tubes and all accessories (Equiv. to Wipro WCP 42218
Wipro
SGW)
1 x 40 watts industrial type Double tube fitting with all accessories (Equiv. to Wipro WIF
Wipro
14140 SGW)
Notes:
The rates for lighting fixtures and fans shall include all accessories and supply of all
materials that may be required to make the fixture complete in all respects.
All the fixtures shall be suitable for single phase, 50 cycles, 230 Volts, AC supply
system.
All light fixtures shall be provided with Electronic ballast as described in the schedule.
All fixtures shall be factory wired with copper conductor wires.
All fixtures shall be supplied with fluorescent lamps/incandescent bulbs or any other
special type bulbs as called for in the item.
All the fixtures shall be quoted of approved make only.
7
8
8.1
8.2
8.3
8.4
8.5
8.6
INDUSTRIAL SOCKETS AND HOUSING
32A DP+E Industrial Sockets and straight plugs of IP 44 type and of approved make in
Legrand
a sheet steel enclosure with 32A DP MCB
EARTHING AND EARTHING STRIPS.
Earthing pits with 600 x 600 x 6mm Copper Plate earth upto 10 feet deep with all
accessories
6 sqmm braided copper tape for grid earthing
8 swg bare cu wire
25 x 3 copper Strip for Earthing of panel
1c x 150 sqmm cu flexible (Green Colour) wire/cable
Dedicated Eathing Box of 50mm x 10mm x 200mm complete with 50mm x 6 Tinned
copper strip with 6mm holes
DC_and_DRC_InfrastructureEquipmentsDetailsAnnexureVII.xls
Page (52)
Annexure-VII: E
DISASTER RECOVERY DATA CENTRE, BERHAMPORE
EQUIPMENTS AND COMPONENTS UNDER HVAC SYSTEM
Sl.
No.
Description
Make/
Type/
Quantity
Model
(1)
(2)
(4)
(3)
PAC UNITS
Precision Air Conditioning (PAC) Units of Libert PeX Model with inert gas
based refrigerant in compliance to Kiyoto protocol each of 8 TR complete
with instruments, gauges, microprocessor controller and other accessories
complete for precision air-conditioning of electronic control equipment at data
centre Server Room in N+1 configuration
Precision Air Conditioning (PAC) Units of Libert PeX Model with inert gas
based refrigerant in compliance to Kiyoto protocol each of 9.5 TR complete
with instruments, gauges, microprocessor controller and other accessories
complete for precision air-conditioning of electronic control equipment at data
centre Power Room -I (UPS/Electrical Room) in N+1 configuration
Emerson
56
TR
Emerson
9.5
TR
2b
Precision Air Conditioning (PAC) Units of Libert PeX Model with inert gas
based refrigerant in compliance to Kiyoto protocol each of 9.5 TR complete
with instruments, gauges, microprocessor controller and other accessories
complete for precision air-conditioning of electronic control equipment at data
centre Power Room -II (UPS/Electrical Room) in N+1 configuration
Emerson
9.5
TR
3
Liquid Crystal Thermometer Strips with acrylic self adhesive backing to
measure quick and accurate air temperatures by showing colors as
blue/green/yellow and red as per acceptable temperature standards defined
by Uptime Institute inside the Data Centre Hall.
Blue Star
16
Nos
4
Split type non-ductible Refrigeration Unit each of 2.5 TR with Air-cooled
condensing unit, room unit, interconnecting refrigerant pipe, protection and
temperature & humidity control panel, instruments, gauges and other
accessories complete for air-conditioning of electronic control equipment at
data centre rooms excepting Server Room and Electrical Room
Blue Star
30(12 Nos)
TR
5
Set of Thermometer & Humidity Meter
Blue Star
3
Sets
1
2a
COMFORT AC UNITS
DC_and_DRC_InfrastructureEquipmentsDetailsAnnexureVII.xls
Page (53)
Annexure-VII: F
DISASTER RECOVERY DATA CENTRE, BERHAMPORE
EQUIPMENTS AND COMPONENTS UNDER BUILDING MANAGEMENT SYSTEM (BMS)
SYSTEM
Sl.
No.
