1551 PTenders
1551 PTenders
1551 PTenders
Head Office: Center One Building, 21st Floor, World Trade Centre Complex, Cuffe Parade,
1. Export-Import Bank of India (EXIM Bank), a corporation established under the Act Export-
Import Bank of India, 1981 and having its registered office at 21st Floor, World Trade Centre
Complex, Cuffe Parade, Mumbai 400 005 invites bids from eligible bidders for “Data Center
Design and Construction” for Export-Import Bank of India”.
2. The mode of tendering is through e-Tendering. E-Tendering is the process by which the
physical tendering activity is carried out using internet and associated technologies in a
faster and secure environment.
4. Tender document will be allowed for download from above web site after successful vendor
registration (hard copies of the tender document will not be provided) and submission of
tender document cost.
6. EXIM Bank reserves the right to accept or reject in part or full any or all the offers without
assigning any reasons there for.
GENERAL TENDER DETAILS
Tender Document for Data Center Design and Construction for Exim
Bank
Tender Reference No. EXIM/RFP/2019-20/080
Tender Document Cost. ₹ 10,000/- (Non-refundable) (Demand Draft
(DD) in favor of “Export-Import Bank of India”
payable at Mumbai.
EMD Amount ₹ 5,00,000/-
Last date for acceptance of E-Tender March 28,2020 5:00 PM
Document Cost, IP Agreement, EMD Amount
Place of Submission of DD and IP Agreement Export Import Bank of India,
original document. Center One Building, 21st Floor, World Trade
Centre Complex, Cuffe Parade, Mumbai 400 005
Date of Online Notice March 06, 2020 5:00 PM
Date of Pre bid meeting March 13, 2020 11:00 AM – 11:59 AM
Document Downloading Start Date March 06, 2020 5:00 PM
Document Downloading End Date March 26,2020 5:00 PM
Last Date and Time For March 28,2020 5:00 PM
Submission
Opening of Tender March 30,2020 11:00 AM
Address for communication As above Ph. 022-22172600, Ext: - 2410/2446
E-Mail: dharmendra@eximbankindia.in,
Mahesh.b@eximbankindia.in
Place of Receipt of E-Tender https://eximbankindiatenders.procuretiger.co
m
Note: Commercial bids will be opened online only. E-Tendering is the simulation of the
manual tendering process on the internet. I.e. the eligible Bidders / Service Providers can
log on to the internet site specified using a unique username and password and place
their Technical & Commercial bids.
The eligible Bidders will be trained by M/s e-Procurement Technologies Ltd. (Abc Procure)
personnel on the methodology of submitting the bids online using a special digital
signature / electronic key / password at the date and time specified. The bids placed by
the Bidders are confidential and will be opened by the authorized EXIM Bank officials. No
other person can gain access to the information regarding the bids, which is confidential
and encrypted in nature.
Minimum requirement for e-tender participation:
E-Procurement Technologies
Limited 801 – Wall Street – II
Opposite Orient Club near Gujarat College,
Ellis Bridge, Ahmedabad – 380 006
Gujarat, India
Phone: +91 (79) 68136820/29/31/35/40/43/52/53/57/59/63
Fax: +91 (79) 40230847
For any clarification on Bill of Material / lay out/ DC Design / UPS System/ Network Kindly contact –
I/We confirm that to the best of our knowledge this information is authentic and accept
that any deliberate concealment will amount to disqualification at any stage.
5. Email Address
a.
b.
6. Year of Establishment
7. Registration No. and Date of
Registration
8. Status of the firm
(Proprietor/Partnership/Co.
etc.)
9. Name of Bankers a.
b.
10. PAN Card No.
11. GST No.
Date:
Place:
Note:
INFORMATION FOR BIDDERS
1. As per Public Procurement policy (PPP) for Micro & Small Enterprises (MSEs) Order,
2012 issued vide Gazette Notification dated 23.03.2012 by Ministry of Micro, Small
and Medium Enterprises of Govt. of India, MSEs must be registered with any of the
following in order to avail the benefits / preference available vide Public Procurement
Policy MSEs Order, 2012.
a) District Industries Centers (DIC)
b)Khadi and Village Industries Commission (KVIC)
c) Khadi and Village Industries Board
d) Coir Board
e) National Small Industries Corporation (NSIC)
f) Directorate of Handicraft and Handloom
g) Any other body specified by Ministry of MSME (MoMSME)
h) Udyog Aadhaar Acknowledgment/Udyog Aadhaar Memorandum issued by
MoMSME.
2. MSEs participating in the tender must submit valid & authorized copy of certificate of
registration with any one of the above agencies. In case of bidders submitting DIC
registration certificate shall attach original notarized copy of the DIC certificate. The
MSE’s Bidder to note and ensure that nature of services and goods/items
manufactured mentioned in MSE’s certificate matches with the nature of the services
and goods /items to be supplied as per Tender.
3. The registration certificate issued from any one of the above agencies must be valid as
on Bid closing date of the tender. Bidder shall ensure validity of registration
certificate in case bid closing date is extended.
4. The MSMEs who have applied for registration or renewal of registration with any of
the above agencies/bodies, but have not obtained the valid certificate as on close
date of the tender, are not eligible for exemption/preference.
5. TheMSMEs registered with above mentioned agencies /bodies are exempted from
payment of Earnest Money Deposit (EMD) & tender fees.
(Note - In the event of the parties deciding to refer the dispute/s for adjudication to an
Arbitral Tribunal then one arbitrator each will be appointed by each party and the case will
be referred to the Indian Council of Arbitration (ICADR) for nomination of the third
arbitrator. The fees of the arbitrator appointed by the parties shall be borne by each party
and the fees of the third arbitrator, if appointed, shall be equally shared by the buyer and
seller).
4. Penalty for use of Undue influence: The Seller undertakes that he has not given, offered or
promised to give, directly or indirectly, any gift, consideration, reward, commission, fees,
brokerage or inducement to any person in service of the Buyer or otherwise in procuring
the Contracts or forbearing to do or for having done or forborne to do any act in relation to
the obtaining or execution of the present Contract or any other Contract with the Export-
Import Bank of India. Giving or offering of any gift, bribe or inducement or any attempt at
any such act on behalf of the Seller towards any officer/employee of the Buyer or to any
other person in a position to influence any officer/employee of the Buyer for showing any
favour in relation to this or any other contract, shall render the Seller to such liability/
penalty as the Buyer may deem proper, including but not limited to termination of the
contract, imposition of penal damages, forfeiture of the Bank Guarantee and refund of the
amounts paid by the Buyer.
5. Non-disclosure of Contract documents: Except with the written consent of the Buyer/
Seller, other party shall not disclose the contract or any provision, specification, plan,
design, pattern, sample or information thereof to any third party.
6. Liquidated Damages: In the event of the Seller's failure to submit the Bonds, Guarantees
and Documents, supply the stores/goods and conduct trials, installation of equipment,
training, etc. as specified in this contract, the Buyer may, at his discretion, withhold any
payment until the completion of the contract. The BUYER may also deduct from the SELLER
as agreed, liquidated damages to the sum of 0.5% of the contract price of the
delayed/undelivered stores/services mentioned above for every week of delay or part of a
week, subject to the maximum value of the Liquidated Damages being not higher than 10%
of the value of delayed stores/services.
7. Termination of Contract: The Buyer shall have the right to terminate this Contract in part
or in full in any of the following cases:
(a) The Seller is declared bankrupt or becomes insolvent.
(b) The Buyer has noticed that the Seller has utilised the services of any
Indian/Foreign agent in getting this contract and paid any commission to such
individual/company etc.
(c) With mutual agreement
(d) As per decision of the Arbitration Tribunal.
8. Notices: Any notice required or permitted by the contract shall be written in the English
language and may be delivered personally or may be sent by FAX or registered pre-paid
mail/airmail or email, addressed to the last known address of the party to whom it is
sent.
9. Patents and other Industrial Property Rights: The prices stated in the present Contract
shall be deemed to include all amounts payable for the use of patents, copyrights,
registered charges, trademarks and payments for any other industrial property
rights. The Seller shall indemnify the Buyer against all claims from a third party at any
time on account of the infringement of any or all the rights mentioned in the
previous paragraphs, whether such claims arise in respect of manufacture or use.
The Seller shall be responsible for the completion of the supplies including spares,
tools, technical literature and training aggregates irrespective of the fact of
infringement of the supplies, irrespective of the fact of infringement of any or all the
rights mentioned above.
10. Amendments: No provision of present Contract shall be changed or modified in any way
(including this provision) either in whole or in part except by an instrument in writing made
after the date of this Contract and signed on behalf of both the parties and which expressly
states to amend the present Contract.
11. Evaluation and Comparison of Bids:
The bidder meeting the General Eligibility Criteria will be considered for technical evaluation.
The Bidder needs to comply with all the eligibility criteria. Non-compliance to any of these
criteria would result in outright rejection of the Bidder’s proposal. The Bidder is expected to
provide proof for each of the points for eligibility evaluation.