Make/
Type/
Description
Quantity
Model
(1)
(2)
A
BUILDING MANAGEMENT SYSTEM
BMS Workstation, Pentium IV 833MHz, 20GB HDD, 256MB RAM, 52X
CD ROM drive 1.44 FDD, 14" colour monitor, Microsoft Bus Mouse, 2
serial, 1 parallel port & Windows NT operating system
Network Controller
DDC Controller
Integrator for Precision AC Units on MODBUS RTU protocol
Integration Software for UPS on MODBUS RTU protocol
Integration Software for DG Sets on MODBUS RTU protocol
Integrated Intelligent building management server software having capacity
to accomodate points (hardware & software) and more with graphics user
interface comprising of the following modules
Building Management Seamless integrating all utililties
Fire alarm system Software Module
Access Management software Module
CCTV system softwarebased integration
Third party- UPS, Load manager, Precesion AC, DG set integration on
Modubus
Integration Software for Fire Alarm, Access Control, with Graphic User
Interface for Seamless Integration with the BMS Graphics
FIELD DEVICES
Temperature cum Humidity Sensor with all mounting accessories
2 core 1.5 sq.mm unscreened Armoured non FRLS cable
1
3
4
5
6
7
8
8.1
a
b
c
d
8.2
9
10
B
1
2
3
4
5
6
7
8
9
10
11
12
(4)
(3)
dell
1
Set
Siemens
Euronet
Euronet
Euronet
1
1
1
1
1
Set
Set
Set
Set
Set
Euronet
1
Set
Euronet
1
Set
Siemens
Teleflex
6
1000
Nos
Mtrs.
1
Nos.
1
105
0
18
14
30
5
12
70
1
2200
Nos.
Nos.
Nos.
Nos.
Nos.
Nos.
Nos.
Nos.
Nos.
Nos.
Mtrs.
ANALOGUE ADDRESSABLE FIRE ALARM SYSTEM
Addressable Fire Detection Panel : 1-loop panel, each loop can handle 125
Siemens
detectors & 125 Modules, with power supply.
Interface gateway
NIC-C
Addressable multielectric Smoke Detector
Siemens HFP-11
Addressable Heat Detector
HFPT-11
Manuall Call Point
HMS-S
Strobe cum hooter
MTH-MC-R
Control module
HTRI-R
Monitor module
HTRI-S
FIM
RI
RI
Emergency Glow Sign
ISI
2-core, 1.5 sq. mm. Shielded armoured cable
Teleflex
DC_and_DRC_InfrastructureEquipmentsDetailsAnnexureVII.xls
Page (54)
Annexure-VII: F
DISASTER RECOVERY DATA CENTRE, BERHAMPORE
EQUIPMENTS AND COMPONENTS UNDER BUILDING MANAGEMENT SYSTEM (BMS)
SYSTEM
Sl.
No.
Description
Make/
Type/
Quantity
Model
(1)
(2)
(4)
(3)
C
1.1
1.2
SAPPHIRE - FIRE SUPPRESSION SYSTEM
Sapphire for server room and Electrical Room
Sapphire for BMS Room
Sinorix 1230
Sinorix 1231
1
1
D
1
2
3
4
VESDA SYSTEM
Single Channel Air Sampling System For Server Room
PVC Pipe
Fittings and Supports
24 VDC Power Supply Unit
VLC-55
ISI
ISI
PS-2425
1
1
1
1
E
1
2
3
ACCESS CONTROL SYSTEM
Main Door Controller .
Proximity Card Reader
Proximity Card Reader with Fingerprint Reader
M5E4
HID-6005
V-PROX
1
16
6
Nos.
Nos.
Nos.
4
Electromagnetic Lock (Single leaf )
EML-1101 +EB-LZ10
5
Nos.
5
Magnetic contact
EMC-205
16
Nos.
6
Electromagnetic Lock (Double leaf )
EML1103 +EB-LZ10
11
Nos.
7
8
9
10
11
Proximity Card - Blank Face
Emergency Exit Switch
Panic Bar
4-core 0.8sq. mm. Shielded cable in PVC Conduit
8-core 0.8sq. mm. Shielded cable in PVC Conduit
HID-1326
ERS-G
100
9
1
1000
1600
Nos.
Nos.
Nos.
Mtrs.
Mtrs.
F
1
2
WATER LEAK DETECTION SYSTEM & RODENT REPELLENT SYSTEM
Water Leak Cable (10 mts each)
WD-CS/10M
Electronic Sounder 85db
Lightak
4 Zone Water Leak Conventional Panel with Battery Charger & Battery
Signet
with BMS integration
Rodent Repellent Console Units with Transducers suitable to cater all DC
Maser
area.
15
1
Nos
Nos
1
LOT
1
Nos
3
4
Teleflex
Teleflex
DC_and_DRC_InfrastructureEquipmentsDetailsAnnexureVII.xls
lot
lot
No
Per Zone
Lot
No.
Page (55)
Annexure-VII: F
DISASTER RECOVERY DATA CENTRE, BERHAMPORE
EQUIPMENTS AND COMPONENTS UNDER BUILDING MANAGEMENT SYSTEM (BMS)
SYSTEM
Sl.
No.
Make/
Type/
Description
Quantity
Model
(1)
(2)
G
1
CCTV SERVELLIANCE SYSTEM
PC with Monitor
1/3" Colour Dome Camera with 3.6/6 mm fixed lens for indoor application,
complete with power supply unit
4 Channel Video Streamer / Encoder
Rack for streamer
DVM Server
Digital Video Management Software
RG11.armoured
2-core, 1.5 sq. mm. unscreened armoured non FRLS cable
2
3
4
5
6
7
8
H
1
2
3
4
5
6
7
8
9
(4)
(3)
Fujitsu
1
Nos.
CFD-480
24
Nos.
Tracer lite
ISI
IBM/Dell
Euronet
Dlink
Teleflex
6
3
1
1
2500
1200
Nos.
Nos.
Nos.
lot
Mtrs
Mtrs
36
1
1
1
1
1
1
1
Nos.
1800
Nos.
PUBLIC ADDRESS SYSTEM
6 watt each with line matching transformers.
LBD8352/10
Volume control units
LBC400/10
240 WATT Amplifier
LBD1935/00
Goose neck Microphone
LBB1949
System controller with 4 Zone call station
LBB1990+/56/+57
Pre amplifier pre recorded voice generator
LBB1925
Professional grade DVD/ Cassete player
PLN-DVDT
Powder coated rack with wheels
ISI
Cable & Conduit : 2 core 1.5 sq mm twisted HFFR/ FRLS cu cable in
Teleflex
yellow colour with conduit
DC_and_DRC_InfrastructureEquipmentsDetailsAnnexureVII.xls
Nos.
Nos.
Nos.
Nos.
Nos.
Nos.
Nos.
Page (56)
ANNEXURE - VIII
LOG BOOK FOR CORRECTIVE MAINTENANCE
(Comprehensive AMC of Infrastructure Equipments)
Period: From _______________ to ____________________________
Location Name:
IN CHARGE Name:
Designation:
Remarks.
Solution provided
Call status
(Pending)
/Attended
Total Time taken for Fault rectification
Completion of fault rectification Date &
Time
Attended fault on Date & Time by
Vendor’s Engineer
Date & Time of Fault reporting by
WBSEDCL
Fault Category/
Major/
Minor)
Effect on Service (No/
Degrade/
Down)
Problem Description
Docket No.
Sl. No.
(A) Details of Fault during Period: Following are the details of faults and fault responses,
observed during the above mentioned period.
(B) The number of repeat faults attended for the same equipment/same site
(C) It is also certified that No Faults are pending against these equipments at the end of
above mentioned period.
(Cross if any fault is pending)
Comprehensive AMC for Data Center Infrastructure of Rajarhat Data Center & Berhampore Disaster Recovery Center, WBSEDCL
Tender Notice No. : IT&C/80/584 dated. 10.09.2015
Page 57
Signature
Signature
Bidder Representative
DC In-Charge/ DRC In-Charge, WBSEDCL
Name:
Name:
Location:
Location
Date:
Date:
Comprehensive AMC for Data Center Infrastructure of Rajarhat Data Center & Berhampore Disaster Recovery Center, WBSEDCL
Tender Notice No. : IT&C/80/584 dated. 10.09.2015
Page 58
Download