The decision of the Bank would be final and binding on all the Bidders to this document. The
Bank may accept or reject an offer without assigning any reason what so ever. At the sole
discretion and determination of the Bank, the Bank may add any other relevant criteria for
evaluating the proposals received in response to this RFP. The evaluation will be a two stage
process. The stages are:
a) General Eligibility evaluation
c) Commercial evaluation
15. I / We hereby declare that I / We have read and understood the above instructions for the
guidance of the Tenderers. Seal and Signature of the Bidder/s not required since the document
is Digitally Signed.
SPECIAL CONDITIONS OF RFP
2. OEM Certificate: In case the Bidder is not the OEM, the agreement certificate with the OEM
for sourcing the spares shall be mandatory. However, where OEMs do not exist, minor
aggregates and spares can be sourced from authorized vendors subject to quality
certification.
3. Annual Maintenance Contract (AMC) Clause: The following AMC clause will form part of
the contract placed on successful Bidder -
a. The Seller would provide comprehensive AMC for a period of 2 years. The AMC services
should cover the repair and maintenance of all the equipment and systems purchased
under the present Contract. The Buyer Furnished Equipment which is not covered under the
purview of the AMC should be separately listed by the Seller. The AMC services would be
provided in two distinct ways:
i. Preventive Maintenance Service: The Seller will provide a minimum of four Preventive
Maintenance Service visits during a year to carry out functional check-ups and minor
adjustments/ tuning as may be required.
The Export-Import Bank of India (EXIM Bank) is the premier export finance institution of the
country that seeks to build value by integrating foreign trade and investment with the
economic rise of India. The Bank has guided by expertise at the Board level, by senior policy
makers, expert bankers, leading players in industry and international trade as well as
professionals in exports, imports or financing. With offices spread across India and in select
locations of the world, the bank aspires to boost the businesses of industries and SMEs.
M/s EXIM BANK would like to install and deploy a Modular infrastructure which shall be able
to host critical IT technology hardware to run the application. It should be designed in a way
that it offers scalability over a period. The design should consider redundancy, scalability
and maintainability. The Banks current IT Network Backbone is mostly configured using
CISCO Network Devices.
The Bank is inviting all qualified bidders to participate in this e-tender as per eligibility
criteria and scope of work mentioned.
Exim Bank Office under this Project:
M/s EXIM BANK wishes to deploy an Integrated Data Center Infrastructure/ Intelligent Racks
which should deliver the following features and benefits.
These specifications describe requirements for a fully integrated and intelligent Data center.
The system will be designed to provide precision cooling, Uninterruptible Power System
(UPS), Remote Monitoring solution with Biometric Access control for Security, RODENT
System, VESDA System and Novec 1230 Fire Suppression system for critical IT components
inside the rack.
Compliance
Mandatory / (Yes / No)
Sr.No Description of Requirements Remark
Optional Yes for
Mandatory
1 Scope of Work
2 Requirements
Integrated Data Center
Infrastructure Solution (here after
referred as ‘Smart DC Solution’) with
2.1 Mandatory
Pre-fabricated Cold and Hot aisle
containment of 10 racks should
cater IT load of maximum 60kVA
The Intelligent Integrated
Infrastructure essentially includes
internal redundant or backup power
supplies, environmental controls
(e.g., precision air conditioning, fire
suppression, smoke detection,
water leak detection, humidity
sensor, intelligent monitoring
system, security devices, etc.) Air-
2.2 Mandatory
conditioning system is to have 100%
reliability on 24x7 basis with
adequate standby for system
redundancy. (Failure of any single
unit; still to meet the total cooling
requirement).The ambient
temperature considered for the
calculation of total tonnage
requirement should be 45 Degrees
The detail specifications of the DC
Solution, standalone system shall be
in adherence to standard Data
Centre guidelines thus shall be
2.3 Mandatory
composed of multiple active power
and cooling distribution paths, but
only one path active. Shall have
redundant components.
Solution shall have following
3
components: -
3.1 In-Row closed loop Air-Conditioning Mandatory
Data center server and network
racks should be equipped with
cooling units to provide closed loop
precision cooling system which
3.1.1 Mandatory
should be able to cool the
equipment’s uniformly right from
1st U to 42nd U of Rack through
Row/Rack Based Cooling
Precision Air Cooling solution should be
of 20kW capacity with standby (N+1
Redundancy)
Precision Air Conditioner should have
following Features:
1. Cooling System should be DX
Mandatory
3.1.2 (Inverter type brushless
compressor/Digital Scroll) type.
2. Inbuilt Heater and Humidifier to cater
IT load up to 20kW
3. Outdoor Unit & Microprocessor
based Controller
True online,
3.2 Fully Digital Dual DSP Controlled Mandatory
Transformer Based UPS System
Fan Section
• Units should be offered with two plug
EC Direct Drive Fan, High efficiency, EC
motor with integrated electronics,
Maintenance free design and
construction. The fan section shall be
3.11.2.2 designed for higher air flow. Each PAC Mandatory
unit should be capable of delivering 80-
100 CFM per kW. The fan shall be
protected from over temperature of
motor, electronics, locked rotor
protection, short circuit of motor
output. Fans are IP54, Protection class F
Air Filtration
• The filter cells are made of two deep
pleated 4” filters rated MERV8
following ASHRAE 52.2 (45% by ASHRAE
52.1) or G4 following EN779, located
3.11.2.4
within the cabinet, and accessible from
the rear of the unit. Frame of the filter
shall be made of galvanized steel.
• Clogged filter alarm must be available
for standard.
Refrigerant
• All units equipped with direct
3.11.2.5
expansion circuit are suitable for R410A
refrigerant.
Microprocessor Controller
• Air conditioning models should be
controlled by microprocessor-based
controller with Touch Panel. It can be
programmed to control the function of
every device within the unit via I/O.
• The controller shall allow setting and
monitoring of the room parameters.
Unit utilizes multiple temperature
sensors placed at the rack inlet, to
ensure management and control of
temperature by rack. The controller
should allow setting and monitoring of
parameters:
• The controller should allow setting
and monitoring of the following space
parameters:
o Air inlet Temperature
o Air supply Temperature (remote
sensors at rack inlet)
o Return Temperature set-point
o Supply Temperature set-point
o Return Temperature band
o Supply Temperature band
o Humidity (inlet)
3.11.2.6 o Humidity set-point Mandatory
o Humidity band
o Rack Min, Max and Average
temperature
• The example of available warnings /
alarms:
o High supply temperature, Low supply
temperature
o High return humidity Low return
humidity
o Loss of airflow
o Compressor Low Pressure,
Compressor High Pressure
o Electrical heater high temperature
(When applicable)
o Clogged filter, Customer input (No 4
inputs)
o LP transducer fail, Call service
(customer input)
o High temperature (customer input)
o Unit hours exceeded
o Compressor hours exceed
o Humidifier hours exceed
o Supply sensor failure
o Network failure
o Humidifier problem
o Digital scroll high temperature
o Smoke detected
o Fire alarm
o Rack sensor failure
Monitoring
1. There should be SNMP and
HTTP/Web-management capability for
enhanced communications and control
of HPM systems. The cards make use of
an Ethernet network (100Mbit/1Gbit)
to monitor and control a wide range of
operating parameters, alarms and
notifications to a standard web browser
3.11.2.7 (Internet Explorer). A provision can also Mandatory
be made to make the monitoring
possible on the mobile phones.
2. The unit shall also include input volt-
free contacts for simple remote
monitoring of low and high priority
alarms: high/low temperature, high/low
refrigerant pressure, fan/control failure,
compressor/control failure and others
are available.
Condenser
• The condenser should be with fan
speed controller designed & set for
3.11.2.8 usages of R410A refrigerant. Condenser Mandatory
should work at 0 deg C to 45 deg C
ambient temperature. The motorized
fan shall be IP54, protection class F
Thermal Management:
a) Return air temperature profile cross-
ordinate
b) cooling fan state to the operating
state, the corresponding icon is Mandatory
animated; alarm flood state is, icon
animation. Door status icon static
display, the door opened and closed the
door to a different style static icon.
Supply & Distribution:
a) UPS page displays for the distribution
parameters and real-time power system
operating mode
b) UPS working state: AC mode / bypass
mode / Battery mode / standby mode
c) The operating state of the system:
Single / 1 + 1 parallel / 2N double bus
Mandatory
d) For each PDU distribution -PDU page
displays the total current and power
component
e) when the PDU voltage value, the
current value exceeds the set range, the
system will generate a corresponding
alarm; on the contrary, the alarm
disappears
3.16 Cleaning
1) On completion of installation, testing
of the system all components, cabinets
etc. shall be cleaned & unwanted
material, debris shall be removed from
site
2) Scratches dents if any shall be
cleaned & touched upto match the Mandatory
original finish
3) Cable and electric wire should be
arranged in a way that minimize the
physical tempering with the existing
infrastructure and should be properly
managed maintaining the aesthetics
Maintenance and Support
After Sale Service
1.Service shall be guaranteed by
supplier during defect liability period /
guarantee period.
2.Product OEM shall offer the Data
Centre with 24x7 services through their
authorized service engineer for a period
of at least 1 year.
3.Product OEM shall provide ONSITE
3.17 Mandatory
warranty for 3 Year from the date of
taking over of the equipment after the
acceptance tests. Two year onsite
warranty should be provided on items
specifically written in this tender.
4.Basic training and operational training
to be provided after the successful
installation of DC
5.Quarterly PM to be carried out during
the CMC period
PART B
Civil, Electrical, HVAC and MEP Services
A. CIVIL & INTERIOR WORKS
The bidder will design, supply and carry out Civil/Interior works with given layout for
accommodating functional areas like Data Center area and Electrical Room for the proposed
Data Center.
Qty
Sr.
Description SCOPE OF WORK UNIT
No.
Demolition & Demolition & removal of block work, tiles etc and L.S.
1 Removal carting away the debris from site to designated
dumping ground.
Pest control Providing Pest Control & Anti Termite Treatment by Sq.Ft.
2 appointing a specialised an agency as per the
specifications mentioned by the bureau of Indian
Standards Specifications for General Civil, Plumbing
/Drainage & Timber / Carpentry Works, Including at
least 3 year guarantee etc, complete as
directed.(Mode of measurement to be on carpet
area of floor and not the area of surface treated)
The bidder will design, supply and carry out Electrical works for accommodating functional
areas like Data Center area and Electrical Room for the proposed Data Center.
Total
Sr. No Scope of Work - Electrical
Unit Qty
Floor/wall mounted cubicle type panel, Fabricated from 14/16G CRCA sheet
steel ,Totally compartmentalized, 7 tank powder coating treatment for rust
proofing, with separate busbar chamber & cable chambers ,Front /Back access
for switchgears, connectors etc. Suitable for 430 V, 3 phase / 4 Wire System ,
50 Hz supply,50 Deg Celcius ambient temp,Class 1 Type with 15VA burden,
Provisionn for control wiring diagram, 3 MM openable gland plate on top and
bottom of panel, 75 MM height channel base frame to panel. Proper labelling
shall be done all chambers of panel showing feeder rating and location
TPN as follows (UDB)- Wall mounted MCB double door DBs,fabricated from
2.2 16/18 G CRCA sheet steel with powder coated, and all fixing hardware. DB size each
should be suitable for Below mentioned MCB combination
SPN as follows (ELDB)- Wall mounted MCB double door DBs,fabricated from
2.3 16/18 G CRCA sheet steel with powder coated, and all fixing hardware. DB size Sets
should be suitable for Below mentioned MCB combination
SITC of cables with Heavy duty Alu/ Cu. Lugs & Brass cable glands. All Cable
should be Double compression gland for 16 Sqmm and Above cables. The
2
glands should be earthed along with brass clips for Earthing. Bimetallic
washers shall be utilise for Aluminium cables for terminations with cu busbar.
a 3.5 Core 240 sq. mm. AYFY. nos
b 3.5 Core 50 sq. mm. AYFY. nos
c 4 Core 25 sq. mm. AYFY. nos
d 4 Core 16 sq. mm. AYFY nos
e 1 Runs x 25 sq. mm. CU flex in PVC PIPE nos
f 1 Runs x 10 sq. mm. CU flex In PVC pipe nos
g 4 Core16sq. mm Cu Arm YWY nos
h 4 Core10sq. mm Cu Arm YWY Nos
i 3 Core 10 sq. mm Cu Arm YWY nos
j 4 Core 6 sq. mm Cu YWY nos
k 3 Core 4 sq mm Cu YWY nos
l 3 Core 2.5 sq mm Cu YWY nos
m 4 Core 2.5 sq. mm Cu YWY nos
SITC of Powder coated 100mmx 75mm GI Trunking 2mm thick with cover to
be used for running the wires/cables near Db and DB drop. Trunking to be
fixed on Wall or flooring with suitable size of GI clamp, appropriate dia
threaded rod & 35mmx2mm thick GI slotted 'C' channel Patti OR suitable size
4 mtr
of MS angle support (MS support to be painted with two coats of red oxide &
two coats of enamelled paint ). The rate shall include the cost of Supports .
Trunking should have knock outs on both side at each 600mm distance as per
site requirements.
Fabrication in MS .The rate shall include the cost for painting with 3 Coats of
5 enamelled / metal applied after rust treatment of two coats of red oxide. The Kgs
colour of the paint & cable trays shall be as approved by Architect.
SITC of Light Point wiring through 20/25 mm MS CONDUIT with all required
accessories with 2 Nos of 1.5 sqmm & 1 no of 1.5 sqmm ( for earth) PVC
insulated Copper FRLS wires with Modular type switches complete with all
accessories as detailed in the specifications. The switch boxes shall be flush
mounted with partition /walls works or as directed by the consultants and
shall be done in co-ordination with furniture works. The rate shall include
circuit wiring From LDB to Switchboard Box & Switchboard Box to Switchboard
. 2 Nos of 1.5 sqmm & 1 no of 1.5 sqmm ( for earth) Copper conductor PVC
6 insulated FRLS Wire , conduit, back box, switch plate and modular type switch
. Conduit shall be fixed on wall / trays or ceiling with spacers & saddles. The
wires will be terminated in a separate connector before fixtures. All phase
neutral and earthing wire shall be terminated in SB level. No direct looping of
Neutral and earthing shall be done. All circuit/ Looping circuits shall have
ferrule on both ends and shall have lugs on both end. Circuit and point wire
shall have same colour code. Switch board have proper stickering showing DB
and circuit number. wall chasing and back filling will be in scope of electrical
contractor wherever required
Primary light points (Switch control) 3 x 1.5 Sqmm Cu FRLS PVC insulated
a Nos
wires
Secondary light points with 3 x 1.5 Sqmm FRLS wires PVC insulated wires (Loop
b Nos
points after primary points)
DB MCB controlled primary point with 3 x 1.5 Sqmm Cu FRLS PVC insulated
wire
c Nos
Secondary light points with 3 x 1.5 Sqmm Cu FRLS PVC insulated wire (Loop
d Nos
points after MCB controlled primary points)
e Wiring for PIR sensor from cabin SB to sensor and till first light point Nos
Primary light points (Switch control) 3 x 1.5 Sqmm Cu FRLS PVC insulated
f Nos
wires for emergency lights
Secondary light points with 3 x 1.5 Sqmm Cu FRLS PVC insulated wires .for
g Nos
emergency lights
DB MCB controlled primary point with 3 x 1.5 Sqmm Cu FRLS PVC insulated
wires .for emergency lights
h Nos
Secondary light points with 3 x 1.5 Sqmm Cu FRLS PVC insulated wires .for
i Nos
emergency lights
C POWER OUTLETS
3 Back boxes required for data voice outlets boxes on wall or partitions Nos
SITC of modular type Under floor modular boxes of 300mm x 300mm x 65mm
4 with double door. Top cover will be hinged cover with minimum depth of 70 Nos
mm with 2nos 15 Amp Switch Socket 2 nos Data Point 2nos Voice Point
SITC of Circuit Mains wiring for work station and cabins Power sockets direct
5
from DB and then looped with nearest socket.
Circuit wiring - 3C x 2.5 sq.mm. Cu conductor PVC insulated FRLS wires for
a.1 Mtrs
UPS points on table , workstation, cabin furniture - UPS-4 points per circuit
Circuit wiring - 3C x 2.5 sq.mm. Cu conductor PVC insulated FRLS wires for
a.2 RAW points on table , workstation, cabin furniture - RAW- 4 sockets per Mtrs
circuit
Circuit wiring - 3R x 2.5 sq.mm. Cu conductor PVC insulated FRLS wires in 25
a.3 Mtrs
MM FRLS PVC conduit in ceiling, partitions, floor for RAW points , UPS points
Supplying and laying of CAT-6 cable make through already laid
raceways/conduit from racks to work station as directed (The rate shall
b mtr
include the cost of 1.6 mm wall thickness PVC conduits & all accessories) for
light dimming
Circuit wiring - 3C x 6 sq.mm. Cu conductor PVC insulated FRLS wires for UPS
c mtrs
points on table , workstation, cabin furniture - server and hub room sockets
D MISCELLENOUS WORK
50 MM, 3M long dia GI Rod, Chemical earthing system with Chamber cover
1 with civil brick works, test link with 4 nos SS nut bolts , and proper marking on Nos
earthing cover shall be provided for body earthing
SITC of of 50mm x 6mm thick G.I. earthing strip from earthing chamber to the
main power panel and it's termination. The portion of the strip underground
3 shall be laid to a depth of at least 75cms. The portion on building wall upto mtrs
the main panel shall be laid on cable trays or to be saddled to the wall as per
the site conditions. GI flats to be painted with two coats of enamelled paint
SITC of 25 mm x 6mm thick G.I. earthing strip from the GI earthing grid inside
4 the panel room to the body earth connections of the individual panels.GI flats mtr
to be painted with two coats of enamelled paint
SITC of 25mm x 3 mm thick G.I. earthing strip from the GI earthing grid inside
5 the panel room to the body earth connections of the individual panels.GI flats mtrs
to be painted with two coats of enamelled paint
CEIG APPROVAL - Statutory approval from Local Electrical Inspectorate & other
8 Job
required statutory bodies for clearance from electricity authority / Electrical
Inspectorate. Identification to be done for all electrical equipments like panel,
DB, sockets, Light fittings, Cables, Etc. for entire Electrical installation of
Building for 10000 Sqft .The job involves submission of application, test report
& other relevant documents as may be required to EI & EB, follow up with EI &
EB, collection of FQ, making necessary application payment to EI & EB (DD for
the same shall be given by client), coordination with EI & EB project team &
getting the relevant work done from EI & EB at site for obtaining power
supply. This being a time bound job, the meter connection work should be
carried out within the time frame mentioned in tender.(This is to be noted
that this work include liasoning with EI & EB) & Electrical Inspector charges to
approve entire Electrical installation Work .The job involves submission of
drawings ,test report, arranging visit of electrical Inspector at site , Approval of
Electrical Inspector on drawing Layout. This being a time bound job, Vendor
should ensure that they should get permission of Electrical Inspector in time
.This is to be noted that this work excludes liasoning with EI & EB.All official
charges will be reimbursed by client.
SITC of 1Cx 50 sq mm COPPER flexible cable for earth in PVC HMS Conduit
9 mtrs
inside the building premises PDU.
SITC of 1Cx 25 sq mm COPPER flexible cable for earth in PVC HMS Conduit
10 mtrs
inside the building premises.
SITC of 1Cx 16 sq mm COPPER flexible cable for earth in PVC HMS Conduit
11 mtrs
inside the building premises.
SITC of 1Cx 10 sq mm COPPER flexible cable for earth in PVC HMS Conduit
12 mtrs
for UPS BODY EARTH
SITC of 1Cx 6 sq mm COPPER flexible cable for earth along with the supply
13 mtrs
cable in 20mm PVC HMS Conduit .The rate shall include GI Conduit
SITC of 1C x 2.5 sq mm COPPER flexible cable with for earth along with brass
14 mtrs
clips for termination on MODULAR WORKSTATION METALIC BODY.
18 Supply & Installation of rubber mats of 1000 mm. width & thickness of 10mm
1.1 KV Voltage grade. Mtrs
Supply & Installation of shock treatment chart in English & local language.
19 No
Shock treatment chart to be printed & glass framed.
20 Supply & Installation of first aid kit with wall mounting wooden stand. No
Supply & Installation of Co2 fire extinguishers for elect room, reception and
21 No
cafeteria - 4.5KG with floor stand
Supply & Installation of ABC fire extinguishers for office area - 2 KG with
22 Nos
floor stand
Fire extinguisher signage on wall and safety signages 200 x 200 mm size, with
23.2 Nos
2Hrs. radium
23.3 Fire exit route map with Glass frame and fixing on wall Nos
2 Junction Boxes
Supplying and fixing 350 mm x 350 mm x55mm deep GI finish. The junction
boxes shall have knock-outs on all sides suitable for Raceways/conduits. With
stainless steel Plate. The knock out shall be removed at site as per
a requirements. Junction boxes shall be levelled at the time of installation. Nos
Junction boxes shall be earthed with raceway with 18 Swg cu wire. Junction
boxes and raceway shall be covered with plastic bags during back filling of
concrete work.
Supplying and fixing 250 mm x 250 mm x55mm deep GI finish. The junction
boxes shall have knock-outs on all sides suitable for Raceways/conduits. With
stainless steel Plate. The knock out shall be removed at site as per
b requirements. Junction boxes shall be levelled at the time of installation. Nos
Junction boxes shall be earthed with raceway with 18 Swg cu wire. Junction
boxes and raceway shall be covered with plastic bags during back filling of
concrete work.
Supplying and fixing 150 mm x 150 mm x55mm deep GI finish. The junction
boxes shall have knock-outs on all sides suitable for Raceways/conduits. With
stainless steel Plate. The knock out shall be removed at site as per
c Nos
requirements. Junction boxes shall be levelled at the time of installation.
Junctions boxes shall be earthed with raceway with 18 Swg cu wire. Junction
boxes and raceway shall be covered with plastic bags during back filling of
concrete work.
Supply & installations of Stainless steel Basket Type open Cable trays 400 mm
x100 mm, in LAB/NER Room, made of 6.0mm dia stainless steel rods , with
4 100mm grid , bends, SS welding , Fixing Supports , all installation accessories mtr
etc. The rate to include fixing MS PAINTED SUPPORT bracket of 50 mm x
6.0mm Make : LEGRAND CABLOFIL
SITC of High end Switch sockets for lighting SB and 5/15A Raw points in cabin
5 and conf room, basic cost taken for plate switch sockets combine taken rs. Set
3000 per room
Supply, Installation, Testing & Commissioning 15- w LED down light with heat
2 sink on backside . For passage ( light shall give avg 150- 200 lux on Passage Nos
and 300 Lux on workstations)
Supply, Installation, Testing & Commissioning 18- 22 w LED down light with
3 heat sink on backside . For passage ( light shall give avg 150- 200 lux on Nos
Passage and 300 Lux on workstations)
Supply Installation of EXIT Signage's with LED lamp with 90 minutes battery
5 backup type & LED lamps as per NFPA standard. These signages may be Nos
mounted on wall OR can be fixed on ceiling with gear wire /recessed.
8 Day light sensor- with Timmer and adjustable lux level Nos
9 Occupancy IR sensors with timmer control Nos
10 10W per Meter LED strip lights with driver- cove light Mtrs
11 28 W LED TUBE lights - 4 feet with transparent cover housing for ware house Nos
SITC CAT 6 Cable in MS conduits with IO and faceplate , back box. AVG cable
3 Nos
length 40RMT with conduits and all accessories
SITC Flat screen TFT 32” high resolution Monitor with power supply complete
4 No.
with key board & mouse.
SITC of 8 CH NVR, 2 SATA HDD Slot (Max 32TB), ATX Power,Realtime
Recording Resolution (16 Channels @2MP),Realtime Local Playback,Multiplex
Operation,H.264 High profile,BNC/VGA/HDMI output, main profile,
baseline,HDD Redundancy,Free DDNS,Network backup, USB HDD, USB writer,
5 SATA writer,1 RS485, support 18 kinds of PTZ protocols,ONVIF 2.0,1 channel No.
Audio Input and Output,16 Ch Alarm Input and 8 Ch Alarm Output- Free
software supply and installation . 2 SATA HDD slots NVR shall be network
compatible and remote access shall be available through IP
Approved Makes:- Honeywell or higher model
SITC of 2 door controller with TCP/IP connectivity, & power supply unit with
4 Nos
battery back up
SITC of 4 door controller with TCP/IP connectivity, & power supply unit
5 Make- Spectra, Solus, Honeywell Note- Access door shall open during fire Nos
alarm. Panel shall give door open alarm
6 SITC of Access PC Hardware & Software
I5 Processor with mobo,8GB dd3 Kingston RAM ,Keyboard & Mouse, Cabinet
6a Nos
circule,CD Drive with Dell screen 18.5" 1 TB HDD with windows installed
6b BASIC Multiple User licensed time attendance soft ware Nos
Capability to map multiple companies within the Enterprise, and Various
departments within a Company. Vendor to understand the existing software
and provide the similar of higher version.
Should have capability for generating extensive customised reports.
SITC of Armored Copper flexible Cable, PVC insulated, shielded PVC Sheathed
cable. The cable shall be laid on surface with GI saddle-spacers every 0.3
7
meters. Complete with GI Junction Box, lugs, cable compression glands, cable
tags and Ferruling.
A CAT 6 Cables in MS conduits Mtrs
b 4c x 0.75 Sq.mm for locks and exit switch with MS conduit Mtrs
Panic bar with battery operated alarm- 60DB alarm shall be considered ,
11 Nos
Vendor to include door contacts, hooter, and cabling
Addressable fire alarm Active Repeater Panel which consists of display board
which will have 160 Character Display with Touch key pad, Mother board UL
2 Nos
Listed,
Make: Honeywell / Edward compatible
SITC of Addressable Smoke detector with base with Binary coded address
setting. Dual LED’s for 360° visibility. Sleek low-profile housing design. Regular
3 Nos
100mm (Below false ceiling) base. IP Rating : IP - 42. Approval: UL Listed,
Make Honeywell / Edward compatible
SITC Addressable Smoke detector with base with Binary coded address
setting. Dual LED’s for 360° visibility. Polarity free, Sleek low-profile housing
design. Regular
4 Nos
100mm base( Above False ceiling with MS back box) . IP Rating : IP - 42.
Approval: UL Listed,
Make:Honeywell / Edward compatible
SITC Addressable MCD detectors with base with Binary coded address
setting. Dual LED’s for 360° visibility. Polarity free, Sleek low-profile housing
4.1 design. Regular Nos
100mm base( Below False ceiling) . IP Rating : IP - 42. Approval: Honeywell /
Edward compatible
SITC of Analogue Addressable Heat detector Rate of Rise Cum Fixed Supply of
Addressable Heat detector with base with Binary coded address setting. Dual
LED’s for
5 360° visibility. Sleek low-profile housing design. Regular 100mm base. IP Nos
Rating : IP - 42. Approval: (Below False Floor.)
UL Listed,
Make: Honeywell / Edward compatible
SITC Sounder / Hooter with Strobe with minimum Db level of 90db at 10 feet
9 height with required control module Nos
Honeywell / Edward compatible
SITC of Addressable Control Module for conventional sounder . Binary Coding
Setting - Approval:
10 Nos
UL Listed,
Make-Honeywell Morley/Notifier/Siemens
Supply of Fault Isolator with base
11 Nos
Honeywell / Edward compatible
SITC of Response Indicator having twin LED flush mounted on false
12 Nos
ceiling/wall
SITC of 2 Core x 1.5 mm2, Multi stranded AT Copper, FRLS Armoured cable,
RED in Colour.
13 The cable shall be laid on surface with GI saddle-spacers every 0.3 meters. Mtr.
Complete with GI Junction Box, lugs, cable glands, cable tags and Ferruling as
required. Make polycab or Equivalent
SITC of GSM Auto dialler system, shall be capable of sending SMS and call
14 alert to max 10 peoples no
Note: GSM sim Card in customer scope
J PA SYSTEM
Note- Vendor shall include cost of integration with BMS, Access, PA and Elect
system. All cables and hardware required for the same.
SITC of Dual Tone Ceiling mounted speaker with all requisite mounting
1
accessories to mount the speaker on False Ceiling / True Ceiling.
1.a 6 Watts- Nos
Box type IP 66 12 watt speaker wall mounted type suitable for Open ware
1.b Nos
house area
SITC of 8 Zone Voice Alarm controller/ Preamplifier/ Mixer amplifier Auto fire
2 Nos
evacuation message with USB MP3 AM FM CAT 6 connectivity for Mic with
SITC of Call Station With 6 Zone Selection Switch with wired mic with cat 6
5 Nos
cable connectivity
6 SITC of 6W Volume Control, with ON/OFF with auto over ride option Nos
6.1 2 Nos mics with cable direct from amplifier in BMS room Nos
SITC of ISI Marked FRLS Armoured 2 core x 1.5 mm2, Multi stranded Copper
Conductor, PVC sheathed Cable with The cable shall be laid on surface with GI
7 Mtrs
saddle-spacers every 0.3 meters. Complete with GI Junction Box, lugs, cable
glands, cable tags and Ferruling. Make
C. HVAC Works
The bidder will design, supply and carry out HVAC works for accommodating functional
areas like Data Center area and Electrical Room for the proposed Data Center.
Sr.
Scope of Work - HVAC Unit Qty
No.
1 CONVENTIONAL SYSTEM
Supply, Installation Testing & Commissioning of Air cooled conventional
Ductable split units with high static pressure, make : Daikin / Mitsubishi /
Toshiba / Hitachi / OG.
Ductable split type conditioning units, each comprising of an outdoor and a
single/double indoor unit/s.Condensing unit shall be complete with hermetically
sealed rotary / scroll compressor/s, with aluminium fins, thermostatic expansion
valve and air cooled condenser with fan. Evaporating unit shall consist of a fan
section with dynamically balanced centrifugal fan/s driven by FHP/TEFC squirrel
cage induction motor, multi rows deep cooling coil of copper tubes and aluminium
fins etc. Enclosures shall be fabricated as specified. The evaporating unit shall be
equipped with synthetic fibre filters, insulated drain pan, safety controls, thermostat
all complete in a unit. The outdoor unit enclosure shall be factory painted to a
smooth finish. Ductable three phase units shall be complete with phase reversal kit
and motor protection device. Including lifting, shifting, fabrication, installation of MS
base platform for indoor/outdoor unit complete with epoxy painting, vibration
isolation pads, support hangars, railing, brackets etc. Canvass connections with zip
as approved by consultants. This also shall include complete testing &
commissioning. The quoted price shall be inclusive of full charge of refrigerant gas.
1.1 3 TR Ceiling suspended Ductable split units with single circuit Nos.
2
Copper Refrigerant Piping & Cabling for Air cooled ductable split units.
Supply, Installation, Testing and Commissioning of hard/soft copper refrigerant
piping complete with fittings between indoor units and remote condensers.
Refrigerant piping complete for all circuits with suction line insulation of min. 9 mm
thick Armaflex make & electrical cabling & conduiting with proper supporting
arrangement @ every 4 feet...
5.2 Epson Drain Pumps for above Hi-wall Units (If slope not available) Nos.
6 SEQUENTIAL TIMER CONTROLLER
Supply & installation of Auto sequential control panel for the DX Units. The panel
should have the following features.
A/C units shall be able to restart automatically after power failure/interruption.
Automatic fault changeover
Sequential changeover of operating units every 8 or 12 hours or as per Client
schedule.
Switch over to next machine or start both/all units if temperature exceeds the set
point.
The panel should be provided with potential free contact for fire integration. Should
generate an alarm if the unit trips or the room temperature goes beyond the set
point.
Necessary control / power cables required.
Complete with Temperature sensors
6.1 For 3 nos 1.0 TR Hi-Wall Split units ( 2 Working + 1 Standby ) Set
6.2 For 2 nos 2.0 TR Hi-Wall Split units ( 1 Working + 1 Standby ) Set
SUB TOTAL A
2
DUCT ACOUSTIC INSULATION
Acoustic Insulation with 13 mm thick self-adhesive nitrile rubber (arma sound) as
2.1 shown in the drawing (Arma Cell / K Flex / Equivalent. Make.) sq.m
SUB TOTAL B
Supply & Installation of Supply air / Return air Aluminium extruded Powder Coated 2
1 slot Grille of sizes 100 mm with end flanges . ( Make : Cosmos / Dynacraft / System Rmt
Air / Air Product / Equivalent.)
Supply & installation of Insulated flexible duct with Jubilee clips & aluminium foil
2 tapes Make: Cosmic / Seven Star / Equivalent.
2.1 100 mm dia Rmt.
Supply Installation Testing and Commissioning of Opposed blade dampers black
3 powder coated vertical blade type for supply air collar. The damper should be gear sq.m
operated type.
Volume Control Dampers made out of 100 x 40 x 1.55 mm thick galvanized steel
4 frame and with opposed blades of 1.55 mm galvanized sheet steel. ( Make : Sachin sq.m
Impex / Dynacraft / Komalco Systems / Air Product )
Supply, Installation of Fresh air intake / exhaust outlet connections with rain
5 protection louvers, bird screen ( Al. 26 G min. ) & volume control damper gear sq.m
operated type. Make : Cosmos / Air Products / Equivalent.
LIST OF MAKES
Sr ITEM DESCRIPTION Quoted by Contractor
33 TECKNICS/L&T/GE/SIEMENS
LED TYPE INDICATING LAMPS
MASER,RCAT, STAR
42 RODENT REPELLANT SYSTEM
ToR Switch
Sr. no Description Quantity
48 1/10Base T 6QSFP+ with Redundant Power
1 Supply with 8*5* next business day HW 8
Replacement for 60 Months
2 Power Supply 16
3 Fan Tray 32
4 QSFP+ LC 16
5 Licenses and OS Software 8
6 Power Cords 16
7 40 G Supportable Fiber Patch Cord 20 Mtr 16
Network cables (ofc(lc to lc 40G
8 lumpsum
supported),cat6a)
Submittals
The Tenderer is responsible for managing the entire project from commencement to the
final handing over of the facility to EXIM Bank. The Tenderer is required to provide detailed
architectural diagrams and other illustrations like conceptual architectural plan, civil work
details, electrical layouts and network cabling design layouts, 3D view of data center etc.,
for the envisaged DC.
• System GA
• Site Pre-requisites
1.1 Warranty
The system will be provided with 1 year warranty + 4 year AMC.
1.2 Quality Assurance
The specified system will be factory-tested before shipment. The system will be designed
and manufactured according to world-class quality standards and will be factory tested
before the shipment. The manufacturer will be ISO 9001 certified
Any extra electrical points required in the server room shall have to be provided by the
network vendor at his own cost.
After installation and configuration of each subsystem, integrating various systems and
providing various services, tests shall be conducted for system performance.
Commissioning shall mean end-to-end commissioning of the Data Center on turnkey basis
with testing of every subsystem. Test parameters, commitments etc. shall be submitted
along with implementation plan, which is shall be approved by EXIM.
In the event, the test parameters, commitments are not submitted or not accepted explicitly
in writing/minutes by EXIM, the Test parameters, commitments etc. as decided by EXIM will
be final and binding.
Upon Self testing and Commissioning, the system shall be offered for inspection by EXIM.
The successful Bidder, along with EXIM shall prepare an inspection and acceptance schedule
with details of each activity.
Scope of Documentation
i. Capacity data
v. Bill of materials
viii. Installation information, including, but not limited to, weights and dimensions.
ix. Information about terminal locations for power and control connections.
o Quarterly checking and servicing the entire data center (Quarterly preventive
o maintenance)
o Attending to the service when called upon by the client within two hours.
o Replenishing refrigerant required because of a leak in the system arising out of wear
o and tear.
o Lubricating the bearings of motor, pumps and fans, when found necessary.
o Replacing of damaged electrical parts before restarting the system after breakdown.
o Quarterly inspecting belts, adjusting of tension and replacing worn out belts.
o Check control system and devices for evidence of improper operation. Repair, adjust or
replace components to ensure proper operation.
o Check for proper operation of the cooling coil. Clean, restore or replace as required.
o Check the motor contactor for pitting or other signs of damage. Repair or replace as
o needed.
o Check the integrity of all panels on equipment. Replace fasteners as needed to ensure
o proper integrity and fit finish of equipment.
o Check drain pan, drain line and coil for biological growth. Clean as needed.
o Visually inspect areas of moisture accumulation for biological growth. If present, clean
o or disinfect as needed.
o Check compressor oil level and or pressure on refrigerant systems having oil level and or
pressure measurement means. Repair, replace or adjust as needed to ensure proper
control.
o Visually inspect exposed duct work and external piping for insulation and vapor barrier
o for integrity. Correct as needed.
o Visually inspect internally lined duct work until the first turn or up to 20 ft into the
o supply plenum from air system for integrity, and if soiled or degraded, correct.
o Records are to be maintained for all the above tasks and submitted to clients as and
o when required.
Practical Training of the Electrical, Civil and IT staff of EXIM Bank should be given. The
training should cover all the aspects of functioning, maintenance and monitoring of the Data
Center.
Course material for the above (one copy each per participant) to be provided
Evaluation of Bids
Bid Evaluation Process
The objective of the evaluation process is to evaluate the bids to select an effective and best
fit consultant in a fair and transparent manner and the Bank would be guided by this in
carrying out the evaluation of bids. The decision of the Bank shall be considered final.
For the purpose of the evaluation and selection of Bidder for the Data Center design and
construction project, a two-staged evaluation process will be followed. If a Bidder does not
meet the eligibility criteria, the Bidder will be disqualified. For the Bidders who satisfy the
eligibility criteria, the ‘Technical Bids’ will be opened on the date mentioned in RFP
schedule and subsequently evaluated. In order to be shortlisted for opening of Commercial
bid, it is mandatory for a bidder to score a minimum cut‐ off marks which is 70 marks in
Technical evaluation. The Bidder scoring the highest technical score will be ranked as T1.
Bidders who do not achieve the cut‐off score will be disqualified from the bidding process
and their commercial bids will not be opened.
For any clarification with respect to the RFP document, the Bidder may send an email to the
email ID mentioned in RFP before the date specified therein and/or during the pre-bid
meeting. It may be noted that all queries, clarifications, questions, relating to this RFP,
technical or otherwise, should be in writing only and should be to the designated email id as
stated earlier.
Written requests for clarification submitted to the Bank by the specified date and time will
be explained by the Bank or its representative in the pre‐bid meeting. The Bank may call for
any clarifications / additional particulars required, if any, on the eligibility criteria/technical /
commercial bids submitted. The Bidder has to submit the clarifications / additional
particulars in writing within two working days. The Bidder’s offer may be disqualified, if the
clarifications / additional particulars sought are not submitted within the specified date and
time.
The Bank reserves the right to call for presentation/s, clarifications etc., from the Bidders
based on the technical bids submitted by them. The bidders should be ready to make a
presentation on the Technical Bid at a one-day email notice. The Bank also reserves the right
to conduct Reference Sites at the Bidder’s client sites. Based upon the final technical
scoring, short listing would be made of the eligible Bidders for final commercial bidding.
While the technical score carries a weight of 70 percent, the commercial score carries a
weight of 30 percent. The Techno‐Commercial scores (70:30) will be arrived at for each
shortlisted Bidder and the Bidder with the highest score will be declared as the successful
Bidder.
70 30 100
For Quality and Cost based Evaluation (QCBS), the following formula will be used for the
evaluation of the bids. The scores will be calculated as:
The bidder achieving the highest overall score will be invited for negotiations for awarding
the contract. In case of a tie where two or more bidders achieve the same highest overall
score, the bidder with the higher technical score will be invited first for negotiations for
awarding the contract.
The Bank's decision to adhere to evaluation methodology will be final and binding and
no claims whatsoever in this respect will be entertained.
The Bank also reserves the right to re-issue / re-commence / cancel the Bid/ Annul Bid
process. Any decision in this regard by the Bank shall be final, conclusive and binding on
the Bidders.
Annexure-I
INSTRUCTIONS TO BIDDERS
1.0 Location:
Export-Import Bank of India, 21st Floor, Centre One Building, World Trade Center, Cuffe
Parade, Mumbai 400 005 and Regional Offices in pan India.
a. Tenderers must get acquainted with the proposed work, specifications, conditions of
contract and other conditions carefully before tendering. The Tenderer shall seek
clarifications up to March 03, 2020, 12.00 Hrs... No request of any change in conditions
shall be entertained after pre bid date of the tender.
2.0 Any printing or typographical errors /omission in tender document shall be referred
to EXIM Bank and their interpretation regarding correction shall be final and binding on
Service Provider.
4.0 Rates:
The EXIM Bank is not concerned with any rise or fall in the product prices during price
validity period of 90 days from tender opening date.
7.0 On acceptance of the tender, the name of the accredited representatives of the Bidder
who would be responsible for taking instructions from EXIM Bank shall be
mentioned by the Bidder.
8.0 If so decided EXIM Bank reserves the right to appoint PMC (Project Management
Consultant) or any other agency to get the quality of works checked,
measurements recorded, including certification of bills etc.
9.0 The EXIM Bank has the right to reduce or increase the scope of work. The Bank may
give 3 months’ notice period for termination of contract if service is not
satisfactory to the Bank.
I/We hereby declare that I/We have read and understood the above instructions for the
guidance of the Bidders.
Sign:
Date:
Place
ANNEXURE - II
E-Tendering Process Compliance Statement
The following terms and conditions are deemed as accepted by you for participation in the
bid event (Tender Ref: EXIM/RFP/2019-20/080)
1. The price once submitted cannot be changed.
2. Technical and other non-commercial queries (not impacting price) can be routed to
the respective contact personnel of the EXIM Bank indicated in the tender document.
Bidding process related queries could be addressed to M/s E-Procurement Technologies Ltd
personnel indicated in the tender document.
3. Inability to bid due to glitch in telephone lines, Internet response issues, software or
hardware hangs will not be the responsibility of M/s E-Procurement Technologies Ltd or the
EXIM Bank. However, M/s E-Procurement Technologies Ltd, shall make every effort to
ensure availability of technology resources to enable continuous bidding.
4. M/s E-Procurement Technologies Ltd does not take responsibility beyond the bid
event. Order finalization and post order activities would be transacted directly between
bidder and the EXIM bank.
5. Bids once made cannot be withdrawn or modified under any circumstances.
6. The EXIM Bank reserves the right to extend or reschedule or annul the e-tender
process.
7. The bidders are advised to visit https://eximbankindiatenders.procuretiger.com for
any corrigendum etc.
I / We have read, understood and agree to abide by the e-tendering process compliance
statement.
Date: -
Organization Name: -
Designation: -
ANNEXURE – III
Dear Sirs,
Ref: Data centre Design and Construction for Export-Import Bank of India
I / we further agree to execute and complete the work within the time frame stipulated
in the tender scope of document. I / we agree not to employ Sub-Service Providers
without the prior approval of the EXIM Bank. I / We agree to pay Sales Tax, Works
Contract Tax, Excise Tax, Octroi, LBT, VAT, GST, Duties, all Royalties and all other
applicable taxes prevailing and be levied from time to time on such items for which the
same are liable and the rates quoted by me/us are Exclusive of the same.
I / we understand that you are not bound to accept the lowest tender or bound to
assign any reasons for rejecting our tender. We unconditionally agree Exim Bank’s
preconditions as stipulated in the tender documents and empanelment process.
I / We agree that in case of my/our failure to execute work in accordance with the
specifications and instructions received from the Exim Bank, during the course of the work,
Exim Bank reserves the right to terminate my contract.
Yours truly,
Seal and Signature of the Bidder/s not required since the document is digitally
signed.
Place: Name:
Date: Designation:
Seal:
Annexure-IV
Company Seal:
Annexure-V
Eligibility Criteria of the Bidder
Sr No Eligibility require from bidder Document Require to verify the Eligibility Criteria
Bidder must be a registered firm/company in Certificate of Incorporation & Commencement of
India under Companies Act, 1956 and should Business (whichever applicable) should be submitted.
1 have been in operation for at least 5 years as
on date of RFP
Bidder should not have been debarred / An undertaking to this effect must be submitted on
black-listed by any Bank / Govt. / Govt. company letter head duly signed & stamped by
2 agency / PSUs Bank(s) / Financial Institutions authorized signatory.
in India in the past as on RFP submission
date.
The Bidder should have successfully Upload Purchase Order Copy
3 completed min 3 data centre projects in last
3 year
4 The Bidder should have valid ISO 27001 Upload Valid Certificates
The Bidder should have register office in
5 Mumbai. Upload registration Certificate
The Project Manager from bidder must be Upload Valid Certificates
6 CDCS certified or Project Manager directly
from OEM to be appointed.
Authorized MAF from OEM (UPS system,
Smart Rack and Network Switches) is Upload MAF duly signed & stamp from OEM.
7
compulsory by the bidder as per the format
mentioned in Tender Document
Critical Component’s for Integrated Server
Racks system (Rack, Cooling and monitoring
8 system) should be from single OEM for Upload OEM certificate about integrated solution
Seamless Integration & better Service
Supports.
Annexure-VI
Note: Min 70% marks are required to qualify for opening of price bid.
Annexure-VII
PRICE BID
Total Price in ₹
SR.NO. PACKAGE/SERVICES (Exclusive of all
taxes)
PART-A
1 SMART RACKS & UPS
Total
PART-B
2 CIVIL & INTERIORS
3 HVAC
4 ELECTRICAL & ALLIED WORKS
Total
PART-C
5 NETWORK SWITCHES
Total
GRAND TOTAL (A+B+C) (Exclusive of all taxes)
-
(1st and 2nd year CAMC cost shall be included
in above cost)
PART D
6 Third year CMC (Quote Separately)
7 Fourth year CMC (Quote Separately)
8 Fifth year CMC (Quote Separately)
Total
Annexure-VIII
NON-DISCLOSURE AGREEMENT
meaning thereof be deemed to include its successors and assigns) of the ONE PART;
AND
Export-Import Bank of India, a corporation established under the Export-Import Bank of India Act,
1981 and having its Head Office at Floor 21, Centre One Building, World Trade Centre Complex,
Cuffe Parade, Mumbai 400 005 and one of its Regional Office
at___________________________________ hereinafter referred “EXIM” or “Disclosing Party”) which
expression unless repugnant to the context or meaning thereof be deemed to include its successors
and assigns) of the OTHER PART.
____________ & EXIM are hereinafter collectively referred to as the “Parties” and individually as a
“Party”.
WHEREAS
NOW, THEREFORE, THIS AGREEMENT WITNESSETH AND IT IS HEREBY AGREED BY AND BETWEEN
THE PARTIES HERETO AS FOLLOWS:
1. Confidential information: For the purposes of this Agreement, “Confidential Information”
means any and all information or data that is proprietary to the Disclosing Party and not
generally known to the public, whether in tangible or intangible form, in whatever medium
provided by the Disclosing Party to the Receiving Party or its representative(s) in connection
with the Purpose and the business transacted/to be transacted between the Parties.
Confidential Information shall include any copy, abstract, sample, notes or module thereof.
The Receiving Party shall use the Confidential Information solely for and in connection with the
Purpose.
Notwithstanding the foregoing, “Confidential Information” shall not include any information
which the Receiving Party can show: (a) is now or subsequently becomes legally and publicly
available without breach of this Agreement by the Receiving Party, (b) was rightfully in the
possession of the Receiving Party without any obligation of confidentiality prior to receiving it
from the Disclosing Party and can be shown by documentary evidence in support thereof, (c) was
rightfully obtained by the Receiving Party from a source other than the Disclosing Party without
any obligation of confidentiality and can be shown by documentary evidence in support thereof,
(d) was developed by or for the Receiving Party independently and without reference to any
2. Non-disclosure: The Receiving Party shall not commercially use or disclose any Confidential
Information to any other person or entity other than persons in the direct employment of the
Receiving Party who have a need to have access to and knowledge of the Confidential
Information solely for the Purpose authorized above. The Receiving Party may with prior written
permission of the Disclosing Party, disclose the Confidential Information to its affiliates,
consultants, advisors and such other persons who have a need to have access to and knowledge
of the Confidential Information solely for the Purpose authorized above, subject to their
entering into an agreement containing terms and conditions no less restrictive than as set out in
this Agreement. The Receiving Party agrees to notify the Disclosing Party immediately if it learns
of any use of disclosure of the Disclosing Party’s Confidential Information in violation of the
terms of this Agreement. The Receiving Party undertakes to take full responsibility for the
Confidential Information given to their Consultants, Advisors, Affiliates and other persons
referred in above and consequently any breach by such Consultants, Advisors Affiliates and
other persons referred in above shall be treated as breach by the Receiving Party and
accordingly will be liable to the Disclosing Party.
3. Publications: Neither Party shall make news releases, public announcements, give interviews,
issue or publish advertisements or publicize in print or electronic media or any other manner
whatsoever in connection with this Agreement, the contents/provisions thereof, other
information relating to this Agreement, the Purpose, the Confidential Information or other
matter of this Agreement, without the prior written approval of the other Party.
4. Term: This Agreement shall be effective from the date hereof and shall continue till the earlier to
occur of (i) the expiration of 1 (one) year from the date of this Agreement unless renewed by
both the parties in writing and (ii) till expiration or termination of this Agreement due to
cessation of the business relationship between ______________ and EXIM. However, the
confidentiality obligations shall survive the termination of this Agreement. Upon expiration or
termination as contemplated herein the Receiving Party shall immediately, cease any and all
disclosures or uses of the Confidential Information and at the request of the Disclosing Party
promptly return or destroy all written, graphic or other tangible forms of the Confidential
information and all copies, abstracts, extracts, samples, notes or modules thereof. That portion
of the Information which consists of analyses, compilations, studies or other documents or data
prepared by the Receiving Party or its representatives, will continue to be held by the Receiving
Party and will be treated as confidential.
5. Title and Proprietary Rights: Notwithstanding the disclosure of any Confidential Information by
the Disclosing Party to the Receiving Party, the Disclosing Party shall retain title and all
intellectual property and proprietary rights in the Confidential Information. No license under any
trademark, patent or copyright, or application for same which are now or thereafter may be
obtained by such Party is either granted or implied by the conveying of Confidential Information.
The Receiving Party shall not conceal, alter, obliterate, mutilate, deface or otherwise interfere
with any trademark, trademark notice, copyright notice, confidentiality notice or any notice of
any other proprietary right of the Disclosing Party on any copy of the Confidential Information,
and shall reproduce any such mark or notice on all copies of such Confidential Information.
Likewise, the Receiving Party shall not add or emboss its own or any other any mark, symbol or
logo on such Confidential Information.
6. Return of Confidential Information: Upon written demand of the Disclosing Party, the Receiving
Party shall (i) cease using the Confidential Information,
(ii) return the Confidential Information and all copies, abstract, extracts, samples, notes or
modules thereof to the Disclosing Party within seven (7) days after receipt of notice, and (iii)
upon request of the Disclosing Party, certify in writing that the Receiving Party has complied
with the obligations set forth in this agreement.
8. Entire Agreement, Amendment, and Assignment: This Agreement constitutes the entire
agreement between the Parties relating to the matters discussed herein and supersedes any
and all prior oral discussions and/or written correspondence or agreements between the
Parties. This Agreement may be amended or modified only with the mutual written consent
of the Parties. Neither this Agreement nor any right granted hereunder shall be assignable
or otherwise transferable.
9. Notices: Any notice or other communication under this Agreement shall be in writing and
shall be delivered personally, or sent by pre-paid first class post or recorded delivery or by
commercial courier or by electronic mail, to a party at its address as set out below:
10. Governing Law and Jurisdiction: The provisions of this Agreement shall be governed by the
laws of India and the parties submit to the jurisdiction of courts/tribunals at Mumbai.
11. General: The Receiving Party shall not reverse-engineer, decompile, disassemble or
By_____________________ By_______________
Name: Name:
Title: Title:
Annexure-IX
Manufacturer’s Authorization Form (MAF)
Date:
To,
Mr. Dharmendra Sachan,
General Manager,
Export- Import Bank of India, 21st Floor, Centre One,
World Trade Centre,
Cuffe Parade, Mumbai 400 005
Dear Sir,
Our full support is extended to them in all respects for supply and installation. Further, we
(OEM / Manufacturer name) shall provide support services (as per SLA) during entire
warranty and AMC period directly by us for the offered solution (hardware as well as
software) as per the terms and conditions of the tender.
We also undertake that in case of default in execution of this tender by the (Bidder Name),
the (OEM/Company Name) will take all necessary steps for successful execution of this
project as per tender requirements.
We hereby extend our full guarantee and warranty as per terms and conditions of the tender
and the contract for the equipment and services offered against this invitation for tender
offer by the above firm.
Yours faithfully,
(Name of bidder)
M/s__________________
(Name of manufactures)
Annexure-X
INTEGRITY PACT
Between
Export-Import Bank of India (EXIM BANK) hereinafter referred to as “The Principal”,
And
Preamble
The Principal intends to award, under laid down Organizational procedures, contract/s for
“Design and Construction of Data Centre”. The Principal values full compliance with all
relevant laws of the land, rules, regulations, economic use of resources and of fairness /
transparency in its relations with its Bidder(s) and / or Contractor(s).
In order to achieve these goals, the Principal will appoint Independent External Monitors
(IEMs) who will monitor the tender process and the execution of the contract for compliance
with the Principles mentioned above.
(1) The Principal commits itself to take all measures necessary to prevent corruption and to
observe the following principles:-
a. No employee of the Principal, personally or through family members, will in connection
with the tender for , or the execution of a contract, demand; take a promise for or accept,
for self or third person, any material or immaterial benefit which the person is not legally
entitled to.
b. The Principal will, during the tender process treat all Bidder(s) with equity and reason. The
Principal will in particular, before and during the tender process, provide to all Bidder(s)
the same information and will not provide to any Bidder(s) confidential / additional
information through which the Bidder(s) could obtain an advantage in relation to the
tender process or the contract execution.
c. The Principal will exclude from the process all known prejudiced persons.
(2) If the Principal obtains information on the conduct of any of its employees which is a
criminal offence under the IPC/PC Act, or if there be a substantive Suspicion in this
regard, the Principal will inform the Chief Vigilance Officer and in addition can initiate
disciplinary actions.
Section 2 - Commitments of the Bidder(s)/ Contractor(s)
(1) The Bidder(s) / Contractor(s) commit themselves to take all measures necessary to
prevent corruption. The Bidder(s) / Contractor(s) commit themselves to observe the
following principles during participation in the tender process and during the contract
execution.
a. The Bidder(s)/ Contractor(s) will not, directly or through any other person or firm,
offer, promise or give to any of the Principal’s employees involved in the tender
process or the execution of the contract or to any third person any material or
other benefit which he/she is not legally entitled to, in order to obtain in exchange
any advantage of any kind whatsoever during the tender process or during the
execution of the contract.
b. The Bidder(s)/ Contractor(s) will not enter with other Bidders into any undisclosed
agreement or understanding, whether formal or informal. This applies in particular
to prices specifications, certifications, subsidiary contracts, submission or non-
submission of bids or any other actions to restrict competitiveness or to introduce
cartelization in the bidding process.
c. The Bidder(s)/ Contractor(s) will not commit any offence under the relevant IPC/PC
Act; further the Bidder(s)/ Contractor(s) will not use improperly, for purposes of
competition or personal gain, or pass on to others, any information or document
provided by the principal as part of the business relationship, regarding plans,
technical proposals and business details, including information contained or
transmitted electronically.
d. The Bidder(s)/ Contractors(s) of foreign origin shall disclose the name and address
of the Agents/representatives in India, if any. Similarly the Bidder(s)/ Contractors(s)
of Indian Nationality shall furnish the name and address of the foreign principals, if
any.
e. The Bidder(S)/ Contractor(s) will, when presenting their bid, disclose any and all
payments made, is committed to or intends to make to agents, brokers or any
other intermediaries in connection with the award of the contract.
f. Bidder(s)/Contractor(s) who have signed the Integrity Pact shall not approach the
Courts while representing the matter to IEMs and shall wait for their decision in the
matter.
(2) The Bidder(s)/ Contractor(s) will not instigate third person to commit offences outlined
above or be an accessory to such offences.
Sanction 3 - Disqualification from tender process and exclusion from future contracts
(1) If the principal has disqualified the Bidder(s) from the tender process prior to the
award according to Section 3, the Principal is entitled to demand and recover the
damages equivalent to Earnest Money Deposit/Bid Security.
(2) If the Principal has terminated the contract according to Section 3, or if the
Principal is entitled to terminate the contract according to Section 3, the
Principal shall be entitled to demand and recover from the Contractor liquidated
damages of the Contract value or the amount equivalent to Performance Bank
Guarantee.
Section 5 - Previous transgression
(1) The Bidder declares that no previous transgressions occurred in the last three years with
any other Company in any country conforming to the anti-corruption approach or with
any Public Sector Enterprise in India that could justify his exclusion from the tender
process.
(2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the
tender process.
(2) The Principal will enter into agreements with identical conditions as this one with all
Bidders and Contractors.
(3) The Principal will disqualify from the tender process all bidders who do not sign this Pact
or violate its provisions.
(1) The Principal has appointed competent and credible Independent External Monitor for
this Pact after approval by Central Vigilance Commission. Names and Addresses of the
Monitors are given below;
The task of the Monitor is to review independently and objectively, whether and to what
extent the parties comply with the obligations under this agreement.
(2) The Monitor is not subject to instructions by the representatives of the parties and
performs his/her functions neutrally and independently. The Monitor would have access
to all Contract documents, whenever required. It will be obligatory for him / her to treat
the information and documents of the Bidders/Contractors as confidential. He/ she
reports to the Managing Director (MD), EXIM BANK.
(3) The Bidder(s)/Contractor(s) accepts that the Monitor has the right to access without
restriction to all Project documentation of the Principal including that provided by the
Contractor. The Contractor will also grant the Monitor, upon his/her request and
demonstration of a valid interest, unrestricted and unconditional access to their project
documentation. The same is applicable to Sub-contractors.
(4) The Monitor is under contractual obligation to treat the information and documents of
the Bidder(s)/ Contractor(s)/ Sub-contractor(s) with confidentiality. The Monitor has also
signed declarations on ‘Non-Disclosure of Confidential Information’ and of ‘Absence of
Conflict of Interest’. In case of any conflict of interest arising at a later date, the IEM shall
inform Managing Director (MD), EXIM BANK and recuse himself / herself from that case.
(5) The Principal will provide to the Monitor sufficient information about all meetings
among the parties related to the Project provided such meetings could have an impact
on the contractual relations between the Principal and the Contractor. The parties offer
to the Monitor the option to participate in such meetings.
(6) As soon as the Monitor notices, or believes to notice, a violation of this agreement,
he/she will so inform the Management of the Principal and request the Management to
discontinue or take corrective action, or to take other relevant action. The monitor can
in this regard submit non-binding recommendations. Beyond this, the Monitor has no
right to demand from the parties that they act in a specific manner, refrain from action
or tolerate action.
(7) The Monitor will submit a written report to the Managing Director (MD), EXIM BANK
within 8 to 10 weeks from the date of reference or intimation to him by the Principal
and, should the occasion arise, submit proposals for correcting problematic situations.
(8) If the Monitor has reported to the Managing Director (MD), EXIM BANK, a substantiated
suspicion of an offence under relevant IPC/ PC Act, and the Managing Director (MD),
EXIM BANK has not, within the reasonable time taken visible action to proceed against
such offence or reported it to the Chief Vigilance Officer, the Monitor may also transmit
this information directly to the Central Vigilance Commissioner.
(9) The word ‘Monitor’ would include both singular and plural.
Section 9 - Pact Duration
This Pact begins when both parties have legally signed it. It expires for the Contractor 12
months after the last payment under the contract, and for all other Bidders 6 months after
the contract has been awarded. Any violation of the same would entail disqualification of the
bidders and exclusion from future business dealings.
If any claim is made / lodged during this time, the same shall be binding and continue to be
valid despite the lapse of this pact as specified above, unless it is discharged / determined by
Managing Director (MD) of EXIM BANK.
(1) This agreement is subject to Indian Law. Place of performance and jurisdiction is the
Registered Office of the Principal, i.e. Mumbai.
(2) Changes and supplements as well as termination notices need to be made in writing. Side
agreements have not been made.
(3) If the Contractor is a partnership or a consortium, this agreement must be signed by all
partners or consortium members.
(4) Should one or several provisions of this agreement turn out to be invalid, the remainder of
this agreement remains valid. In this case, the parties will strive to come to an agreement
to their original intentions.
(5) Issues like Warranty / Guarantee etc. shall be outside the purview of IEMs.
(6) In the event of any contradiction between the Integrity Pact and its Annexure, the
Clause in the Integrity Pact will prevail.
__________________________ _____________________________
(For & On behalf of the Principal) (For & On behalf of Bidder/Contractor)
Place_________________
Date__________________
Witness 1:
(Name & Address) _________________________________________
__________________________________________
__________________________________________
Witness 2:
(Name & Address) _________________________________________
__________________________________________
__________________________________________
Annexure XI
Price Validity
(To be submitted in the Bidder's letterhead)
To,
Mr. Dharmendra Sachan,
General Manager,
Export- Import Bank of India, 21st Floor, Centre One,
World Trade Centre,
Cuffe Parade, Mumbai 400 005.
Sub: E-Tender Reference No.: ________________________________
Dear Sir,
We hereby confirm that, the Product quoted unit price is valid for 90 days from
tender opening date.
Yours faithfully,
Date:
(Company Seal)
Annexure XII
To,
General Manager,
Dear Sir,
There are no deviations (nil deviations) from the terms and conditions of the tender. All the terms and
conditions of the tender are acceptable to us.
Yours faithfully,
Date:
(Company Seal)
Typical Data Center Network Architecture: